Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Council Packet - 3/12/2018
THE CITYCOUNCIL OF THE CITYOF WATERLOO, IOWA, REGULAR SESSION TO BE HELD AT THE HAROLD E. GETTY COUNCIL CHAMBERS Monday, March 12, 2018 5:30 PM CITY OF WATERLOO GOALS 1. Support the creation of new, livable wage jobs through a balanced economic development approach of assisting existing businesses, fostering start-ups, attracting new employers and cultivating an adequate workforce. 2. Implement a Community Policing strategy that creates a safe environment in Waterloo. 3. Reduce the City's property tax levies through a responsible balance of cost reduction in City operations and increases in taxable property valuations to ensure that Waterloo is a competitive, affordable, and livable city. 4. Enhance the image of Waterloo and the City to residents and businesses inside and outside of the community. General Rules for Public Participation 1. At the chair/presider's discretion, you may address an item on the current agenda by stepping to the podium, and after recognition by the chair/presider, state your name, address and group affiliation(if appropriate) and speak clearly into the microphone. 2. You may speak one (1)time per item for a maximum of five(5)minutes as long as you have registered with the City Clerk's office no later than 4:00 p.m. on the day of the Council Meeting. If not registered with the City Cleric's office you may speak one(1)time per item for a maximum of three (3)minutes. 3. If there is a hearing scheduled as part of an agenda item, the chair/presider will allow everyone who wishes to address the council, using the same participation guidelines found in these "general rules". 4. Although not required by city code of ordinances, oral presentations may be allowed at the chair/presider's (usually the Mayor or Mayor Pro Tem) discretion. The "oral presentations" section of the agenda is your opportunity to address items not on the agenda. You may speak one (1)time for a maximum of five (5)minutes as long as you have registered with the City Clerk's office no later than 4:00 p.m. on the day of the Council Meeting. If not registered with the City Clerk's office a speaker may speak to one (1) issue per meeting for a maximum of three (3)minutes. Official action cannot be taken by the Council at that time, but may be placed on a future agenda or referred to the appropriate department. 5. Keep comments germane and refrain from personal, impertinent or slanderous remarks. 6. Questions concerning these rules or any agenda item may be directed to the Clerk's Office at 291-4323. 7. Citizens are encouraged to register with the Clerk's Office by 4:00 p.m. on Monday of the day of the City Council meeting to appear before the City Council(may also register by phone). Registered speakers will be given first priority. Page 1 of 513 Roll Call. Prayer or Moment of Silence Pledge of Allegiance Keith Kaspari, Airport Director Agenda, as proposed or amended. Minutes of March 5, 2018, Regular Session, as proposed. Minutes of March 8, 2018, Special Session, as proposed. ORAL PRESENTATIONS I owa Code Chapter 21 gives the public the right to attend council meetings but it does not require cities to allow public participation except during public hearings. The City of Waterloo encourages the public to participate during the Oral Presentations by following the rules listed on the front of the agenda. 1. Consent Agenda: (The following items will be acted upon by voice vote on a single motion without separate discussion, unless someone from the council or public requests that a specific item be considered separately.) A. Resolution to approve the following: 1. Bills Payment, Finance Committee Invoice Summary Report, a copy of which is on file in the office of the City Clerk. 2. Resolution approving Order accepting Acknowledgment/Settlement Agreement and check for$300.00 from Prime Mart#7, 1309 Lafayette Street, Waterloo, Iowa, for sale of tobacco to minor violation-first offense. Submitted By: David R. Zellhoefer, City Attorney 3. Resolution approving request to seek proposals for new next generation network firewall to replace current end of life units. Submitted By: Chris Youngblut, Technology Services Director 4. Resolution setting a date of public hearing as March 26, 2018, to approve a request by Hope M. Anderson to rezone approximately 129.16 acres from "A- 1" Agricultural District to "R-1" One and Two Family Residence District, located next to 5805 Kimball Avenue between Kimball Avenue and Highway 21, and north of E Orange Road, and instruct City Clerk to publish notice. Submitted By: Noel Anderson, Community Planning & Development Director 5. Request of Rev. Abraham Funchess Jr., Human Rights Executive Director, to hold the 2018 Civil & Human Rights March on Sunday, March 25, 2018 beginning at 2:00 p.m. at Lincoln Park, traveling on E. 4th and Mulberry Streets, down E. 4th Street to Commercial Street, west on Commercial Street, and commencing at the Waterloo Center for the Arts, with temporary street closure. Page 2 of 513 Submitted By: Dave Mohlis, Police Captain 6. Resolution approving preliminary specifications, bid documents, etc. setting date of bid opening as April 5, 2018 and date of public hearing as April 9, 2018, for the Waterloo Center for the Arts 2018 Restroom Renovation Project, and instruct City Clerk to publish said notice. Submitted By: Kent Shankle, Cultural &Arts Director B. Motion to approve the following: 1. TRAVEL REQUESTS a. Officers Walter& Bovy Class/Meeting: Governor's Traffic Safety Bureau (GTSB) Conference Destination: West Des Moines, IA Dates: April 24-26, 2018 Amount not to exceed: $224 b. Rudy Jones, Community Development Director Class/Meeting: Cedar Valley Coalition Trip Destination: Washington, D.C. Dates:April 23-25, 2018 Amount not to exceed: $1,899 C. Lt. Lee and Lt. Jensson Class/Meeting: "Blue Card" Subscription Access for 1 year Destination: Online- No travel required Dates: N/A Amount not to exceed: $770 2. LIQUOR LICENSES a. Cedar Valley Golf Center, 1850 W. Ridgeway Avenue Class: Special C Liquor w/Outdoor Service Renewal Application Includes Sunday Expiration Date: 2/28/2019 b. Red Carpet Golf, 1409 Newell Street Class: C Liquor w/Outdoor Service Renewal Application Includes Sunday Expiration Date: 4/4/2019 3. Motion to receive and file the Iowa Public Official Bond for Water Works Trustee Ron G. Welper. Submitted By: Matt Mahler, General Manager PUBLIC HEARINGS 2. FY 18/19 Complaint Mowing with Complaint Snow Removal Contract. Motion to receive and file proof of publication of notice of public hearing. Hold Hearing - No comments on file. Motion to close hearing and receive and file oral and written comments. Resolution approving plans, specifications, form of contract, etc. Resolution authorizing to proceed. Motion to receive and file and instruct the City Clerk to read bids and refer to Code Enforcement for review. Page 3 of 513 Submitted By: David R. Zellhoefer, Department Head for Code Enforcement 3. Purchase of one (1) 2019 automated side-load garbage truck. Motion to receive and file proof of publication and notice of public hearing. HOLD HEARING - No comments on file. Motion to close hearing and receive and file oral and written comments. Resolution confirming approval of specifications, form of contract, etc. Resolution authorizing to proceed. Motion to receive, file and instruct the City Clerk to read bids. Resolution approving award of bid to Cedar Rapids Truck Center, Inc. of Cedar Rapids, Iowa, in the amount of$235,147, including five year warranty and Triple Pump. Submitted By: Sandie Greco, Interim Public Works Director 4. 5th and 6th Streets Systemic Traffic Safety Improvements. Motion to receive and file proof of publication and notice of public hearing. HOLD HEARING - No comments on file. Motion to close hearing and receive and file oral and written comments. Resolution confirming approval of plans, specifications, bid document, form of contract, etc. Resolution authorizing to proceed. Motion to receive, file and instruct City Clerk to read bids. Resolution approving award of bid to K & W Electric of Cedar Falls, Iowa, in the amount of $500,000, and approving the contract, bond and certificate of insurance for the 5th and 6th Streets Systemic Traffic Safety Improvements, and authorize the Mayor and City Clerk to execute said documents. Submitted By: Sandie Greco, Interim Public Works Director RESOLUTIONS 5. Resolution amending the Fee Schedule as approved by the Airport Board, to increase fees at the Waterloo Regional Airport beginning on July 1, 2018. Submitted By: Keith Kaspari, Airport Director 6. Resolution approving temporary easement agreements with Casey's Marketing Company in the amount of $1,246.36, Pebble Hill, LLC in the amount of $1,348.80, Larry Jones and Richard D. Flynn in the amount of $0.00 (donated), and Robert P. Denny in the amount of $0.00 (donated), in conjunction with the the University Avenue reconstruction Phase I project, and authorize the Mayor to execute said documents. Submitted By:Aric Schroeder, City Planner 7. Resolution approving award of contract to Peterson Contractors, Inc. of Reinbeck, Iowa in the amount of $8,709,078.89, and approving the Contract, Bonds, and Certificate of Insurance for the FY 2018 University Avenue Reconstruction - Phase I, Contract No. 933, and authorize Mayor and City Clerk to execute said documents. Submitted By: Jeff Bales, Associate Engineer 8. Resolution approving Supplemental Agreement No. 1, to a Professional Services Agreement with AECOM, in an amount not to exceed $869,800, in conjunction with the FY 2018 University Avenue Reconstruction - Phase I (Greenhill Road to Evergreen Avenue), Contract No. 933, and authorize the Mayor to execute said document. Page 4 of 513 Submitted By: Jeff Bales, Associate Engineer 9. Motion approving Final Quantity Summary for a net increase of $4,378 FY 2017 East 5th Street Parking Garage Repairs, Contract No. 930, and authorize the Mayor and City Clerk to execute said documents. Submitted By: Noel Anderson, Community Planning & Development Director 10. Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by McGill Restoration, of Omaha, Nebraska, in the amount of $531,132.00, for the FY 2017 East 5th Street Parking Garage Repairs, Contract No. 930, and receive and file two (2)year maintenance bond. Submitted By: Noel Anderson, Community Planning & Development Director ORDINANCES 11. Request by CRF Rentals for a site plan amendment to the "C-P" Planned Commercial District for construction of a 5,184 square foot Commercial building located south of 2911 Southland Drive. Motion to receive, file, consider and pass for the second time an ordinance amending Ordinance No. 5079, as amended, City of Waterloo Zoning Ordinance, by amending the official Zoning Map referred to in Section 10-4-4, approving a site plan amendment on a certain property located south of 2911 Southland Drive. Motion to suspend the rules. Motion to consider and pass for the third time and adopt said ordinance. Submitted By: Noel Anderson, Community Planning & Development Director OTHER COUNCIL BUSINESS 12. Motion approving Change Order No. 2 for a net increase of $1,200 to Woodruff Construction Inc., for additional exterior improvements to Hangar No. 4 at Waterloo Regional Airport. Submitted By: Keith Kaspari, Airport Director 13. Resolution approving the FY2019 budget with a total tax levy rate of $17.7326 and property and excise tax askings in the amount of$41,095,303. Submitted By: Michelle Weidner, Chief Financial Officer ADJOURNMENT Motion to adjourn. Kelley Felchle City Clerk MEETINGS 4:50 p.m. Council Work Session, Harold E. Getty Council Chambers 5:10 p.m. Finance Committee, Harold E. Getty Council Chambers Page 5 of 513 PUBLIC INFORMATION 1. Board of Adjustment meeting minutes of November 28, 2017. 2. Waterloo Water Works Board of Trustees meeting minutes of February 20, 2018 on file in the Waterloo City Clerk's office. Page 6 of 513 CITY OF WATERLOO Council Communication Minutes of March 5, 2018, Regular Session, as proposed. City Council Meeting: 3/12/2018 Prepared: REVIEWERS: Department Reviewer Action Date Clerk Office Higby, Nancy Approved 3/6/2018 - 4:34 PM ATTACHMENTS: Description Type ❑ Minutes of March 5, 2018 Backup Material Submitted by: Submitted By: Page 7 of 513 March 5,2018 The Council of the City of Waterloo,Iowa,met in Regular Session at Harold E.Getty Council Chambers, Waterloo,Iowa,at 5:30 p.m.,on Monday,March 5,2018. Mayor Quentin Hart in the Chair. Roll Call:Jacobs, Morrissey,Shimp,Klein,Amos,Schmitt,and Juon. Prayer or Moment of Silence. Pledge of Allegiance: Daniel Trelka,Chief of Police 146605- Juon/Schmitt that the Agenda,as proposed,for the Regular Session on Monday,March 5,2018, at 5:30 p.m.,be accepted and approved. Voice vote-Ayes: Seven. Motion carried. Mr. Schmitt questioned the procedure for adding items on the agenda. Kelley Felchle,City Clerk,explained that since she has been City Clerk,all council requested agenda items are reviewed with the Mayor,and have been added to the agenda. She further explained that after reviewing the City code and policies,there is no rule suggesting that a certain number of council members must be in agreement before an item can be added to the agenda. Mayor Hart commented that Mr.Amos supported the request to include item 14 on tonight's agenda, which was made by Mr.Morrissey at the last council meeting. He noted that the item would be thoroughly explained by both the City Attorney and City Clerk when the item is reached on the agenda. Mr. Schmitt requested clarification of the deadline to add to each agenda and when this request was made. Kelley Felchle explained the deadline for getting items to the Clerk's office is Wednesday at 10:00 a.m.and that this item was provided to her at the last council meeting and that she added it to the agenda on Friday. Mr. Schmitt questioned if a previously rejected item is to be brought back before council,must the prevailing side make that regeust. Mayor Hart provided an explanation of the process between a motion to rescind and a motion to reconsider. Mr. Schmitt questioned if will then become practice to allow rejected items to be reconsidered for a new vote. Mayor Hart commented that though he does not vote on issues,he is of the opinion that this should not be common practice. Mr.Morrissey read from Robert's Rule of Order regarding the motion he is proposing. 146606- Juon/Schmitt that the Minutes,as proposed,for the Regular Session on Monday,February 26,2018, at 5:30 p.m., be accepted and approved. Voice vote-Ayes: Seven. Motion carried. ORAL PRESENTATIONS Jim Chapman,224 Bertch,commented that dialogue at the council meetings has not been appropriate lately. John Sherbon, 1715 Robin Road,commented that thousands of dollars has been spent on preparing to sell the convention center and questioned why it is taking so long to sell the property. Bruce Kaesser,500 Sycamore Street,spoke in support of the MET bus drivers and their dedication to keeping passengers safe when road conditions are not the best. Page 8 of 513 March 5,2018 Page 2 Tim Hurley, 1933 Crabapple Lane,thanked all elected officials and staff for their service to the city and asked council to work together with civility,compromise, compassion,cooperation and reflection on the budget and to focus on the good things in Waterloo rather than the negative. Josh Powers,5721 Blue Sage Road,shared information comparing home value and taxes to homes in Cedar Falls. Mayor and Council Updates Mr.Morrissey commented that he held his 50'Ward meeting and provided an update of concerns from his Ward. He commented on a webinar he participated in from Smart Growth and noted that the organization will be appealing to the federal government for funds from the l'and Main program,which go to creating new programs and strategies to enhance communities. He also noted that the December tax act that the federal government passed includes a new program called Opportunity Zones and encouraged Mayor and council to look into it. Mr.Amos commented he had an opportunity to read to grade school students through Boys and Girls Club and encouraged others to read to elementary school students as well. Mr. Skimp requested a work session to discuss the Mediacom franchise fee and livestreaming of council meetings,as requested during the last council update. Kelley Felchle,City Clerk,noted that a work session on these matters has been scheduled later in March. Mayor Hart commented that representatives would be in attendance. Mr. Schmitt commented that he has attended ward and community meetings and is hearing from individuals and businesses to do all they can to find savings for taxpayers. 146607- Juon/Schmitt that the above oral comments be received and placed on file. Voice vote-Ayes: Seven. Motion carried. CONSENT AGENDA 146608- Juon/Schmitt that the following items on the consent agenda be received,placed on file and approved: a. Resolutions to approve the following: 1. Resolution approving Finance Committee Invoice Summary Report,dated March 5,2018,in the amount of$2,795,604.89,a copy of which is on file in the City Clerk's office,together with recommendation of approval of the Finance Committee. Resolution adopted and upon approval by Mayor assigned No.2018-121. 2. Request to certify assessment to property for work performed by the Waterloo Water Works, together with recommendation of approval by the Waterloo Water Works Board of Trustees: Address and amount to certify: 618 Independence Avenue-$3,811.00 Resolution adopted and upon approval by Mayor assigned No.2018-122. 3. Request to certify assessment to property for work performed by the Waterloo Water Works, together with recommendation of approval by the Waterloo Water Works Board of Trustees: Address and amount to certify: 520 Elm Street-$2,755.00 Resolution adopted and upon approval by Mayor assigned No.2018-123. Page 9 of 513 March 5,2018 Page 3 4. Request to certify assessment to property for work performed by the Waterloo Water Works, together with recommendation of approval by the Waterloo Water Works Board of Trustees: Address and amount to certify:410 Mobile Street-$1,139.48 Resolution adopted and upon approval by Mayor assigned No.2018-124. 5. Request to certify assessment to property for work performed by the Waterloo Water Works, together with recommendation of approval by the Waterloo Water Works Board of Trustees: Address and amount to certify: 1454 Lyon Avenue-$594.87 Resolution adopted and upon approval by Mayor assigned No.2018-125. 6. Resolution approving Order accepting Acknowledgment/Settlement-Affirinative Defense for Hy-Vee,Inc.,4000 University Avenue,Waterloo,Iowa 50701 for sale of tobacco to minor. Resolution adopted and upon approval by Mayor assigned No.2018-126. 7. Resolution approving preliminary plans,specifications,form of contract,etc.,setting date of bid opening as March 29,2018 and date of public hearing as April 2,2018 for the FY 2018 Ansborough Avenue Improvements from US 20 to San Marnan Drive,Contract No.942,and instruct City Clerk to publish notice. Resolution adopted and upon approval by Mayor assigned No.2018-127. 8. Resolution approving preliminary plans,specifications,form of contract,etc.,setting date of bid opening as March 22,2018 and date of public hearing as March 26,2018 for the FY 2018 Asphalt Overlay Program,Contract No.943,and instruct City Clerk to publish notice. Resolution adopted and upon approval by Mayor assigned No.2018-128. 9. Resolution approving request from John Deere Waterloo Operations to hold its annual 5K run on Saturday,May 12th,2018 from 7:00 a.m.to 10:00 a.m.,starting and finishing at the John Deere Tractor&Engine Museum,located at 500 Westfield Ave.,with barricades at Westfield Avenue and W.Commercial Street,Westfield Avenue and Fletcher Avenue,River Road/W.Jefferson Street and W.Commercial Street,and W.Jefferson Street and Westfield Avenue. Resolution adopted and upon approval by Mayor assigned No. 2018-129. 10.Resolution Request from Brandon Simon for a variance to the Noise Ordinance on May 5, 2018, 11:00 a.m.to 5:00 p.m.in conjunction with the Urban Cross Grand Prix event,to be held on the National Cattle Congress Fairgrounds. Resolution adopted and upon approval by Mayor assigned No.2018-130. b. Motion to approve the following: 1 Travel Requests Name&Title of Amount Personnel Class/Meeting Destination Date(s) not to Exceed a. WPD-Sgt.Gehrke, 2018 Iowa Narcotic West Des March 27- $2,470.00 Inv.Berry,Inv.J. Officers Association Moines,IA 29,2018 Zubak;CFPD- Conference(INOA) Gerzema b. Lt.Jennson,Training Officer 1 Class Cedar March 9-11 $280.00 Officer Rapids,IA &23-25, 2018 c. Wayne Castle, 2018 Iowa Water Ames,IA March 21- $355.00 Associate Engineer Conference 22,2018 d. Luke Even,Forestry Minnesota Shade Tree Arden Hills, March 13- $530.00 Foreman Short Course MN 14,2018 Page 10 of 513 March 5,2018 Page 4 2• Approved Beer,Liquor,and Wine Applications Name&Address of Business Class New or Expiration Includes Renewal Date Sunda a. Tokyo Japanese Steakhouse, C Liquor Renewal 2/13/2019 x 1931 Sears Street b. Sycamore Convenience,617- B Wine/C Beer/E Renewal 3/11/2019 x 619 Sycamore Street Liquor c. Ray's Supermarket, 1975 B Wine/C Beer/E Renewal 3/2/2019 x Franklin Street Liquor d. Jim Lind Standard Service, C Beer Renewal 4/6/2019 x 230 E.Ridgeway Avenue e. J's R&B Lounge,501 C Liquor Renewal 4/6/2019 x Independence Avenue f. El Patron,301 E.4th Street C Liquor Renewal 2/28/2019 x w/Outdoor Service 3. Mayor Hart's recommendation of the following appointments: Appointee Board/Commission Expiration New or Date Re-Appointment Angela Weekley Community Development 11/2/2018 New Board 4. Bonds. Roll call vote-Ayes: Seven. Motion carried. PUBLIC HEARINGS 146609- Schmitt/Amos that proof of publication of notice of public hearing on 2018 Spring Stump Removal Project,as published in the Waterloo Courier on February 20,2018,be received and placed on file. Voice vote- Ayes: Seven. Motion carried. This being the time and place of public hearing,the Mayor called for written and oral comments. Bruce Kaesser,CRT Apartment,questioned if the project included treatment of the ground after removing the trees. Paul Huting,Leisure Services Director,explained that the stumps are ground one foot below ground and the hole is filled in with soil. 146610- Schmitt/Amos that the hearing be closed and oral comments be received and placed on file. Voice vote-Ayes: Seven. Motion carried. 146611 - Schmitt/Amos that "Resolution confirming approval of plans, specifications, form of contract, etc.", be adopted. Roll-call vote-Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No.2018-131. 146612- Schmitt/Amos that"Resolution authorizing to proceed",be adopted. Roll-call vote-Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No.2018-132. Page 11 of 513 March 5,2018 Page 5 146613- Schmitt/Amos Motion to receive and file and instruct City Clerk to read bids. Estimate: $100,000 Bidder Bid Security Bid Amount JBL Rentals,LLC 5% $102,000.00 Parkersburg,IA Wilson Custom Tree Service 5% $ 92,490.81 Cresco,IA Schaefer Tree&Lawn Service 5% $129,800.00 Waterloo,IA Voice vote-Ayes: Seven. Motion carried. 146614- Schmitt/Amos that"Resolution awarding the 2018 Spring Stump Removal Project bid to Wilson Custom Tree of Cresco, Iowa, in the amount of$92,490.81, and approving the contract, bond and certificate of insurance, and authorize the Mayor to execute said agreement", be adopted. Roll call vote-Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No.2018-133. 146615- Morrissey/Amos that proof of publication of notice of public hearing on the request by CRF Rentals for a site plan amendment to the "C-P" Planned Commercial District for constriction of a 5,184 square foot Commercial building located south of 2911 Southland Drive, as published in the Waterloo Courier on February 23,2018,be received and placed on file. Voice vote-Ayes: Seven. Motion carried. This being the time and place of public hearing,the Mayor called for written and oral comments. Chris Fischels, 4736 Yellowstone, commented that he is the developer for the project and is available to answer any council questions. 146616- Morrissey/Amos that the hearing be closed and oral comments and recommendation of approval of the Planning, Programming and Zoning Commission, be received and placed on file. Voice vote-Ayes: Seven. Motion carried. 146617- Morrissey/Amos that"an Ordinance amending Ordinance No. 5079,as amended,City of Waterloo Zoning Ordinance, by amending the official Zoning Map referred to in Section 10-4-4,approving a site plan amendment on a certain property located south of 2911 Southland Drive",be received,placed on tile,considered and passed for the first time.Roll call vote-Ayes: Seven.Motion carried. Mr. Shimp questioned the urgency. Chris Fischels explained the ideal time would be to break ground in Spring. 146618- Morrissey/Amos that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll call vote-Ayes: Zero. Nays: Seven (Jacobs, Morrissey, Shimp, Klein, Amos, Schmitt,and Juon).Motion failed. 146619- Morrissey/Shimp Page 12 of 513 March 5,2018 Page 6 that proof of publication of notice of public hearing on request by Michael Crane to vacate a platted 20' utility easement located along the southerly property line for construction of a 192 square foot shed located at 235 Niagara Drive, as published in the Waterloo Courier on February 23, 2018, be received and placed on file. Voice vote-Ayes: Seven. Motion carried. This being the time and place of public hearing,the Mayor called for written and oral comments. Mike Crane, 235 Niagara, explained that he purchased the property in June and the easement was discovered while applying for a building permit and requests council expedite the item so he can build on the property. 146620- Morrissey/Shimp that the hearing be closed and oral comments and recommendation of approval of the Planning, Programming and Zoning Commission, be received and placed on file. Voice vote-Ayes: Seven. Motion carried. 146621 - Morrissey/Shimp that"an Ordinance approving a request by Michael Crane to vacate a platted 20' utility easement located along the southerly property line for construction of a 192 square foot shed located at 235 Niagara Drive",be received,placed on file, considered and passed for the first time. Roll call vote- Ayes: Seven.Motion carried. 146622- Morrissey/Shimp that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended.Roll call vote-Ayes: Seven.Motion carried. 146623- Morrissey/Shimp that"an Ordinance approving a request by Michael Crane to vacate a platted 20' utility easement located along the southerly property line for construction of a 192 square foot shed located at 235 Niagara Drive", be considered and passed for the second and third times and adopted. Roll call vote-Ayes: Seven.Motion carried. Ordinance adopted and upon approval by Mayor assigned No. 5443. 146624- Shimp/Amos that proof of publication of notice of public hearing on sale and conveyance of City owned property generally located in the Walnut neighborhood to Iowa Heartland Habitat for Humanity in the amount of$1.00,with a development agreement,as published in the Waterloo Courier on February 23,2018, be received and placed on file. Voice vote-Ayes: Seven. Motion carried. This being the time and place of public hearing,the Mayor called for written and oral comments and there were none. 146625- Shimp/Amos that the hearing be closed. Voice vote-Ayes: Seven. Motion carried. 146626- Shimp/Amos that"Resolution authorizing sale and conveyance of seven city owned properties generally located within the Walnut Neighborhood,to Iowa Heartland Habitat for Humanity for$1.00, and authorize the Mayor and City Clerk to execute necessary documents", be adopted. Roll-call vote-Ayes: Seven. Motion carried. Noel Anderson, Community Planning and Development Director,provided an overview of the sale of property and development agreement. Page 13 of 513 March 5,2018 Page 7 Mr. Morrissey commented that he is in favor of the transaction but the council communication did not include an aerial view,which he would like to see. Resolution adopted and upon approval by Mayor assigned No.2018-134. 146627- Shimp/Amos that "Resolution approving a Development Agreement with Iowa Heartland Habitat for Humanity and authorizing the Mayor and City Clerk to execute said agreement", be adopted. Roll-call vote- Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No.2018-135. 146628- Amos/Morrissey that proof of publication of notice of public hearing on the Demolition and site clearance services contract for 807 East 4th Street and 809-811 East 4th Street,as published in the Waterloo Courier on February 20,2018, be received and placed on file. Voice vote-Ayes: Seven. Motion carried. This being the time and place of public hearing,the Mayor called for written and oral comments and there were none. 146629- Amos/Morrissey that the hearing be closed. Voice vote-Ayes: Seven. Motion carried. 146630- AmosfMorrissey that "Resolution confirming approval of plans, specifications, form of contract, etc.", be adopted. Roll-call vote-Ayes: Seven. Motion carried. Noel Anderson provided an overview of demolition of the properties and development agreement that call for building a new teen center in the Walnut Neighborhood. Resolution adopted and upon approval by Mayor assigned No.2018-136. 146631 - Amos/Morrissey that"Resolution authorizing to proceed",be adopted. Roll-call vote-Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No.2018-137. 146632- Amos/Morrissey Motion to receive and file and instinct City Clerk to read bids and refer to Community Planning and Development Director. Estimate: A: $13,000 Estimate: B: $18,000 Bidder Bid Security Bid Amount Kelly Demolition&Excavating,LLC ° A: $19,800.00 Mount Vernon,IA 5�0 B: $25,550.00 Peterson Contractors,Inc. ° A: $10,660.50 Reinbeck,IA 5�0 B: $16,491.00 Benton's Sand&Gravel ° A: $12,770.00 Cedar Falls,IA 5�0 B: $16,840.00 Frickson Bros.Excavating ° A: $15,000.00 Evansdale,IA 5 ° B: $25,000.00 Lehman Trucking&Excavating,Inc. ° A: $9,000.00 Waterloo,IA 5�0 B: $10,000.00 Voice vote-Ayes: Seven. Motion carried. Page 14 of 513 March 5,2018 Page 8 RESOLUTIONS 146633- Schmitt/Amos that"Resolution approving a request by CGA Engineers on behalf of BCS Properties, LLC for the final plat of Village West 2nd Addition, a three lot commercial subdivision, located at the northeast corner of Highway 63 and West Ridgeway Avenue", be adopted. Roll call vote-Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No.2018-138. 146634- Schmitt/Amos that"Resolution approving Development Agreement with CRF Rentals,LLC for the development of a 5,000 square foot commercial building with a value no less than $282,000, offering property tax rebates of year one through year three for 70% and year four through year seven for 65%, and authorize Mayor to execute said document", be adopted. Roll call vote-Ayes: Seven. Motion carried. Mr. Shimp questioned if it would be appropriate to table the item once the zoning action is complete. Noel Anderson explained that they are not contingent upon one another and the rezone would need to take place prior to taking out a building permit. Resolution adopted and upon approval by Mayor assigned No.2018-139. 146635- Schmitt/Amos that"Resolution approving Funding Agreement with the Black Hawk County Gaming Association for a$750,000 match for University Avenue Reconstruction Enhancements and authorize Mayor to execute said document",be adopted. Roll call vote-Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No.2018-140. 146636- Juon/Morrissey that "Resolution approving an agreement with Black Hawk County for improvements to Donald Street and Elk Run Road, and authorize the Mayor and City Clerk to execute said document", be adopted. Roll call vote-Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No.2018-141. 146637- Juon/Morrissey that"Resolution approving submission of grant application for a Diesel Emissions Reduction Grant (DERA) to replace one (1) 2005 International Harvester D466 Garbage Truck's outdated Tier 2 Emissions with a Tier 4 2018 Emissions",be adopted. Roll call vote-Ayes: Seven. Motion carried. Mrs.Klein questioned if the garbage truck is outdated. Sandie Greco, Interim Public Works Director, explained that this is a grant application with matching funds to replace the outdated Tier 2 Emissions currently on the garbage truck with updated Tier 4 2018 Emissions. Resolution adopted and upon approval by Mayor assigned No.2018-142. 146638- Juon/Morrissey that"Resolution approving award of hotel/motel mini tax grant to the Cedar Falls Lion's Club in the amount of$1,950",be adopted. Roll call vote-Ayes: Seven. Motion carried. Mr.Morrissey questioned if the amount of$1,950 will meet the requested need of$12,000. Page 15 of 513 March 5,2018 Page 9 Mrs.Juon commented the awards are contingent on the successful implementation of the project and if this amount isn't enough to get the job done,they would not likely receive the 51,950. Resolution adopted and upon approval by Mayor assigned No.2018-143. 146639- Juon/Morrissey that"Resolution approving Federal Regulation Procurement Requirements for FEMA projects", be adopted. Roll call vote-Ayes: Seven. Motion carried. Mr.Morrissey requested an overview of the item. Mayor Hart explained that as a result of a visit from the Iowa Homeland Security they have recommended that the city adopt this policy. Michelle Weidner,Chief Financial Officer,explained that the federal government adopted new grant guidelines which will apply to local federal projects moving forward. Mr.Morrissey questioned if the vote is just to adopt the requirements. Michelle Weidner explained that this policy gives staff guidelines for purchases with funds from federal grants. Resolution adopted and upon approval by Mayor assigned No.2018-144. OTHER COUNCIL BUSINESS 146640- Morrissey/Amos that motion to rescind the action taken by this Council on 2/5/18 regarding item 1.B.4 (Recommendation of Appointment of Jonathan Oehlerich from Civil Service list to position of Garage Mechanic at Public Works,effective 2/7/18),be received,placed on file and approved. Dave Zellhoefer, City Attorney, explained that the city council has the power to make the final decision on Civil Service appointments under Iowa Code §400.15. He further explained the hiring process and where it intersects with state code. Kelley Felchle explained the difference between rescinding and reconsideration and the procedure for each under the current city code. She further explained that if approved,it repeals the failed vote to appoint Mr. Oehlerich and he returns to the Civil Service list as a possible candidate for the position. A motion to appoint him specifically would need to come back before council at a later date. If the motion fails, council's decision stands and another candidate from the civil service list would need to be appointed to the position. Mr. Shimp commented that his vote was strictly budgetary. 146641 - Shimp/Klein Motion to table agenda item#14 until July 2018 and call the question. Dave Zellhoefer explained the motions should be voted on separately,beginning with the motion to table. Kelley Felchle read from City code Title 1,Chapter 4,Section 3,Subsection D and noted if the motion is to be divided into separate questions;a member of council will need to make the request. Mrs.Klein moved to separate the questions. Mr.Morrissey requested clarification. Kelley Felchle explained that Mrs.Klein moved to separate the motions and a second is not required. Page 16 of 513 March 5,2018 Page 10 Mrs.Tuon questions which item was being voted on. Kelley Felchle explained the first vote would be to table the item and that there would be no need to call the question. Mr. Shimp questioned if he needed to rescind his motion to call the question and just move to table. Kelley Felchle noted that would be appropriate. 1466342- Shimp Moved to rescind the Call the question. Mayor Hart questioned if the item is debatable. Dave Zellhoefer explained a motion to table is not debatable and only requires a simple majority. Mr.Morrissey commented that without the ability to debate,there is a standing motion with a second that council has not had the opportunity to speak to. Dave Zellhoefer explained that a motion to table cannot be made while someone else has the floor and it usually is following all debate. So debate would be allowable on Mr. Morrissey's original motion. Mayor Hart questioned if Mr.Morrissey has an opportunity to debate Mr. Shimp's motion to table. Mrs.Klein requested documentation,chapter and verse,showing the timing to table an item. Dave Zellhoefer reiterated that the motion to table is not allowed when someone else has the floor and questioned if Mr.Morrissey yielded to Mr. Shimp to make the motion to table. Mr.Morrissey stated he did not have the floor at the time of Mr. Shimp's motion but that he had not been given an opportunity other than to read his motion and have it seconded, nor had anyone else and he believes the item should be debatable. Dave Zellhoefer explained it is the council's discretion to debate. Kelley Felchle provided an overview of parliamentary rules and where Robert's Rules of Order fits in with the City's rules of order which doesn't state that Robert's Rules of Order have to be followed at all times. Mr.Mayor questioned if Mr.Morrissey can have the opportunity to speak to his motion. Kelley Felchle explained that the council is free to debate. 146643- Shimp Moved to rescind motion to table. Mrs.Klein stated she will not rescind her second. Mr. Morrissey commented that by tabling the item, Mr. Oelerich would need to wait until July and believes this to be unfair. He further commented on the criteria to rescind a motion and the result of doing so and read Robert's Rules of Order reference to this situation. He commented on his understanding of Iowa Code §400.15 and argues that the motions taken on February 5, 2018 were not procedurally correct. Mr. Amos commented that the vote on February 5, 2018, should have been on appointing the individual,and not turned into a budget issue. Mayor Hart requested clarification on the result of a passing vote to table until July 2018. Page 17 of 513 March 5,2018 Page l 1 Kelley Felchle explained that if the vote to table passes, the item will not come back until July and that if the motion to rescind does not pass,then the motion on the books stands. Mrs.Juon questioned if the position remains in the FYI budget if the item is tabled and if so would it need to wait until July since the budget would have already been approved before then. Kelley Felchle explained that if the motion to table until July 2018 is approved, it cannot be considered before then. Mr.Morrissey questioned if Mr. Shimp could change his motion to what Mrs.Juon suggested. Mayor Hart commented that Mrs.Klein has already stated she would not rescind her vote. Council then voted on motion#146641 to table agenda item #14 until July 2018. Roll call vote— Ayes:Four.Nays: Three(Morrissey,Amos and Juon). Motion carried. ADJOURNMENT 146644- Juon/Amos that the Council adjourn at 6:59 p.m. Voice vote-Ayes: Seven. Motion carried. Kelley Felchle City Clerk Page 18 of 513 CITY OF WATERLOO Council Communication Minutes of March 8, 2018, Special Session, as proposed. City Council Meeting: 3/12/2018 Prepared: REVIEWERS: Department Reviewer Action Date Clerk Office Higby, Nancy Approved 3/9/2018 - 2:30 PM ATTACHMENTS: Description Type D Special Meeting Minutes of March 8, 2018 Backup Material Submitted by: Submitted By: Page 19 of 513 March 8,2018 The Council of the City of Waterloo, Iowa, met in Special Session at Harold E. Getty Council Chambers, Waterloo, Iowa, at 5:30 p.m., on Thursday, March 8, 2018. Mayor Quentin Hart in the Chair. Roll Call: Jacobs,Morrissey,Shimp,Klein,Amos,Schmitt,and Juon. 146645- Juon/Schmitt that the Agenda, as proposed, for the Special Session on Thursday, March 8, 2018, at 5:30 p.m., be accepted and approved. Voice vote-Ayes: Seven. Motion carried. Michelle Weidner,Chief Financial Officer,gave a presentation of the FYI Budget. Mrs. Juon questioned if other cities have adopted their budgets and if they are increasing or decreasing their tax rates. Michelle Weidner explained that Sioux City and Council Bluffs have substantial tax increases. Waterloo will be among the highest though the askings have decreased. Mr.Jacobs questioned how much state roll back money is included in the budget. Michelle Weidner explained that the entire rollback is included and explained pending legislation at the state level affecting the rollback. PUBLIC HEARING 146646- Juon/Schmitt that proof of publication of notice of public hearing on the FYE2019 Budget as published in the Waterloo Courier on February 23, 2018, be received and placed on file. Voice vote-Ayes: Seven. Motion carried. This being the time and place of public hearing,the Mayor called for written and oral comments. David Dryer, 3145 W. 4t" Street, questioned when Waterloo would stop worrying about comparing itself to other cities and when the Mayor will be working to reduce the number of department heads. Forest Dillavou, 1725 Huntington Road, comi-nented that he does not support raising the franchise utility fee due to the fact that it has a burdensome impact on people and other entities that turn around and tax citizens. John Sherbon, 1715 Robin Road, commented that the debt service takes up a large sum of money on the budget and levy rate and that the city needs to reevaluate everything it does in order to find savings. Mike Spence, 4042 Jill Drive, commented that calls for service and the number of firefighters have decreased over the years. He explained the hazardous impact of the periodic closings of Station 6 and that continued reductions to Fire staffing levels is a serious concern. 146647- Juon/Schmitt That the hearing be closed and oral comments be received and placed on file. Voice vote-Ayes: Seven. Motion carried. 146648-Juon/Amos that "Resolution approving the FY2019 budget with a total tax levy rate of$17.76290 and property tax askings in the amount of$41,134,775", be adopted. Roll-call vote-Ayes: Two. Nays: Five (Jacobs,Morrissey, Shimp,Klein,and Schmitt). Motion failed. Mr.Morrissey requested an overview of the reductions included in the proposed budget. Michelle Weidner provided an overview of the reductions included in the proposed budget. Mr. Shimp questioned if the franchise fee increase would need to be a separate vote by council. Page 20 of 513 March 8,2018 Page 2 Michelle Weidner explained that the council would need to vote to approve a franchise fee agreement at a later date. Mr. Jacobs commented that the Strategic Plan has a levy rate of $16.50 and at budget time, the strategic plan goal gets pushed aside. He explained that the council sets the direction with a levy rate and the responsibility lies with the department heads to find cuts. He commented that he believes the franchise tax is a regressive tax because it impacts individuals who already have a difficult time paying their bills. Mrs. Klein commented that the proposed levy rate is a complete abandonment of the goal set in the Strategic Plan. She commented that the city is taxing too much and that she does not support the utility franchise fee increase. She further noted that she submitted thirteen budget suggestions and does not see them included in the budget and did not receive an explanation as to why they were not included. Mrs. Juon commented that it is not fair to simply look at tax askings and that the city's property tax valuation decreased. Mr. Morrissey commented that he was present for the strategic planning sessions and believes that picking a number to get the tax rate to was painting the city into a corner. He noted that if there were going to be reductions then there should be increases in revenue. He commented that he submitted proposals and did not believe that his were included in the budget either and that he would like an opportunity to present his ideas. Dubuque used 50% of its Local Option Tax to help balance the budget. Mr. Morrissey proceeded to present his proposed budget ideas submitted to the Chief Financial Officer. Mrs. Klein commented that she wishes council could have shared ideas together prior to the special meeting. She presented her proposed budget ideas submitted to the Chief Financial Officer. Mr. Shimp commented that he is in favor of the Local Option Tax and clarified the impact of the utility franchise increase. Mrs.Juon questioned if the city can legally require employees to live a certain distance from work. Pat Treloar, Fire Chief, explained the state law on residency requirements for civil service public safety employees and noted that the current policy is 10 miles from city hall. Mr. Schmitt commented that he has had recommendations while he has been on council and he presented a power point in 2016 and noted that the majority of the conversation taking place tonight has been to increase revenue but in the private sector they work to both increase revenue and cut expenses. He further commented that he is not in favor of using fund balance and increasing the utility franchise fee and is in favor of some of Mrs.Klein's proposals. Mrs. Juon commented that a city reorganization committee has been established and hopes that changes will come from these discussions. Mr. Morrissey commented that the majority of cities have increased their utility franchise fee. He further commented that a reduction of services is not appropriate. Mayor Hart commented that he asked for suggestions from council and has had conversations with council members and has tried to find a compromise with council suggestions. He further commented that he believes the city can get close to the $16.50 goal in the strategic plan and noted that the plan calls for property valuations increasing in order help get the city to the goal. Mr. Morrissey commented that he is opposed to the resolution due to the reduction of two jobs in the Fire Department. 146649- Morrissey/Juon To recess for 10 minutes at 7:01 p.m. Voice vote-Ayes: Seven. Motion carried. 146650-Morrissey/Amos To reconvene at 7:13 p.m. Voice vote-Ayes: Seven. Motion carried. Page 21 of 513 March 8,2018 Page 3 146651 -Klein/Schmitt To approve a resolution adopting a levy rate of $17.17, removing 1/3 of backfill figure, and eliminating increases to the utility franchise fee. 146652-Morrissey/Amos To recess for until 7:35 p.m. Voice vote-Ayes: Seven. Motion carried. 146653-Morrissey/Amos To reconvene at 7:39 p.m. Voice vote-Ayes: Seven. Motion carried. 146654-Morrissey/Amos Motion to recess for 10 minutes at 7:40 p.m.Voice vote-Ayes: Seven. Motion carried. 146655- Shimp/Amos Motion to reconvene at 7:59 p.m.Voice vote-Ayes: Seven. Motion carried. The council then voted on motion number 146651, Resolution adopting a levy rate of $17.17, removing 1/3 of backfill figure, and eliminating increases to the utility franchise fee. Roll call vote- Ayes:Four. Nays:Three(Morrissey,Amos,and Juon). Motion carried. Michelle Weidner explained that the cuts total$2.761 Million. Mayor Hart commented that losses in personnel would have to take place in every department in order to meet the cuts. Mayor Hart handed out a veto letter and read the notice to council. Mr. Schmitt motioned to reverse the mayor's veto. Motion died due to a lack of a second. 146656-Morrissey/Juon To recess for fifteen minutes at 7:15 p.m. Voice vote-Ayes: Six. Nays: One (Shimp). Motion carried. 146657- Morrissey/Amos Motion to reconvene at 8:30 p.m. Voice vote-Ayes: Seven. Motion carried. 146658-Morrissey/Amos Resolution adopting a budget based off of the $17.76 proposal by restoring the two eliminated fire fighter positions, removing cuts to the library and human rights commission, use of$210,000 fund balance,use of 5%increase in general fund fees and permits,and a levy rate of$17.4070. 146659- Shimp/Jacobs To recess for 10 minutes at 8:44 p.m. Voice vote-Ayes: seven. Motion carried. 146660- Morrissey/Shimp Motion to reconvene at 8:54 p.m. Voice vote-Ayes: Seven. Motion carried. Michelle Weidner explained that it would put the city at a levy rate of$17.4070. Mrs.Klein questioned if that includes raising the utility tax and the full backfill amount. Mr.Morrissey confirmed. Mr.Jacobs requested clarification on the 5%increase to fees and pen-nits. Page 22 of 513 March 8,2018 Page 4 Mr.Morrissey explained that it would increase the general fund fees for permits. Mr. Shimp questioned what fees are included in the general fund. Michelle Weidner explained the permits included. Mrs.Klein stated that she could not support increasing fees. 146661 -Morrissey/Amos To lay on the table and take the item up at the end of the regular agenda on Monday. Roll call vote- Ayes:Three.Nays:Four(Jacobs, Shimp,Klein,Schmitt). Motion failed. The council then voted on motion number 146658, Resolution adopting a budget based off of the $17.76 proposal by restoring the two eliminated fire fighter positions, removing cuts to the library and human rights commission,use of$210,000 fund balance, use of 5%increase in general fund fees and permits, and a levy rate of$17.4070. Roll call vote-Ayes: Three. Nays: Four(Jacobs, Shimp, Klein,and Schmitt). Motion failed. ADJOURNMENT 146662- Juon/Amos that the Council adjourn at 9:26p.m. Voice vote-Ayes: Seven. Motion carried. Kelley Felchle City Clerk Page 23 of 513 CITY OF WATERLOO Council Communication Resolution approving Order accepting Acknowledgment/Settlement Agreement and check for$300.00 from Prime Mart#7, 1309 Lafayette Street, Waterloo, Iowa, for sale of tobacco to minor violation-first offense. City Council Meeting: 3/12/2018 Prepared: 3/2/2018 REVIEWERS: Department Reviewer Action Date Legal Higby, Nancy Approved 3/7/2018 - 11:37 AM ATTACHMENTS: Description Type Resolution approving Order accepting Acknowledgment/Scttlement SUBJECT: Agreement and check for$300.00 from Prime Mart#7, 1309 Lafayette Street, Waterloo; Iowa; for sale of tobacco to minor violation-first offense. Submitted by: Submitted By: David R. Zellhoefer, City Attorney Page 24 of 513 5 IN RE: i PRIME MART 97 ACKNOWLEDGMENT/ 1309 LAFAYETTE STREET SETTLEMENT AGREEMENT WATERLOO, IOWA, 50703 FIRST VIOLATION J t I (we) hereby knowingly and voluntarily acknowledge that we have received the Notice of Hearing and the Complaint in the above case. I (we) hereby knowingly and voluntarily acknowledge the facts and allegations contained in the Complaint, attached hereto and incorporated herein by reference, and knowingly and voluntarily admit that the same are true and correct. I (we) hereby knowingly and voluntarily waive hearing, and submit to the statutory penalties prescribed by Iowa law. I (we) understand that this penalty will count as an official "First Violation"of Iowa Code §453A,2 pursuant to Iowa Code §453A.22. I (we) have enclosed a check for the amount of$300.00 made payable to the City of Waterloo to settle the above- referenced complaint. The above-captioned permit holder hereby waives all jurisdictional claims. Date: NOTE: This must be signed by an individual cigarette permittee, or in the case of another business entity, by individual(s) who have authority to bind the entity. If you decide to sign this ACKNOWLEDGMENT/SETTLEMENT AGREEMENT and waive your appearance at a hearing, this document, properly signed and dated, along with your $300.00 check made payable to the City of Waterloo, should be returned to: David R. Zellhoefer, Waterloo City Attorney, 715 Mulberry Street, Waterloo, Iowa,50703. 1 Page 25 of 513 � / -- / Mi CITY OF WATERLOO Council Communication Resolution approving request to seek proposals for new next generation network firewall to replace current end of life units. City Council Meeting: 3/12/2018 Prepared: 3/6/2018 REVIEWERS: Department Reviewer Action Date Information Services Youngblut, Chris Approved 3/7/2018 - 9:58 AM Clerk Office Even, LeAnn Approved 3/7/2018 - 12:06 PM ATTACHMENTS: Description Type SUBJECT: Resolution approving request to seek proposals for new next generation network firewall to replace current end of life units. Submitted by: Submitted By: Chris Youngblut, Technology Services Director Recommended Action: Approval Our current network firewall is nearing end of life for maintenance and support. It is critical to have a new one in place to ensure safe and secure Summary Statement: network and data communication. There are many brands of firewalls with different options,performance and reputation. It is imperative that we look at what is best for the city based on numerous factors listed in the RFP. Expenditure Required: $35,000 to $45,000 estimated. Source of Funds: Combination of GO Bond funds for hardware and general funds for installation/configuration/training. Background Information: This supports Strategy 4.7 of the strategic plan- developing electronic initiatives to enhance ease of use and customer service. Page 27 of 513 City of Waterloo, Iowa Request for Proposal City of Waterloo, Iowa Network Firewall Replacement March 12, 2018 1. Introduction The City of Waterloo, Iowa is seeking proposals to replace its end of life network firewall with a new next generation firewall (NGFW). The City of Waterloo requires a vendor who has demonstrated experience in network security, familiarity with next generation firewalls and intrusion prevention. Ability to meet the scope of work/requirements and past performance of similar projects will be evaluated. 2. Current Situation The City of Waterloo currently has two SonicWALL NSA 4500's in a high availability configuration. Internet connectivity is a 1Gbps feed from a central location at City Hall. The City of Waterloo employs approximately 500 people. Approximately 100 users are set up with VPN access and up to 30 are on at any one time throughout the day. 3. Scope of Work/Requirements The solution should include a next generation security device(s) at the edge of the city network. In addition to being an edge security device, it needs to function as an intrusion protection/intrusion detection device and URL filtering device. Firewall vendor inclusion in the Gartner Magic Quadrant(July 2017) for Enterprise Firewalls will be a priority. Allow for policy creation and enforcement based on any combination of date, time of day, ingress and egress hardware port, ingress and egress software port, application identification, user identification and content identification. Ability to integrate with Active Directory/LDAP. Page 28 of 513 The device needs to be able to correctly classify all traffic and then determine source/destination and affect change to the stream if necessary. Must be capable of SSL inspection. High availability as well as the ability to potentially have a second internet connection is a priority. Secure access and setup for VPN users and VPN Tunnel capability Intuitive graphical user interface. Chosen vendor shall provide on-site installation, configuration and training. All port and IP configuration from current network firewall shall be ported to new system as required by City of Waterloo. Installation of device(s) must be complete by May 15, 2018. 4. Proposed Timeline/Budget Questions and Proposals should be sent to: City of Waterloo Attn: Chris Youngblut,Technology Services Director 715 Mulberry St Waterloo, IA 50703 chris.youngblut@waterloo-ia.or� All proposals should be submitted no later than 5:00 PM on March 19, 2018. While budget is an important consideration, it will not be the sole deciding factor in awarding this project. Equipment reputation/performance/reliability will be extremely important. Please include a breakdown of costs by: a) Equipment Costs b) License/Support Fees (1 year and 3 year options) c) Ongoing service/support fees for licensing/equipment d) Implementation/Configuration/Training e) Other miscellaneous costs/expenses The City of Waterloo reserves the right to accept or reject any or all quotes without assigning reason. Page 29 of 513 CITY OF WATERLOO Council Communication Resolution setting a date of public hearing as March 26, 2018, to approve a request by Hope M. Anderson to rezone approximately 129.16 acres from"A-1"Agricultural District to "R-1" One and Two Family Residence District, located next to 5805 Kimball Avenue between Kimball Avenue and Highway 21, and north of E Orange Road, and instruct City Clerk to publish notice. City Council Meeting: 3/12/2018 Prepared: 2/7/2018 REVIEWERS: Department Reviewer Action Date Planning& Zoning Schroeder,Aric Approved 3/7/2018 - 11:08 AM Clerk Office Higby, Nancy Approved 3/7/2018 - 11:40 AM ATTACHMENTS: Description Type D Rezone A-1 to R-1 Cover Memo D Memo Paradise Estates Backup Material Resolution setting a date of public hearing as March 26, 2018, to approve a request by Hope M. Anderson to rezone approximately 129.16 acres from SUBJECT: "A-1"Agricultural District to "R-1" One and Two Family Residence District, located next to 5805 Kimball Avenue between Kimball Avenue and Highway 21, and north of E Orange Road, and instruct City Clerk to publish notice. Submitted by: Submitted By:Noel Anderson, Community Planning& Development Director Recommended Action: Approval Transmitted herewith is a request to set the date of public hearing as March 26, 2018, to approve a request by Hope M. Anderson to rezone approximately 129.16 acres from"A-1"Agricultural District to "R-1" One and Two Family Residence District, located next to 5805 Kimball Avenue between Kimball Avenue and Highway 21, and north of E Orange Road. The request for the rezone would not appear to have a negative impact upon the surrounding area. It would appear that the proposed residential uses would blend in well with the surrounding neighborhood which consists of single family homes, vacant land, and Orange Elementary School. The proposed rezone area would appear to have some impact on the surrounding pedestrian and traffic conditions in the area. Mohammad Elahi with the City of Waterloo Traffic Operations indicated the need for a traffic study for the proposed rezone area. The proposed development would be served by Kimball Avenue and E. Orange Road which are classified as Page 30 of 513 Collector Streets which means they were designed and constructed for higher volumes of traffic, and Highway 21, which is classified as a Minor Arterial. Kimball Avenue has an average annual daily traffic count of 1,730 vehicles and E Orange Road has an average annual daily traffic count of 630 vehicles. The proposed rezone area will consist of sidewalks throughout the development and there has been a discussion regarding having a pedestrian access that connects the proposed development to Orange Elementary School. The proposed rezone area has been zoned "A-1"Agricultural District since the adoption of the Zoning Ordinance in 1969. The rezone request would appear to have some impact on drainage in the area, especially considering approximately 6 lots and 3 tracts are partially in the 100-year floodplain for the 129.16 acre development. However, a draft of the preliminary plat for the Paradise Estates Addition does denote three storm water detention areas with a tract on the southwest side, a tract on the northeast side, and a tract on the southeast side of the proposed development. In addition 15' and 20' storm water drainage easements are identified in the rear and side yards for various Summary Statement: lots. The area would likely be able to be removed from floodplain status after the area is graded. Orange Elementary is directly adjacent to the proposed rezone area. The area is also served by Hover Middle School and West High School. Lichty Park is also located approximately 1,300 feet to the west of the proposed subdivision. There also has been a discussion regarding having a pedestrian connection between the school and the proposed development. The applicant at a previous Planning and Zoning Commission meeting on February 6, 2018, requested to rezone a total of 129.16 acres including 105.33 acres from"A-1"Agricultural District to "R-1" One and Two Family Residence District(Tract B), 10.85 acres from"A-1"Agricultural District to "R-3" Multiple Residence District Tract D), 3.51 acres from"A-1" Agricultural District to "R-4"Multiple Residence District(Tract A), and 9.47 acres from"A-1"Agricultural District to "C-1"Neighborhood Commercial District(Tract C). It was moved by Hall, seconded by Flynn to recommend that Tracts A, C, and D be rezoned to "R-1,C-Z"and Tract B rezoned to "R-1". Motion carried unanimously. In order to better address concerns raised by neighbors. The applicant is now requesting to rezone the entire 129.16 acres from"A-1"Agricultural District to "R-1" One and Two Family Residence District with no "C-Z" conditional zoning or other zoning classifications being requested at this time. At the meeting neighbors had concerns regarding increased traffic, water pressure, drainage, impacts to the character of the Orange Township neighborhood, urban sprawl, protecting existing agricultural ground, housing covenants, land uses other than R-1, home prices, etc. The applicant met with the neighborhood prior to the Planning and Zoning meeting on March 6, 2018. Staff recommended approval of the request submit to a condition that a traffic study will be required for the area prior to the submittal of a final plat. At their March 6, 2018 meeting, the Planning and Zoning Commission Page 31 of 513 unanimously recommended approval of the rezoning request, subject to the condition that a traffic study be submitted prior to submittal of a final plat. Expenditure Required: None Source of Funds: N/A Goal 1: Support the creation of new, livable wage jobs though a balanced Policy Issue: economic development approach of assisting existing businesses, foster start-ups, attracting new employs and cultivating an adequate workforce. Alternative: N/A Background Information: N/A Legal Descriptions: See Attached Page 32 of 513 March 6,2018 REQUEST: Request by Hope M. Anderson to rezone a total of 129.16 acres from "A-1"Agricultural District to "R-1" One and Two Family Residence District for the development of a 210 lot subdivision. The proposed rezone area is located next to 5805 Kimball Avenue, between Kimball Avenue and Highway 21, and north of E. Orange Road. APPLICANT: Hope M. Anderson, 100 Anderson Drive, Waterloo, IA 50701 GENERAL The applicant is requesting to rezone the 129.16 acre property in DESCRIPTION: question for the purpose of creating a 210 lot subdivision with 3 land tracts known as the Paradise Estates Addition. IMPACT ON The request for the rezone would not appear to have a negative NEIGHBORHOOD & impact upon the surrounding area. It would appear that the SURROUNDING proposed residential use would blend in well with the surrounding LAND USE: neighborhood which consists of single family homes, vacant land, and Orange Elementary School. VEHICULAR & The proposed rezone area would appear to have some impact on PEDESTRIAN the surrounding pedestrian and traffic conditions in the area. TRAFFIC Mohammad Elahi with the City of Waterloo Traffic Operations CONDITIONS: indicated the need for a traffic study for the proposed rezone area. The proposed development would be served by Kimball Avenue which consists of (6.5" (PCC) Portland Cement Concrete on a 6" granular base with a 4.5" (ACC)Asphalt Cement Concrete overlay for a total of 11" of pavement) and E. Orange Road which contains (9" ACC on an asphalt treated base with 3"ACC overlay for a total of 12" pavement) which are classified as Collector Streets which means they were designed and constructed for higher volumes of traffic, and Highway 21, which is classified as a Minor Arterial. Kimball Avenue has an average annual daily traffic count of 1,730 vehicles and E Orange Road has an average annual daily traffic count of 630 vehicles. The development shall also be served by local roads which include Lichty Boulevard, Paradise Boulevard, Moonlight Ridge, Road A, Road B, Road C, Road D, Road E, and Road F. The proposed rezone area will consist of sidewalks throughout the development and there has been a discussion regarding having a pedestrian access that connects the proposed development to Orange Elementary School. RELATIONSHIP TO The Shaulis Road trail is approximately 2,500 feet to the north of RECREATIONAL the proposed rezone area and will not be connected to the TRAIL PLAN AND proposed rezone area at this time. The proposed development will COMPLETE STREETS be connected by sidewalks. POLICY: ZONING HISTORY The proposed rezone area has been zoned "A-1"Agricultural FOR SITE AND District since the adoption of the Zoning Ordinance in 1969. IMMEDIATE VICINITY: Surrounding land uses and their zoning designations are as follows: Next to 5805 Kimball Avenue—A-1 to R-1 P&gLw8 S bf 513 2 March 6,2018 North — Vacant land, zoned "A-1 Agricultural District. South — Vacant land, zoned "A-1 Agricultural District. East — Vacant land, zoned "A-1"Agricultural District. West — Single family homes and Orange Elementary School, zoned "R-1" One and Two Family Residence District. DEVELOPMENT The surrounding area consists predominantly of vacant land and HISTORY: single family homes, with a few homes being built along A-B Avenue. BUFFERS/ No buffers are required for the rezone area. SCREENING REQUIRED: DRAINAGE: The rezone request would appear to have some impact on drainage in the area, especially considering approximately 6 lots and 3 tracts that are partially in the 100-year floodplain for the 129.16 acre development. However, a draft of the preliminary plat for the Paradise Estates Addition does denote three storm water detention areas with a tract on the southwest side, a tract on the northeast side, and a tract on the southeast side of the proposed development. In addition 15' and 20' storm water drainage easements are identified in the rear and side yards for various lots. The area would likely be able to be removed from floodplain status after the area is graded. The applicant has indicated that they will work with the Iowa Department of Natural Resources to ensure the Special Flood Hazard Area does not contain any floodway. FLOODPLAIN: Approximately 97% of the rezone area in question is not located within a Special Flood Hazard Area as indicated by the Federal Insurance Administration's Flood Insurance Rate Map Community Number 19013C and Panel Number 0311 F dated July 18, 2011. However, portions of tracts and lots are located in the 100-year floodplain, as part of a Zone A unstudied stream. PUBLIC /OPEN Orange Elementary is directly adjacent to the proposed rezone SPACES/ SCHOOLS: area. The area is also served by Hover Middle School and West High School. Lichty Park is also located approximately 1,300 feet to the west of the proposed subdivision. There also has been a discussion regarding having a pedestrian connection between the school and the proposed development. UTILITIES: WATER, There is an existing 8" sanitary sewer main, 12" water main, and a SANITARY SEWER, 15" storm sewer located underneath Kimball Avenue. In addition STORM SEWER, ETC: there is an existing 10" sanitary sewer main, 6" drain tile, and a 12" inch water main underneath E. Orange Road. A 15" sewer main that transitions to an 8" sewer line crosses HWY 21 to serve the development. Matt Mahler with Waterworks indicated that there is enough water capacity to serve the rezone area, but adequate water pressure may be an issue in some areas. The developer's engineer has suggested placing in-home booster pumps for Next to 5805 Kimball Avenue—A-1 to R-1 P;ErdW944 bf 513 3 March 6,2018 properties that lack adequate water pressure. There were concerns regarding the 10" sanitary sewer in E. Orange Street about it being too shallow to service the area. So, options will have to be analyzed to determine the best way to serve the southern portion of the development. RELATIONSHIP TO The Future Land Use Map designates the majority of the rezone COMPREHENSIVE area as Low Density Residential and Agricultural Residential LAND USE PLAN: Potential. Along Highway 21 is Mixed Residential: Low, Medium, High Density Residential, Professional Offices, and Compatible Commercial. STAFF ANALYSIS — The applicant is requesting to rezone a total of 129.16 acres from ZONING "A-1"Agricultural District to "R-1" One and Two Family Residence ORDINANCE: District as part of a 210 lot subdivision. Lot sizes will range from 12,632 SF to 56,628 SF in size. The rezone area is also adjacent to Orange Elementary School which will give parents the option of walking or biking their children to school. The area is also adequately served transportation wise by Highway 21, Kimball Avenue, and E. Orange Road. The proposed development will also meet the setback and lot size requirements for the R-1 district. The applicant at a previous Planning and Zoning Commission meeting on February 6, 2018, requested to rezone a total of 129.16 acres including 105.33 acres from "A-1"Agricultural District to "R-1" One and Two Family Residence District (Tract B), 10.85 acres from "A-1"Agricultural District to "R-3" Multiple Residence District Tract D), 3.51 acres from "A-1"Agricultural District to "R-4" Multiple Residence District (Tract A), and 9.47 acres from "A-1"Agricultural District to "C-1" Neighborhood Commercial District (Tract C). It was moved by Hall, seconded by Flynn to recommend that Tracts A, C, and D be rezoned to "R-1,C-Z" and Tract B rezoned to "R-1". Motion carried unanimously. In order to better address concerns raised by neighbors. The applicant is now requesting to rezone the entire 129.16 acres from "A-1"Agricultural District to "R-1" One and Two Family Residence District with no "C-Z" conditional zoning or other zoning classifications being requested at this time. At the meeting neighbors had concerns regarding increased traffic, water pressure, drainage, impacts to the character of the Orange Township neighborhood, urban sprawl, protecting existing agricultural ground, housing covenants, land uses other than R-1, home prices, etc. The applicant will be meeting with the neighborhood prior to the Planning and Zoning meeting on March 6, 2018. STAFF ANALYSIS — The applicant will be submitting a subdivision plat for Paradise SUBDIVISION Estates Addition that coincides with this rezoning request, but will ORDINANCE: be submitted to the Planning and Zoning Commission at a future date. Next to 5805 Kimball Avenue—A-1 to R-1 P;ErgLWk bf 513 4 March 6,2018 TECHNICAL REVIEW Lori Glover with Black Hawk County Office of Emergency COMMITTEE Management questioned whether Orange Elementary had enough student capacity for the proposed rezone area/210 lot and 3 tracts development. The Waterloo School District indicated the Orange Elementary has adequate student capacity to address existing students and the new development. Mohammad Elahi with the City of Waterloo Traffic Operations indicated the need for a traffic study for the proposed rezone area. Staff has indicated in the conditions section that a traffic study will need to be performed prior to the submittal of the final plat. Hyberger noted a neighbor did have concerns regarding average lot size. Bowers indicated lot sizes are based on marketing and current infrastructure prices. The engineering department had concerns regarding only having one through road to the north and would like to see one more of the proposed cul-de-sacs pushed through to create an additional exit. STAFF Therefore, staff recommends that the request to rezone a total of RECOMMENDATION: 129.15 acres from "A-1"Agricultural District to "R-1" One and Two Family Residence District be approved for the following reasons: 1. The request would not appear to have a negative impact on the surrounding area. 2. The request does not appear to have an impact pedestrian and traffic conditions within the surrounding area. And subject to the following conditions: 1. A traffic study will be required for the proposed rezone area prior to the submittal of the final plat. Next to 5805 Kimball Avenue—A-1 to R-1 P Ergw 16f bf 513 City bf Waterloo Planning, Programming and Zoning Commission March 6, 2018 B-P W. SHAULIS RD E. SHA ULIS RD j Q A-1 w °z Y � � FF2 Z rs..sMsess FFR--1 SIDEHILL DR LICHTYBLVD FW. ORA GE RDE. ORANGE RD i7 R-4, pR L_jR-P N° sc Orange School Location BLAINE RD s ssssaus+aaaiasus.+ssaasas�.a:.ss.>rsssssrssssaaa N E of 5805 Kimball Avenue w E Rezone A-1 to R-1 s Hope M. Anderson .................. 800 400 0 Boa . . Feet Pagel of 513 City�)f Waterloo Planning, Programming and Zoning Commission March 6, 2018 ° !' t;. =71 Proposed Rezone Area M > f'k; a Y N i n.Y. c Iola hi Drive �) no / Q / _ Lichty Boulevard E Orange Road n ,n i N E of 5805 Kimball Avenue w E Rezone A-1 to R-1 s Hope M Anderson .................. 753 375 3 751 Page $ of 513 Feet City7of Waterloo Planning, Programming and Zoning Commission March 6, 2oi8 v v v v vYv v : v v v v v v v Y v v v v v v v vYvYv v Y v Y v Current Zoning Map vYv vvvv vvvvvvvY vvvvvvvvv V v v vvvvvvvvvvv - ., . vvvv . v v v v v vYv v vY+'A+Yv - v v v v v v v v v V . v v v v v v v v •. _ v L 4 - v v v v ., v v v v v v v v v _ v v - .v Y Y Y Y Y - v v. v. .v v ..+ v .: .. ,. _ v .� .: v v .v v v v v .. ..v., v .v v r. v v v v v v v T V V V V VYYYV V Proposed Rezone Area Y.. v v v v v v v v v „ - „ v v v . v v v v v _ • �, _ v v Y`%�`.Y v - 4 v v v v v v v v v v v . v v v v Y r+ N Y v Y Y v Y v . _ _ _ _ _ %%%- _ v _ v v v v v v v v v v v v v c Side ill Drive Y Y v v v v v v v v v % Q vYv Y..Yv v vY..Yv v v v mv v v v v v v v v v v v 06 v Y Y v v.Y v Y v %%-"%%%% v Yv Yv Yv Y Q _Licht Boulevard v v v v v v v v vYv vYv Y v v R-1 Y E;Orange;Road Y v v v v v v v v v v v v v v . v v v v v .. v v v v v v v Y v v v v v . . v v v v v v v v v v v v v v v v v. _ v v v L v v - v v . v v - - VY --- k � - - . v v v v v v v v • • v v - - 4 v v v v v Y _ v v v v v v YV V !v Y V V. .�•V v Y..Y v•f vYv v Y v Y v Y v ' Y v V v .. _ _ _ _ _ _ _ _ d v v v v v v - �• v v � v v v v v v v N E of 58o5 Kimball Avenue W E Rezone A-1 to R-1- Hope -iHope M Anderson .................. 755 375 0 75F Page 9 of 513 Feet City$f Waterloo Planning, Programming and Zoning Commission March 6, 2018 71 t:. Proposed Rezone Area _ a i 4t n.Y. s.' c Sidehill Drive �) Q �Lichty Boulevard" i E Orange Road r. N E of 5805 Kimball Avenue w E Floodplain Map, Rezone A-1 to R-1 s Hope M Anderson .................. 753 375 3 750 Feet L Page h of 513 9 FEHRGRAIIIII-11111,'�M ENGINEERING&ENVIRONMENTAL February 13, 2018 City of Waterloo Planning and Zoning Aric Schroeder, City Planner 715 Mulberry Street Waterloo, IA 50703 RE: Paradise Estates Addition Rezoning Kimball Ave. and Orange Rd. Waterloo, Iowa Dear Mr. Schroeder, On Behalf of Hope M. Anderson, we hereby request to revise the rezoning for the entire Paradise Estates site to R-1. It is our understanding that due to the nature of this request being a lower classification of zoning than that in the recommendation of the Planning Commission, that this request may go back through the Planning Commission under the previously filed Rezoning Application and fee. Please indicate if any of the above information was misunderstood. Sincerely, Alexander J. Bower Associate Engineering Technician 0:\Fred Rose, LLC\17-511 Hope Anderson Subdivision\Rezoning\17-511 Rezoning_RevisiontoPZ_2018_0213.docx 2005 th Avenue SE I Suite 100 1 Cedar Rapids, IA 52401 1 p:319.294.6909 I f:319.294.5133 I www.fehr-graham.com Insight. Experience. Results. Page �1 of 513 10 I uN T sL lrlg III N 89'02'14"E 2646.48' I I E W , I I LP THE o ^ a ALP°�1EF O Is \ i to \ \ 2 I I P➢E�WLLNu�W/wASNEF / �\T / � I � I I I - I � � I h N 13 - h I I I , � I , I , I I S 89,13,0"W 890.16' I � I PPRGE`6 rff _ � I 3 IQ r�pjp10, = E \ I J TPACN^ m S 69' 0723"W 1326.54' p o Q oo Of _ N _ I I Of Y WE R1 ONE AND TWO FAMILY RESIDENCE I Lil I 3 I I a P1. 200' 100' 0 200' I GRAPHIC SCALE IN FEET o = SCALE: 1"-200' 2 , , I M � I w N 89'12'08'E 889.98' ]t T o II N I u , I { R S 89'1230"W 1J28.67' — — — — — — — — — — — -I - E.ORFNOE�26AD �P LoxxER SEG 3-BS-I] N.NAL TrEG x uxP1A> °/� I �� W I I SE ]3 1SFN/FIJW SEtu"IF II I I F E H R GR/''• ILLINOIS N1 REVISION DESCRIPTION DATE PROJECT DRAWING: OB NUMBER ,n' REZONE To A R-1 2/3/1e REZONING EXHIBIT REZONING 7-511 IOWA FOR ENGINEERING&ENVIRONMENTAL PARADISE ESTATES ADDITION sHEET NUMBER: ®2017 FEHR GRAHAM WISCONSIN TO THE CIN OF WATERLOO,BLACK HAWK COUNTY,IOWA SET TYPE: PRELIM RO.1 PLOT DATE:2/13/18 G:C3G 17\17-511 IJ-511 R... parcNs R..d ,RG.1 Pagelh of 513 I 11 Legal Description of Property to be Rezoned: The North half of the Southwest Quarter and the Southwest Quarter of the Southwest Quarter in Section 15, Township 88 North, Range 13 West of the 5th P.M., except the following Parcels: That parcel conveyed to Black Hawk County, Iowa for road purposes in 109 LD 313; That parcel conveyed to the State of Iowa in 415 Deeds 71; That parcel conveyed to the City of Waterloo in 550 LD 516; Parcel A in the Southwest Quarter of Section 15, Township 88 North, Range 13 West, in file 2012-1682; and Parcel B in the Southwest Quarter of Section 15, Township 88 North, Range 13 West, in file 2017-12437 AND The South 40 Acres of the Northwest Quarter in Section 15, Township 88 North, Range 13 West of the 51h P.M., Black Hawk County, Iowa, except the West 65 feet thereof; and further except that part conveyed to the State of Iowa in 415 Deeds 71. Said property being generally described as follows: Beginning at the West Quarter Corner of Section 15, Township 88 North, Range 13 West of the 5t" P.M., City of Waterloo, Black Hawk County, Iowa; thence bearing N 00009'12" W a distance of 661.76 feet; thence bearing N 89°02'14" E a distance of 2646.48 feet; thence bearing S 00121'06" E a distance of 661.76 feet; thence bearing S 00121'15" E a distance of 1329.81 feet; thence bearing S 89°07'23" W a distance of 1326.54 feet; thence bearing S 00°15'35" E a distance of 1327.89 feet; thence bearing S 89°12'30"W a distance of 1328.67 feet; thence bearing N 00°09'59" W a distance of 624.98 feet; thence bearing N 89012'08" E a distance of 889.98 feet; thence bearing N 001109'24" W a distance of 1100.06 feet; thence bearing S 89013'08" W a distance of 890.16 feet; thence bearing N 00110'00" W a distance of 926.57 feet to the point of beginning. Described area contains 129.16 acres and excludes existing right of way. f r Page 1 of 1 l Page 43 of 513 12 WATERLOO WA MEMO Matthew L. Mahler, P.E. General Manager WATERLOO WATER WORKS Box 27, Waterloo, IA 50704 (319)232-6280 matt.m ah ler@waterloo-ia.org January 30, 2018 To City of Waterloo Planning and Zoning Department: This memo is regarding the proposed Paradise Estates Addition residential subdivision proposed to be constructed adjacent to Orange Elementary School between Kimball Avenue and Hawkeye Road. The Waterloo Water Works currently operates its water system within the City of Waterloo as a single pressure zone. This results in a system that is simple to operate, energy efficient, cost effective and provides reliable water service to customers throughout the City. However, the highest elevation areas of the City can, and do, experience aesthetically low water pressure under normal operating conditions. The proposed development is located at one of the highest elevations in our water system. We have pressure and flow tested existing fire hydrants in the area of the proposed development, results are below. For reference, the average operating pressure of our water system is approximately 80 psi. Location Static Flow Result Flow Pressure Kimball Ave. and Sidehill Dr. 42 psi 2,294 gpm 32 psi Kimball Ave. and E. Orange Rd. 58 psi 2,319 gpm 44 psi The hydrant at Kimball Avenue and Sidehill Drive is in the middle of the development's north-south length. The hydrant at Kimball Avenue and East Orange Road is on the southerly end of the development. These results verify that there should not be a concern about flows within the development from a fire supply perspective, and that pressures are high enough to maintain positive pressures above current regulatory health and safety requirements. However, a sustained static pressure of 40 psi to 50 psi is relatively low for aesthetic purposes. Particularly considering that this development will likely have many properties with irrigation. PageU4 of 513 13 There are multiple large diameter water supply mains to this development, so these low pressures are not water delivery issues, but are caused solely by the elevation of the area relative to the rest of our distribution system. The Water Works' master plan includes development of a boosted pressure zone in south-west Waterloo consisting of a booster station, elevated storage tank and pressure reducing valves. The estimated cost of the improvements is up to $3,000,000. This development will benefit from this project. However, no stage of the project is currently in our approved 10-year capital improvements plan. An interim solution would be to note the low system pressures on the lot purchase agreements, and recommend that residents preferring more aesthetically typical water pressures install in-home booster pumps. Residential booster pumping systems can cost $300.00 to $500.00 each before installation, and have a useful life of 5 to 10 years. The Waterloo Water Works looks forward to working with the City of Waterloo to make this exciting project a success for all stakeholders. This memo has been prepared to make sure reasonable expectations for the performance of our water system are clear, well before any final decisions are made. Please feel free to call or email me with any questions or comments. is Respectfully, Matthew L. Mahler, P.E. General Manager 7 3 F Page1435 of 513 14 Rezone from A-1 to R-1, R-4, and C-1 East of 5624 Kimball Avenue Hope M. Anderson a� r- Looking east from Kimball Avenue on the north Looking east from Kimball Avenue with Orange side of the rezone area. Road to the right. A Y }i , i �i YNY y Win ,.qY kB9+ p, Looking north along Kimball Avenue toward Looking west from Iowa Highway 21. Orange school which is on the left. Page1446 of 513 15 APPLICATION FOR REZONING CITY OF WATERLOO PLANNING, PROGRAMMING, AND ZONING COMMISSION WATERLOO, IOWA 319.291.4366 1.APPLICATION INFORMATION: a. Applicant's name(please print): Hope M. Anderson Address:100 Anderson Drive Phone:319.234.1715 Fax:319.234.1716 City:Waterloo State: Iowa Zip: 50701 b. Status of applicant: (a)Owner X (b)Other (CHECK ONE): If other explain: c. Property owner's name if different than above(please print): Address: Phone: Fax: City: State: Zip: 2.PROPERTY INFORMATION: a. General location of property to be rezoned: Between Kimball Avenue and Hawkeye Road, north of Orange Road b, Legal description of property to be rezoned: See Exhibit A Attached c. Dimensions of Proposed Zoning Boundary(Excluding Right of Way): Irregular, 3,275' x 2,517' d. Area of Proposed Zoning Boundary (Excluding Right of Way): 5,626,069 5F / 129.16 Acres e. Current zoning: A Requested zoning: R-1, � f. Reason(s)for rezoning and proposed use(s)of property:_Preliminary Plat for Future Subdivision g. Conditions(if any) agreed to: h. Other pertinent information(use reverse side if necessary): Please Note: If applicant is not the owner of the property, the signature of the owner must be secured. If it is the intent to subdivide (split) any land, vacant or improved in conjunction with this request it must go tluough a platting process(separate from rezone request). The filing fee of$300+$10 per acre($750 max)(payable to the City of Waterloo)is required(round amount down to nearest$10 increment). This fee is non-refundable. Under no condition shall said sum or any part thereof be refunded for failure of said amendment to be enacted into law. Any major change in any of the information given will require that the request go back through the process, with a new filing fee. 1f the request is denied no new petition covering the same or portion of the same property shall be filed with or considered by the Planning,Programming, and Zoning Commission until four(4) months have elapsed from the date of denial by the Waterloo City Council. The undersigned certify under oath and under the penalties of per jury that all information on this request and submitted along with it is true and correct. All information submitted will be used by the Waterloo Planning, Programming, and Zoning Commission and the Waterloo City Council in making their decision. The undersigned authorize City Zoning Officials to enter the property in question in regards to the request. ell Signature f Applicant Da Signature o Owner atd PageV7 of 513 WATERLOO WWORKS WXI :WX<> Matthew L. Mahler, P.E. General Manager WATERLOO WATER WORKS P.O. Box 27,Waterloo,IA 50704 (319)232-6280 matt.mahler(i�waterloo-ia.org March 6, 2018 To City of Waterloo Planning and Zoning Department: This memo is supplement to the January 30, 2018 memo which was previously furnished regarding the Paradise Estates Addition residential development. The January 30 memo identifies two solutions to the low pressures in Orange Township. The long-term solution involves construction of a $3.5M multi- project improvement sequence that creates a large boosted pressure zone in south- west Waterloo. The interim solution recommends home-owners desiring higher water pressure install in-home residential booster pump systems. After further review, a mid-term solution may be for the Water Works to construct improvements that create a smaller-scale boosted pressure zone focusing on improving pressure in Orange Township and the immediately adjacent area. The first step in exploring the feasibility of a smaller-scale boosted pressure zone is to contract an engineering firm to conduct a study to evaluate our existing water system, elevation maps and sources of water demand. The goal of the study would be to identify a location for a booster pumping station and establish the extents of a pressure zone that would address the pressure concerns of existing customers and customers in immediately impending developments. The Board of Water Works Trustees will be considering securing an engineering firm to perform this Boosted Pressure Zone Study at its Regular March Board Meeting. Please feel free to call or email me with any questions or comments. Respectfully, Matthew L. Mahler, P.E. General Manager Page 48 of 513 CITY OF WATERLOO Council Communication Request of Rev. Abraham Funchess Jr., Human Rights Executive Director, to hold the 2018 Civil& Human Rights March on Sunday, March 25, 2018 beginning at 2:00 p.m. at Lincoln Park, traveling on E. 4th and Mulberry Streets, down E. 4th Street to Commercial Street, west on Commercial Street, and commencing at the Waterloo Center for the Arts, with temporary street closure. City Council Meeting: 3/12/2018 Prepared: 3/2/2018 REVIEWERS: Department Reviewer Action Date Police Department Mohlis, Dave Approved 3/5/2018 - 11:47 AM Clerk Office Higby, Nancy Approved 3/5/2018 - 12:08 PM ATTACHMENTS: Description Type ❑ 2018 March Flyer Cover Memo ❑ 2018 MLK Events Cover Memo Request of Rev. Abraham Funchess Jr., Human Rights Executive Director, to hold the 2018 Civil& Human Rights March on Sunday. March 25, 2018 SUBJECT: beginning at 2:0012.m. at Lincoln Park, traveling on E. 4th and Mulberry Streets, down E. 4th Street to Commercial Street, west on Commercial Street, and commencing at the Waterloo Center for the Arts, with temporary street closure. Submitted by: Submitted By: Dave Mohlis, Police Captain Recommended Action: Recommend City C ouncil Approval Summary Statement: 2018 Civil& Human Rights March on Sunday, March 25, 2018 starting at 2:00 p.m. in conjunction with the 2018 MLK 50 events. Expenditure Required: None Source of Funds: N/A Policy Issue: None Alternative: None Background Information: 2018 Civil& Human Rights march on Sunday, March 25, starting at 2:00 p.m. in conjunction with the 2018 MLK 50 events. Legal Descriptions: None Page 49 of 513 2018 5 START END Wd[e1'6 S MAP ROUTE START:LINCOLN PARK ON EATH &MULBERRY STREETS END:WATERLOO CENTER FOR THE ARTS 225 COMMERCIAL ST UNDAY, MARCH 25 . 2:OOPM SCHOITZ RIVER ROOMS COLN PAR r • AERLO V 4 Come, u o_ a in panic around 1 ue •Gun co r •Voting rights •Immigration Reform(BACAI •Womens rights and more. CO MUNITYTICI0 WE N IGRLMCOURAGEn l!" '0- 0 J 107 R C2� '- 4 '131 NW ERUSALLMMIT • • • SRwaterloo center for the arts 4�01 ML O MLK SO Cedar Valley 2018 Cedar Valley 2018 2018 PARTIAL LIST OF 2018 PARTIAL LIST OF MLK EVENTS KING:A Filmed Record...From Montgomery to Memphis KING:A Filmed Record...From Montgomery to Memphis PM, February 15,22 and March 1 5:30 PM, February 15,22 and March 1 JubileeJubilee UMC Resource Center This is an extraordinary film on King and his intellectual contribu- This is an extraordinary film on King and his intellectual contribu- tions to the Civil Rights movement, 195S-1968. to the Civil Rights movement, 1955-1968. Free KING's Youth Breakfast (For youth and family) Free KING's Youth Breakfast (For youth and family) 9:00 •• 9:00 - 11:00 AM,Saturday, February 24 JubileeJubilee UMC Resource Center We invite youth and family to enjoy this free breakfast while We invite youth and family to enjoy this free breakfast while learning more about Dr.King. learning more about Dr.King. Silent Protest Meetings at Waterloo Post Office Silent Protest Meetings at Waterloo Post Office •• r PM,Saturdays: Noon - 12:30 PM, Saturdays:2/24, 3/3,3/10,3/17 These protests are in solidarity with Parkland students,teachers These protests are in solidarity with Parkland students,teachers and families for responsible gun control. and families for responsible gun control. Wade in the Water Program Wade in the Water Program • •• 6:00 PM, Sunday, February 25 Antioch •• Antioch Baptist Church Come enjoy this decades-old Afro-American program which Come enjoy this decades-old Afro-American program which celebrates black achievement,excellence and healthy self-love. celebrates black achievement,excellence and healthy self4love. 2018 Civil & Human Rights March 2018 Civil & Human Rights March March '• •• March 25 (Palm Sunday) PM, Lincoln '• 2:00 PM, Lincoln Park Ending •• Center for the Arts Ending at Waterloo Center for the Arts Come let your voice count as you engage in participatory democracy Come let your voice count as you engage in participatory democracy around issues of gun control,voting rights,immigration reform around issues of gun control,voting rights,immigration reform (DACA),women's rights,and more. (DACA),women's rights,and more. "The Mountaintop" Play "The Mountaintop" Play Tuesday,April 3 Tuesday,April 3 7-00 PM,Waterloo Center for the Arts 7:00 PM,Waterloo Center for the Arts •• (Hope Martin Theatre) This is a fictional play of two characters that reimagines Dr.King's This is a fictional play of two characters that reimagines Dr.King's last night at the Lorraine Motel before his assassination. last night at the Lorraine Motel before his assassination. Iowa Civil Rights and Human Rights Iowa Civil Rights and Human Rights Awards Program and Tour Awards Program and Tour Wednesday,April,4 Wednesday,April 4 10:00 AM, •• Center for the Arts 10:00 AM,Waterloo Center for the Arts We will honor a few civil and human rights champions around the We will honor a few civil and human rights champions around the region and then engage participants with a tour region and then engage participants with a tour of properties of historical and civil rights significance. of properties of historical and civil rights significance. First 2018 Community Wide Book Read on KING First 2018 Community Wide Book Read on KING The Autobiography of Martin Luther King,JrThe Autobiography of Martin Luther King,Jr., Edited •• Edited by Clayborne Carson Tuesday, ' • Tuesday,April 17- Five Sessions(Ending June 12) Time and ' • Time and Place:TBD Join us for five sessions between April 17 and June 12 as we discuss Join us for five sessions between April 17 and June 12 as we discuss The Autobiography-and the-intellectual "The Autobiography"and the"intellectual underpinnings of King's courage." underpinnings of King's courage." FOR MORE INFORMATION,CONTACT:ABRAHAM FUNCHESS ABRAHAM.FUNCHESS@WATERLOO-IA.ORG • 319.SO4.0081 11111�, : c CITY OF WATERLOO Council Communication Resolution approving preliminary specifications, bid documents, etc. setting date of bid opening as April 5, 2018 and date of public hearing as April 9, 2018, for the Waterloo Center for the Arts 2018 Restroom Renovation Project, and instruct City Clerk to publish said notice. City Council Meeting: 3/12/2018 Prepared: 3/7/2018 REVIEWERS: Department Reviewer Action Date Culture &Arts Shanlde, Kent Approved 3/7/2018 - 12:27 PM Clerk Office Even, LeAnn Approved 3/7/2018 - 12:36 PM ATTACHMENTS: Description Type D Specifications Backup Material D Project Drawings Backup Material Resolution approving12reliminary specifications, bid documents; etc. setting SUBJECT: date of bid opening as April 5, 2018 and date of public hearing as April 9,. 2018, for the Waterloo Center for the Arts 2018 Restroom Renovation Project, and instruct City Clerk to publish said notice. Submitted by: Submitted By: Kent Shankle; Cultural&Arts Director Recommended Action: Approve the plans, specifications, etc. and set date of bid opening as April 5, 2018 and date of public hearing as April 9, 2018. The project renovates restroom facilities on the first and second floors of the East Wing of the Waterloo Center for the Arts replacing aging plumbing, increasing capacities and adding a family restroom. These restrooms serve general museum visitors, rental groups, Waterloo Community Playhouse/Black Hawk Children's Theatre patrons, Laughing Tree Cafe customers, students participating in classes and tours, and children and Summary Statement: families visiting the Phelps Youth Pavilion. Currently, these restrooms also serve visitors to Mark's Park. Completion of this project re-purposes a non- functioning elevator shaft, relocates the reception/office station and provides a restroom suite and much-needed family restroom to serve Youth Pavilion patrons and other building visitors. The project also addresses issues of providing conveniently-located restroom access for visitors to Mark's Park and the RiverLoop Amphitheatre while maintaining child safety requirements for visitors to the Phelps Youth Pavilion. Expenditure Required: estimate $400,000 Source of Funds: General Obligation Bond Funds Page 52 of 513 The project supports the City of Waterloo Strategic Plan, Strategy 1.7 "Sees Policy Issue: ways to create a'live, learn, work, and play' environment with amenities that attract and retain population in Waterloo" and Strategy 4.5 "Maintain City facilities that support quality of place". Page 53 of 513 PROJECT MANUAL FOR: Waterloo Center for the Arts 2018 Toilet Renovation City of Waterloo Waterloo, Iowa Bid Documents 12 MARCH, 2018 INVISION PLANNING I ARCHITECTURE I INTERIORS WATERLOO DES MOINES 501 Sycamore Street,Suite 101 303 Watson Powell Jr. Way,Suite 200 Waterloo,Iowa 50703 Des Moines, Iowa 50309 319.233.8419 515.633.2941 319.233.9772(fax) 515.633.2942(fax) invisionarch.com invisionarch.com INVISION #: 17113 SET NUMBER: Page 54 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Page 55 of 513 PROJECT INFORMATION SHEET OWNER CITY OF WATERLOO 715 Mulberry Street Waterloo, Iowa 50703 Contact: Edward Abben Building Maintenance 319-291-4319 ARCHITECT INVISION P.O. Box 1800 501 Sycamore Street, Suite101 Waterloo, Iowa 50704-1800 319.233.8419 Contact: Roland Ganter, Project Manager 319-433-3812 Michael Broshar, FAIA, Principal MECHANICAL/ ELECTRICAL ENGINEER MODUS 214 East 4th Street Waterloo, Iowa 50703 319.235.0650 Fax: 319.235.0644 Contact: Jake Connor Waterloo Center for the Arts Project# 17113 0001 02 2018 Toilet Room Renovation PROJECT INFORMATION SHEET Waterloo, Iowa Page 1 of 2 Page 56 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0001 02 2018 Toilet Room Renovation PROJECT INFORMATION SHEET Waterloo, Iowa Page 2 of 2 Page 57 of 513 DOCUMENT 00 01 07 SEALS PAGE \\\\\\\\\\1SISI'o //// I hereby certify that the portion of this technical submission described below was 0V F. `\\`�� a ooo � prepared by me or under my direct supervision and responsible charge. I am a \. 0-.00 oo° °,°o��,� duly Registered Architect under the laws of the State of Iowa. ;moo MICHAEL R oy' Michael R Broshar a BROSHAR o ° ° ° ' = Signature Date o 02463 o o. Registration Expires: 06-30-2018, Iowa Reg. No. 02463 000000000 NN IIIIIIIIvlllll\\\\\\\\\\ Pages or sheets covered by this seal: Architectural Series Divisions: 00-10 and 31 except as specifically noted elsewhere. y , I hereby certify that the portion of this technical submission described below was and ervision LSSIprepared by me or under my p duly Licensed Professional Engineer upnder the Ia srof the State of Iowa. am a JACOB R. Jacob R. Connor CONNOR 22203 �Z\ Signature Date WA Discipline: se Expires: 201g lMechanical 12-31EEngineer, Iowa License No. 13322 Ip Pages or sheets covered by this seal: Mechanical/Electrical series. Divisions: 22 through 26, except as specifically noted elsewhere. END OF DOCUMENT Waterloo Center for the Arts Project# 17113 0001 07 2018 Toilet Room Renovation SEALS PAGE Waterloo, Iowa Page 1 of 2 Page 58 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0001 07 2018 Toilet Room Renovation SEALS PAGE Waterloo, Iowa Page 2 of 2 Page 59 of 513 TABLE OF CONTENTS DIVISION 00- PROCUREMENT AND CONTRACTING REQUIREMENTS 0001 01 Specification Cover 0001 02 Project Information 0001 07 Seals Page 0001 10 Table of Contents 0021 13 Instructions to Bidders 0041 00 Bid Form and Bid Supplements Form of Bid or Proposal Sales Tax Exemption Information Form Non-Collision Affidavits Resident Bidder Certification Form of Bid Bond Equal Opportunity Clause Reciprocal Resident Bidder Preference Affirmative Action Program Items of Potential MBE/WBE Participation MBE/WBE Pre-Bid Contact Information Form Statement of Bidder's Qualifications Form of Payment Bond Form of Performance Bond 00 50 00 Contracting Forms and Supplements 00 73 00 Supplementary Conditions DIVISION 01 - GENERAL REQUIREMENTS 01 1000 Summary 01 2000 Price and Payment Procedures 01 2300 Alternates 01 3000 Administrative Requirements 01 4000 Quality Requirements 01 5000 Temporary Facilities and Controls 01 6000 Product Requirements Substitution Request Form 01 7000 Execution and Closeout Requirements 01 7800 Closeout Submittals DIVISION 02— EXISTING CONDITIONS 0241 00 Demolition DIVISION 03- CONCRETE 033000 Cast-In-Place Concrete Waterloo Center for the Arts Project# 17113 0001 10 2018 Toilet Room Renovation TABLE OF CONTENTS Waterloo, Iowa Page 1 of 3 Page 60 of 513 DIVISION 04- MASONRY 04 20 00 Unit Masonry DIVISION 05— METALS 05 40 00 Cold-Formed Metal Framing 05 50 00 Metal Fabrications 05 70 00 Decorative Metal Fabrications DIVISION 06—WOODS, PLASTICS, AND COMPOSITES 0641 00 Architectural Woodwork DIVISION 07—THERMAL AND MOISTURE PROTECTION 07 90 05 Joint Sealers DIVISION 08—OPENINGS 0811 13 Hollow Metal Doors and Frames 0814 16 Flush Wood Doors 0871 00 Door Hardware 08 80 00 Glazing DIVISION 09— FINISHES 0921 16 Gypsum Board Assemblies 09 30 00 Tiling 0951 00 Acoustical Ceilings 09 65 00 Resilient Flooring 09 68 00 Carpet Tile 09 90 00 Painting DIVISION 10-SPECIALTIES 1021 13 Plastic Toilet Compartments 10 26 00 Wall and Corner Protection 10 28 00 Toilet and Bath Accessories END OF TABLE OF CONTENTS Waterloo Center for the Arts Project# 17113 0001 10 2018 Toilet Room Renovation TABLE OF CONTENTS Waterloo, Iowa Page 2 of 3 Page 61 of 513 DIVISION 22- PLUMBING 220050 BASIC PLUMBING REQUIREMENTS 8 220080 PLUMBING SCHEDULE OF VALUES 2 220090 MINOR PLUMBING DEMOLITION FOR REMODELING 2 220529 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND 4 EQUIPMENT 220553 IDENTIFICATION FOR PLUMBING AND EQUIPMENT 2 220719 DOMESTIC PLUMBING INSULATION 4 22 1116 DOMESTIC PLUMBING PIPING 6 22 1119 DOMESTIC PLUMBING SPECIALTIES 4 224000 PLUMBING FIXTURES 2 DIVISION 23- HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) 230050 BASIC HVAC REQUIREMENTS 8 230080 HVAC SCHEDULE OF VALUES 2 230593 TESTING, ADJUSTING, AND BALANCING FOR HVAC 4 230713 DUCT INSULATION 4 233100 HVAC DUCTS AND CASING 4 233300 AIR DUCT ACCESSORIES 4 233423 HVAC POWER VENTILATORS 2 233700 AIR OUTLETS AND INLETS 2 238101 TERMINAL HEAT TRANSFER, CONVECTION HEATING, AND 4 COOLING UNITS DIVISION 26- ELECTRICAL 260050 BASIC ELECTRICAL REQUIREMENTS 8 260051 PRE-BID SUBSTITUTION REQUEST FORM 4 260080 ELECTRICAL SCHEDULE OF VALUES 2 260090 MINOR ELECTRICAL DEMOLITION FOR REMODELING 4 260519 ELECTRICAL POWER CONDUCTORS AND CABLES 4 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 4 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 2 260533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 6 260923 LIGHTING CONTROL DEVICES 4 262726 WIRING DEVICES 6 265100 INTERIOR LIGHTING 4 DIVISION 27- COMMUNICATIONS 270050 BASIC COMMUNICATIONS REQUIREMENTS 8 270090 MINOR COMMUNICATION DEMOLITION FOR REMODELING 2 270528 PATHWAYS FOR COMMUNICATION SYSTEMS 2 27 1005 TELECOMMUNICATIONS CABLING INFRASTRUCTURE 6 Waterloo Center for the Arts Project#17113 TOC Toilet Room Renovation 2018 TABLE OF CONTENTS Waterloo, Iowa Page 1 of 2 Page 62 of 513 DIVISION 28- ELECTRONIC SAFETY AND SECURITY 280050 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS 8 280080 ELECTRONIC SAFETY AND SECURITY SCHEDULE OF VALUES 2 280090 MINOR ELECTRONIC SAFETY AND SECURITY DEMOLITION 4 FOR REMODELING 283100 FIRE DETECTION AND ALARM 4 Waterloo Center for the Arts Project#17113 TOC Toilet Room Renovation 2018 TABLE OF CONTENTS Waterloo, Iowa Page 2 of 2 Page 63 of 513 DOCUMENT 00 21 13 INSTRUCTIONS TO BIDDERS SUMMARY 1.01 DOCUMENT INCLUDES A. Invitation to Bid, with relevant information and requirements. INVITATION 2.01 BID SUBMISSION A. Bids for the Waterloo Center for the Arts—2018 Toilet Room Renovation, signed and under seal, executed and dated will be received at the office of the City Clerk in Waterloo City Hall located at 715 Mulberry Street in Waterloo, Iowa; before 1:00 pm local standard time on the 5th day of April, 2018. B. Offers submitted after the above time shall be returned to the bidder unopened. C. Offers will be opened publicly immediately after the time for receipt of bid. D. The Owner will award the contract to the selected bidder on April 9th, 2018 2.02 INTENT A. The intent of this Bid request is to obtain an offer to perform work to complete, in accordance with the Contract Documents a for a Stipulated Sum contract, as indicated in Drawings. 2.03 WORK IDENTIFIED IN THE CONTRACT DOCUMENTS A. Work of this proposed Contract comprises interior remodeling work; including general, plumbing, mechanical and electrical construction work. B. Location: The existing site is located at 225 Commercial Street in Waterloo, Iowa 50701. 2.04 CONTRACT TIME A. Contract Time is identified in the Bid Form. The completion date in the Agreement shall be the Contract Time added to the commencement date. B. The bidder, in submitting an offer, accepts the Contract Time period stated for performing the Work. The completion date in the Agreement shall be the Contract Time added to the commencement date. BID DOCUMENTS AND CONTRACT DOCUMENTS 3.01 DEFINITIONS A. Bid Documents: Contract Documents supplemented with Invitation to Bid, Instructions to Bidders, Bid Form, Supplements to Bid Forms and Appendices identified. B. Contract Documents: Defined in AIA A201 Article 1 including issued Addenda. C. Bid, Offer or Bidding: Act of submitting an offer under seal. D. Bid Amount: Monetary sum identified by the Bidder in the Bid Form. 3.02 CONTRACT DOCUMENTS IDENTIFICATION A. The Contract Documents are identified as Project Number 17113 as prepared by INVISION Architecture and with contents as identified in the Table of Contents of the Project Manual and the Sheet Index on the Drawings. 3.03 BIDDER'S REPRESENTATIONS A. The Bidder by making a Bid represents that: 1. The Bidder has read and understands the Bidding Documents, to the extent that such documentation relates to the Work for which the Bid is submitted, and for other portions of the Project, if any, being bid concurrently or presently under construction. 2. The Bid is made in compliance with Bidding Documents. 3. The Bidder has visited the site, become familiar with local conditions under which the Work Waterloo Center for the Arts Project# 17113 0021 13 2018 Toilet Room Renovation INSTRUCTIONS TO BIDDERS Waterloo, Iowa Page 1 of 6 Page 64 of 513 is to be performed and has correlated the Bidder's personal observations with the requirements of the proposed Contract Documents. 4. The Bid is based upon the materials, equipment and systems required by the Bidding Documents without exception. 3.04 AVAILABILITY A. Bid Documents may be obtained at the office of Rapids Reproductions, Inc; 6201 Chancellor Drive; Cedar Falls, Iowa 50613; 319-277-5538; by logging on to rapidsrepro.com/planroom or calling 1-800-383-1223. B. Bid Documents are made available only for the purpose of obtaining offers for this project. Their use does not grant a license for other purposes. C. Bidder shall use complete sets of Bidding Documents in preparing Bids; neither the Owner nor Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. D. Addenda will be made available online at rapidsrepro.com/planroom A. Call INVISION, 319-233-8419, for questions regarding availability of plans. 3.05 EXAMINATION A. Bid Documents may be viewed at the office of Architect. B. Bid Documents are on display at the offices of the following construction plan rooms: 1. Rapids Reproduction, 6201 Chancellor Drive, Cedar Falls, IA 50613, 319-277-5538 2. Beeline + Blue; Attn: McGraw Hill Plan Room; 2507 Ingersoll Avenue; Des Moines, IA 50312. 3. Greater Fort Dodge Growth Alliance, 24 N. 91h Street, Suite A, Fort Dodge, IA 50501 4. Illowa Builders Exchange, 520 24 St., Rock Island, IL 61201. 309-788-9260. 5. LaCrosse Builders Exchange, 427 Gillette St., LaCrosse, WI. 54602 608-781-1819. 6. Master Builders, 221 Park St. Des Moines, IA, 50306 515-288-8904. 7. McGraw-Hill Construction, 3875 Elmore Avenue, Suite C, Davenport, IA 52807. 8. North Iowa Builders Exchange, 9 North Federal Avenue, Mason City, IA 50401, 641- 423-5334. 9. Omaha Builders Exchange, 4255 South 94th, Omaha, NE 68127, 402-593-6908. 10. Rochester Builder's Exchange, 108 Elton Hills Lane NW, Rochester, MN 55901. 507- 282-6351. C. Upon receipt of Bid Documents verify that documents are complete. Notify Architect should the documents be incomplete. D. Immediately notify Architect upon finding discrepancies or omissions in the Bid Documents. 3.06 INQUIRIES/ADDENDA A. Direct questions to Roland Ganter(rolandq(cbinvisionarch.com)telephone 319-433-3812. B. Addenda may be issued during the bidding period. All Addenda become part of the Contract Documents. Include resultant costs in the Bid Amount. C. Verbal answers are not binding on any party. D. 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 submitted, shall examine the site and local conditions, and shall at once report to the Architect error, inconsistencies or ambiguities discovered. E. Clarifications requested by bidders must be in writing not less than seven (7)days before date set for receipt of bids. The reply will be in the form of an Addendum distributed to known Plan Holders. F. Each bidder shall indicate receipt of addendum on bid form. 3.07 PRODUCT/ASSEMBLY/SYSTEM SUBSTITUTIONS Waterloo Center for the Arts Project# 17113 0021 13 2018 Toilet Room Renovation INSTRUCTIONS TO BIDDERS Waterloo, Iowa Page 2 of 6 Page 65 of 513 A. Where the Bid Documents stipulate a particular product, substitutions will be considered up to seven (7) days before receipt of bids. B. When a request to substitute a product is made, Architect may approve the substitution and will issue an Addendum to known bidders. C. The submission shall provide sufficient information to determine acceptability of such products. D. Provide complete information on required revisions to other work to accommodate each proposed substitution. E. In submission of substitutions to products specified, bidders shall include in their bid all changes required in the Work and changes to Contract Time and Contract Sum to accommodate such substitutions. A later claim by the bidder for an addition to the Contract Time or Contract Sum because of changes in work necessitated by use of substitutions shall not be considered. F. Provide products as specified unless substitutions are submitted in this manner and accepted. G. See Section 01 60 00- Product Requirements for additional requirements. SITE ASSESSMENT 4.01 SITE EXAMINATION A. Examine the project site before submitting a bid. Extra costs for Work not identified on the drawings, but clearly visible, will not be considered. 4.02 PREBID CONFERENCE A. A bidders conference is scheduled for 1:00 pm local standard time at the Town Hall room of the Waterloo Center for the Arts on the 27th of March, 2018 B. All General Contract bidders, subcontract bidders and suppliers are invited to attend. C. Representatives of Architect and Engineers will be in attendance. D. Summarized minutes of this meeting will be circulated to attendees. These minutes will not form part of the Contract Documents. E. Information relevant to the Bid Documents will be recorded in an Addendum, issued to Bid Document recipients. QUALIFICATIONS 5.01 EVIDENCE OF QUALIFICATIONS A. To demonstrate qualification for performing the Work of this Contract, bidders may be requested to submit written evidence of financial position and license to perform work in the State. 5.02 SUBCONTRACTORS/SUPPLIERS/OTHERS A. Owner reserves the right to reject a proposed subcontractor for reasonable cause. B. Refer to General Conditions. BID SUBMISSION 6.01 SUBMISSION PROCEDURE A. Submit two (2) copies of the executed offer on the Bid Forms provided, signed and sealed with the required security in a closed opaque envelope, clearly identified with bidder's name, project name and Owner's name on the outside. B. Improperly completed information, irregularities in security deposit, may be cause not to open the Bid Form envelope and declare the bid invalid or informal. C. Oral, telephonic, facsimile or other electronically transmitted bids will not be considered. D. The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. E. An abstract summary of submitted bids will be made available to all bidders following bid opening. Waterloo Center for the Arts Project# 17113 0021 13 2018 Toilet Room Renovation INSTRUCTIONS TO BIDDERS Waterloo, Iowa Page 3 of 6 Page 66 of 513 6.02 BID INELIGIBILITY A. Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations or irregularities of any kind, may at the discretion of the Owner, be declared unacceptable. B. Bid Forms, Appendices and enclosures that are improperly prepared may, at the discretion of Owner, be declared unacceptable. C. Failure to provide security deposit, bonding or insurance requirements may, at the discretion of Owner, be waived. BID ENCLOSURES/REQUIREMENTS 7.01 SECURITY DEPOSIT A. Bids shall be accompanied by a security deposit as follows: 1. Bid Bond of a sum no less than five (5) percent of the Bid Amount on AIA A310 Bid Bond Form or standard surety company form, or: certified bank check for five (5) percent of bid amount made payable to the Owner. B. The security deposit will be returned after delivery to the Owner of the required Performance and Payment Bond(s) by the accepted bidder. C. Include the cost of bid security in the Bid Amount. D. If no contract is awarded, all security deposits will be returned. 7.02 PERFORMANCE ASSURANCE A. Accepted Bidder: Provide a Performance and Payment bond as described in Document 00 73 00. 7.03 BID FORM REQUIREMENTS A. Complete all requested information in the Bid Form and Appendices. 7.04 SALES AND USE TAXES A. This is a sales tax-free construction project. Bidders shall NOT include state sales taxes in their proposals. The Owner will issue a state sales tax exemption certificate for all materials purchased for the project and will issue the appropriate tax exemption certificates and authorization letters to the Contractors and all subcontractors performing work on the project. Tax exemption certificates are applicable only for the specific project for which the certificates are issued. The Contractors shall provide a listing to the Owner of all appropriate subcontractors which are qualified to use the tax exemption certificate. The Contractors and subcontractors may make copies of the tax exemption certificate and may provide a copy to each supplier providing construction material. Materials for this contract may then be purchased free from sales tax. Suppliers shall retain this certificate for at least three years. 7.05 ADDITIONAL BID INFORMATION A. The selected bidder will be requested to complete the Supplements to Bid Forms within 24 hours after submission of bids, unless specified below otherwise: 1. Bid Form: Submit with bid submission. 2. Sales Tax Exemption Form: Submit within 24 hours after bid submission. 3. Non-Collusion Affidavit of Prime Bidder: Submit with bid submission. 4. Non-Collusion Affidavit of Subcontractor: Submit within 24 hours after bid submission. 5. Resident Bidder Certification: Submit within 24 hours after bid submission. 6. Form of Bid Bond: Submit with bid submission. 7. Equal Opportunity Clause: Submit within 24 hours after bid submission. 8. Contractor's or Subcontractor's Affirmative Action Program: Submit within 24 hours after bid submission. 9. Items of Potential MBE/WBE Participation Forms: Submit within 24 hours after bid submission. 10. MBE/WBE Business Enterprise Pre-Bid Contact Information Form: Submit with bid Waterloo Center for the Arts Project# 17113 0021 13 2018 Toilet Room Renovation INSTRUCTIONS TO BIDDERS Waterloo, Iowa Page 4 of 6 Page 67 of 513 submission. 11. Statement of Bidders Qualifications: Upon specific request of the City of Waterloo. 12. Form of Payment Bond: Prior to completion of Contracts for Construction. 13. Form of Performance Bond: Prior to completion of Contracts for Construction. B. Equal Opportunity compliance is required for this project and is a part of these specifications. 1. MBE/WBE Contract Compliance Program: A copy of the Waterloo/Cedar Falls Minority and Women Business Enterprise Constriction and Maintenance Guide (Directory) is enclosed and available from the City of Waterloo Contract Compliance Officer, 602 Mulberry, Waterloo, Iowa. C. Bidders shall submit the following Supplements with the Bid submission: 1. Each bidder submitting a bid shall enclose an executed Minority and/or Women Business enterprise Pre-Bid Contact Information Form (copy bound herein). OFFER ACCEPTANCE/REJECTION 8.01 DURATION OF OFFER A. Bids shall remain open to acceptance and shall be irrevocable for a period of 30 days after the bid closing date. 8.02 ACCEPTANCE OF OFFER A. Owner reserves the right to accept or reject any or all offers. B. After acceptance by Owner, Architect on behalf of Owner, will issue to the successful bidder, a written Bid Acceptance. END OF DOCUMENT 12046/13130 Waterloo Center for the Arts Project# 17113 0021 13 2018 Toilet Room Renovation INSTRUCTIONS TO BIDDERS Waterloo, Iowa Page 5 of 6 Page 68 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0021 13 2018 Toilet Room Renovation INSTRUCTIONS TO BIDDERS Waterloo, Iowa Page 6 of 6 Page 69 of 513 FORM OF BID OR PROPOSAL WATERLOO CENTER FOR THE ARTS -2018 TOILET ROOM RENOVATION CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by INVISION and now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this WATERLOO CENTER FOR THE ARTS — 2018 TOILET ROOM RENOVATION, all in accordance with the above-listed documents and for the bid and alternates. BASE BID a) Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by INVISION for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Base Bid listed in this bid form of: b) dollars ($ ), in lawful money of the United States of America. C) We have included the required security deposit as required by the Instruction to Bidders. ALTERNATES -SEE SECTION 01 23 00 Bidder, in submitting his bid proposal, shall include, in addition to his base bid, the following alternate. Alternate No. 1: Laminate 3/" plywood and 5/8"gypsum board to the existing brick walls in the foyer where shown on the elevation drawings. Finish and paint. Replace wall heating unit. 1. ADD dollars. ($ ), in lawful money of the United States of America. CONTRACT TIME a) Substantially complete the Work in 120 calendar days from Notice to Proceed. 2. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty(30)days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10)days after"Notice to Proceed" is issued. Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation FORM OF BID OR PROPOSAL Waterloo, Iowa Page 1 of 2 Page 70 of 513 3. Security in the sum of Dollars ($ ) in the form of is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 4. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 5. Attached hereto is a Resident Bidder Certification. 6. The bidder is prepared to submit a financial and experience statement upon request. 7. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10)days of notification that the bid submitted is lowest and acceptable. 8. The bidder has received the following Addendum or Addenda: Addendum No. Date 9. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m.the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: a) The City of Waterloo does not approve the subcontractors. b) The subcontractors submit in writing that they cannot fulfill their subcontracts. 10. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"or "NA". 11. The bidder has attached all applicable forms. (Name of Bidder) (Date) BY: Title: Official Address: (Including Zip Code): I.R.S. No. END OF FORM OF BID OR PROPOSAL Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation FORM OF BID OR PROPOSAL Waterloo, Iowa Page 2 of 2 Page 71 of 513 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: ADDRESS: (Check One) PRIME SUBCONTRACTOR FEDERAL ID#: PROJECT NAME: PROJECT CONTRACT NO.: DESCRIPTION OF WORK: ❑ Brickwork ❑ Landscaping ❑ Carpentry ❑ Painting ❑ Concrete ❑ Paving ❑ Drywall-Plaster-Insulation ❑ Plumbing ❑ Electrical ❑ Roofing-Siding-Sheet Metal ❑ Excavation/Grading ❑Windows ❑ Flooring ❑Wrecking-Demolition ❑ Heavy Construction ❑ Other(Please specify) ❑ Heating-Ventilating-Air Cond. Waterloo Center for the Arts Project# 17113 0041 00 2018Toilet Room Renovation SALES TAX EXEMPTION INFORMATION FORM Waterloo, Iowa Page 1 of 2 Page 72 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0041 00 2018Toilet Room Renovation SALES TAX EXEMPTION INFORMATION FORM Waterloo, Iowa Page 2 of 2 Page 73 of 513 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) )ss County of ) being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of 201_. Title My commission expires Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation NON-COLLUSION AFFIDAVITS Waterloo, Iowa Page 1 of 2 Page 74 of 513 NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) ss: County of ) being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of hereinafter referred to as the "Subcontractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to contract pertaining to the project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of 201_ Title My commission expires Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation NON-COLLUSION AFFIDAVITS Waterloo, Iowa Page 2 of 2 Page 75 of 513 RESIDENT BIDDER CERTIFICATION CONTRACT NO: PROJECT NAME: DATE OF LETTING: To be a qualified resident bidder; the person, operation, partnership or firm shall not have, as employees, Illinois laborers on the work site of a non-federal-aid project within Iowa. An Illinois laborer is any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. This applies to all labor on the project; whether skilled, semi-skilled or unskilled; whether manual or non- manual. This also applies to work subcontracted by or to the resident bidder on a non-federal-aid project within Iowa. The resident bidder may place on such work no more than three residents of Illinois who are regularly employed executive and technical experts. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that no Illinois resident laborer as defined above will be employed at the work site during the contract period from the start of the project until its completion. COMPANY NAME: CORPORATED OFFICER: TITLE: DATE: Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation RESIDENT BIDDER CERTIFICATION Waterloo, Iowa Page 1 of 2 Page 76 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation RESIDENT BIDDER CERTIFICATION Waterloo, Iowa Page 2 of 2 Page 77 of 513 FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called "OWNER." In the penal sum Dollars ($ )lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of 20_, for 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 shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this day of A.D. 200 (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation FORM OF BID BOND Waterloo, Iowa Page 1 of 2 Page 78 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation FORM OF BID BOND Waterloo, Iowa Page 2 of 2 Page 79 of 513 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading C. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation EQUAL OPPORTUNITY CLAUSE Waterloo, Iowa Page 1 of 2 Page 80 of 513 subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) (Title) (Date) Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation EQUAL OPPORTUNITY CLAUSE Waterloo, Iowa Page 2 of 2 Page 81 of 513 RECIPROCAL RESIDENT BIDDER PREFERENCE In response to Illinois' law concerning resident preference and in accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: To be a qualified resident bidder, the person, corporation, partnership, or firm shall not have, as employees, Illinois laborers on the work site of a non-federal-aid project within Iowa. An Illinois laborer is any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. This applies to all labor on the project, whether skilled, semi-skilled, or unskilled; whether manual or non-manual. This also applies to work subcontracted by or to the resident bidder on a non-federal-aid project within Iowa. The resident bidder may place on such work no more than three residents of Illinois who are his regularly employed executive and technical experts. As noted, this definition gives a preference as to whom the contractors or subcontractors can employ. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. DJG/cs 01/13/97 Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation RECIPROCAL RESIDENT BIDDER PREFERENCE Waterloo, Iowa Page 1 of 2 Page 82 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation RECIPROCAL RESIDENT BIDDER PREFERENCE Waterloo, Iowa Page 2 of 2 Page 83 of 513 Revised February 1991 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ) General Contractor ( ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Address of Company Zip Telephone Number( Federal ID Number(if no Federal ID Number, Owner/President's Social Security Number) Name of Equal Employment Officer Name of Project Project Contract Number Estimated Construction Work Dates / Start Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Sub contractor's Telephone Number ( ) Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation AFFIRMATIVE ACTION PROGRAM Waterloo, Iowa Page 1 of 8 Page 84 of 513 C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Ethnic Name Address Position Sex Origin 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Type of Name Address Affiliation Degree II. EMPLOYER'S POLICY(Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation AFFIRMATIVE ACTION PROGRAM Waterloo, Iowa Page 2 of 8 Page 85 of 513 III. AFFIRMATIVE ACTION A. recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B. will undertake the (Name of Company) following six(6)steps to improve our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. C. will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. D. will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. G. will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. has taken the following Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation AFFIRMATIVE ACTION PROGRAM Waterloo, Iowa Page 3 of 8 Page 86 of 513 (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write ,NONE") 1. 2. I. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. 2. J. will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non-minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: Minority Parity= .08 (8%) N. Affirmative Action (Name of Company) Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 2007, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. 'Goals for Minorities: % Goals for Women: % 'Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation AFFIRMATIVE ACTION PROGRAM Waterloo, Iowa Page 4 of 8 Page 87 of 513 Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 1991. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) HOURLY NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation AFFIRMATIVE ACTION PROGRAM Waterloo, Iowa Page 5 of 8 Page 88 of 513 INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: Company Executive Date By: Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation AFFIRMATIVE ACTION PROGRAM Waterloo, Iowa Page 6 of 8 Page 89 of 513 DESCRIPTION OF JOB CATEGORIES 1. Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post-secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk-typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7. Operatives (semi-skilled): Workers who operate machine or processing equipment or perform other factory-type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. 8. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation AFFIRMATIVE ACTION PROGRAM Waterloo, Iowa Page 7 of 8 Page 90 of 513 raftsmen and woodchoppers, laborers performing lifing, digging, mixing, loading and pulling operations and kindred workers. 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-mob): Production. . . persons in formal training for craftsmen when not trained under apprentice programs--operative laborer, and service occupations. White Collar. . . persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation AFFIRMATIVE ACTION PROGRAM Waterloo, Iowa Page 8 of 8 Page 91 of 513 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: All items from the WATERLOO CENTER FOR THE ARTS - 2018 TOILET ROOM RENOVATION that has a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%)WBE goal is attached to this project. "Certified Return Receipt' letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre-Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation ITEMS OF POTENTIAL MBE/WBE PARTICIPATION Waterloo, Iowa Page 1 of 4 Page 92 of 513 SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD Contract No.: Letting Date: I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of (description of work and bid item no.). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by(date) and (time). Subcontractor's Company Name Date Subcontractor's Signature Date Prime Bidder's Signature Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation ITEMS OF POTENTIAL MBE/WBE PARTICIPATION Waterloo, Iowa Page 2 of 4 Page 93 of 513 LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name Address RE: Contract No.: Dear (Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above referenced project. (Insert bid Item Nos. and Description of Work) (Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by and (Date) (Time) Sincerely, (Prime Contractor's Representative) Form CCO- 3 (11/28/2001) Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation ITEMS OF POTENTIAL MBE/WBE PARTICIPATION Waterloo, Iowa Page 3 of 4 Page 94 of 513 LETTER OF INTENT TO BID (MBE/WBE LETTER) According to the Current MBE/WBE Contract Compliance Program -2002, all MBE/WBE Contractors interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is interested in bidding. Letter should include the following: Name of Project: Your Company Name: Address: Phone: Date: List of Specific items to be bid: Item No. Description: Item No. Description: Item No. Description: Item No. Description: Item No. Description: (Subcontractor's Company Name and authorized signature) Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 Phone: (319)291-4429 Form CCO-5 (06-20-2002) Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation ITEMS OF POTENTIAL MBE/WBE PARTICIPATION Waterloo, Iowa Page 4 of 4 Page 95 of 513 E N c c cn o ^� L O O Gn L p p L ^^ 4.0 U0 Z3 > -0 O m > O CC Q) O m O .� a Q O O Q O O O LLJ Ua) O p o - m � � cu c :2 Ed � (D CD o E L CC > >, o o a) 0 0 U O a' O A a) o a J O U 3: O (6 O L L (n —_ O U O E `~ U E m Z 00ui O WN N O cn O LL U cn C c�U6 Q'c0 � U) O O Q N � W O a) - c U) •D 0 a) F- U O L O � � V) O O O J -c - W ZO Z i a) O D Ucu a) cu V a0 O a L 0 -0 U LU v7 'L "- 00 - W w v WH � co 0 � o > o � 0 mcn HQ � � U .o oo E W W � X00 70 � T � � cE Z � U cn0 � � ° � a� �a a� L � W > L o (nZ LU C: aU) '5 Y o � O WZ aUi mw � � o �n0 � - = Z Z � o � — 0T a � 3 0 � � W Vo_ mac) L0 0 .° a) cm ZN o Z � °, aim cn -5 W J > Q L L L O Q� W Z z w a) O 07 to (n cn Q L �I O L W D � `D � � � a En 0 m m m a) U 67 a) c " N LL W V W O : 5 a`� � o (n cu Z m c� � Z y 0--E -0 M U :3 Q Lw" M O O O U O m Q LL A O CL �' � LSU C: w `u OW U 0 Cl c6 0 o w e J m U) O " O -0 .2 L j� 02= m It m C O 0 -01-- m C Q w ° —CL aZ5 20 H ca J 0, (3)0 i a w U 0 ° w � .. U > L CO C J m> U L .0 H O d > pQ4>1 N O W N JL Z Qm o (D -0 0 -a EEC) m L O N ca A vs ooN a) L� p 'Z E a (D co Cl) O L >+ O MO — c s VNV W fnO m O J -0 C7 � O mcONo +� L r U U W Co O o Z a a1 �n > � OU m O 0 0 �� � 'Q Coca M a) CO U O cB O U 3 � m L 7 (n O a> o_ Zaa)) a U (n0U) >- w '� � -S� E L Page 96 of 513 � J Y LU Z J IL 0 m cn z LL Z J Page 97 of 513 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) All questions must be answered and the date given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, when incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, an the month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation STATEMENT OF BIDDER'S QUALIFICATIONS Waterloo, Iowa Page 1 of 2 Page 98 of 513 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at this day of 1200 ._ (Name of Bidder) By: Title: State of ) ss: County of ) being duly sworn deposes and says that he is of and that the answers (Name of Organization) to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of 200 Notary Public My commission expires Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation STATEMENT OF BIDDER'S QUALIFICATIONS Waterloo, Iowa Page 2 of 2 Page 99 of 513 FORM OF PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a ,hereinafter called Principal, (Corporation,Partnership or Individual) and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) herein after called OWNER, in the penal sum of Dollars, $( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of 20 , a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation FORM OF PAYMENT BOND Waterloo, Iowa Page 1 of 2 Page 100 of 513 PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS HEREOF, this instrument is executed in counterparts, each one of (number) which shall be deemed an original, this the day of 20 ATTEST: Principal (Principal)Secretary (SEAL) By (s) (Address) Witness as to Principal (Address) Surety ATTEST: By Attorney-in-Fact Witness as to Surety (Address) (Address) NOTE: Date of BOND roust not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation FORM OF PAYMENT BOND Waterloo, Iowa Page 2 of 2 Page 101 of 513 FORM OF PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, of (hereinafter called the Principal), and of (hereinafter called the Surety), are held and firmly bound unto the City of Waterloo (hereinafter called the Obligee), in the penal sum Dollars($ ), lawful money of the United States, to payment of which sum,well and truly to be made,the Principal here firmly binds himself/themselves, his/their heirs, executors, and administrators, and the said Surety binds himself, his successors, assigns, executors, and administrators,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that, WHEREAS the above bounden Principal did, on the_day of 20 , enter into a written contract with the City of Waterloo, Iowa, for the construction of _ , a copy of which contract,together with all of its terms, covenants, conditions, and stipulations, is incorporated herein and made a part hereof as full and completely as if said contract were recited at length herein; and WHEREAS, the Principal and Surety on this bond hereby agree to pay to all persons, firms or corporations having contracts directly with the Principal or with subcontractors, all just claims due them for labor performed or materials furnished in the performance of the contract on account of which bond is given when the same are not satisfied out of the portion of the contract price which the public corporation is required to retain until completion of the public improvement, but the Principal and Surety shall not be liable to said persons, firms, or corporation unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. Now, if the Principal shall in all respects fulfill his said contract according to the terms and tenor thereof, and shall satisfy all claims and demands incurred for the same, and shall fully indemnify and save harmless the Obligee from all costs and damages which it may suffer by reason of failure to do so, and shall fully reimburse and repay the Obligee all outlays and expenses which it may incur in making good any such default, then the obligation is to be void and of no effect, otherwise to remain in full force and effect. Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent without notice: 1. To any extension of time to the contract in which to perform the contract. 2. To any change in the plans, specifications, or contract when such change does not involve an increase of more than twenty percent (20%) of the total contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted. Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation FORM OF PERFORMANCE BOND Waterloo, Iowa Page 1 of 2 Page 102 of 513 IN WITNESS WHEREOF,we have hereunto set our hands and seals this_day of 20_. Principal By: Surety Attorney-in-Fact Waterloo Center for the Arts Project# 17113 0041 00 2018 Toilet Room Renovation FORM OF PERFORMANCE BOND Waterloo, Iowa Page 2 of 2 Page 103 of 513 DOCUMENT 00 50 00 CONTRACTING FORMS AND SUPPLEMENTS PART 1 -GENERAL 1.01 AGREEMENT AND CONDITIONS OF THE CONTRACT A. The Agreement is based on AIA A101. B. The General Conditions are based on AIA A201. 1.02 FORMS A. Use the following forms for the specified purposes unless otherwise indicated elsewhere in the Contract Documents. B. Post-Award Certificates and Other Forms: 1. Schedule of Values Form: AIA G703. 2. Application for Payment Form: AIA G702 and G703. 1.03 REFERENCES A. AIA A101 -Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum; 2007. B. AIA A201 - General Conditions of the Contract for Construction; 2007. C. AIA G702 -Application and Certificate for Payment; 1992. D. AIA G703 -Continuation Sheet; 1992. PART 2 - PRODUCTS -NOT USED PART 3 - EXECUTION -NOT USED END OF DOCUMENT Waterloo Center for the Arts Project# 17113 00 50 00 2018 Toilet Room Renovation CONTRACTING FORMS AND SUPPLEMENTS Waterloo, Iowa Page 1 of 2 Page 104 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 00 50 00 2018 Toilet Room Renovation CONTRACTING FORMS AND SUPPLEMENTS Waterloo, Iowa Page 2 of 2 Page 105 of 513 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS PART 1 -GENERAL SUMMARY 1.02 These Supplementary Conditions amend and supplement the General Conditions and other provisions of the Contract Documents as indicated below. All provisions that are not so amended or supplemented remain in full force and effect. 1.03 RELATED SECTIONS A. Document 00 50 00- Contracting Forms and Supplements. PART 2 - PRODUCTS -NOT USED PART 3 - EXECUTION MODIFICATIONS TO AIA A201 §1.2 CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS §1.2.1: Add the following subparagraphs after 1.2.1: § 1.2.1.1 In the event of conflicts or discrepancies among the Contract Documents, interpretations will be based on the following priorities: .1 Modifications. .2 The Agreement. .3 Addenda, with those of later date having precedence over those of earlier date. .4 The Supplementary Conditions. .5 The General Conditions of the Contract for Construction. .6 Division 1 of the Specifications. .7 Drawings and Divisions 2-33 of the Specifications. .8 Other documents specifically enumerated in the Agreement as part of the Contract Documents. §1.2.1.2 Paragraph 1.2.1 shall be interpreted as meaning that if an item is shown in the specifications but not on the Drawings, or if an item is shown on the Drawings but not in the Specifications, that such item shall be included in the Contract. If make or model are not specified then provide standard commercial quality of said item. If different types or quantities of items appear to be indicated between the Drawings and Specifications, or within either document, then provide the greater quantity or higher quality according to the Architect's interpretation §3.6 TAXES A. §3.6: Strike§3.6 in its entirety and substitute the following: 1. §3.6 The- GA-AtRar-49F shall pay SaleS, G9RGUFReF, use and similar taxes fA-F the VVGFk 1. §3.6 This is a sales tax-free construction project. Bidders shall NOT include state sales taxes in their proposals. The Owner will issue a state sales tax exemption certificate for all materials purchased for the project and will issue the appropriate tax exemption certificates and authorization letters to the Contractors and all subcontractors performing work on the project. Tax exemption certificates are applicable only for the specific project for which the certificates are issued. The Contractors shall provide a listing to the Owner of all appropriate subcontractors which are qualified to use the tax exemption certificate. The Contractors and subcontractors may make copies of the tax exemption certificate and may provide a copy to each supplier providing construction material. Materials for this contract may then be purchased free from sales tax. Suppliers shall retain this certificate for at least three years. Waterloo Center for the Arts Project# 17113 00 73 00 2018 Toilet Room Renovation SUPPLEMENTARY CONDITIONS Waterloo, Iowa Page 1 of 4 Page 106 of 513 §3.7 PERMITS, FEES, NOTICES AND COMPLIANCE WITH LAWS A. §3.7.5: Modify§3.7.5 by adding the underlined words, so that the section now reads as follows: 1. §3.7.5 If, in the course of the Work, the Contractor knowingly encounters and recognizes human remains, burial markers, archeological sites or previously undelineated wetlands not indicated in the Contract Documents, the Contractor shall immediately suspend any operations that would affect them and shall notify the Owner and Architect. Upon receipt of such notice, the Owner shall promptly take any action necessary to obtain governmental authorization required to resume the operations. The Contractor shall continue to suspend such operations until otherwise instructed by the Owner but shall continue with all other operations that do not affect those remains or features. Requests for adjustments in the Contract Sum and Contract Time arising from the existence or good faith belief of such existence of such remains or features may be made as provided in Article 15. §3.10 CONTRACTOR'S CONSTRUCTION SCHEDULES A. §3.10.2: Delete the last sentences of§3.10.2 so that the section now reads as follows: 1. §3.10.2 The Contractor shall prepare a submittal schedule promptly after being awarded the Contract and thereafter as necessary to maintain a current submittal schedule, and shall submit the schedule(s)for the Architect's approval. The Architect's approval shall not unreasonably be delayed or withheld. The submittal schedule shall (1) be coordinated with the Contractor's construction schedule, and (2) allow the Architect reasonable time to review submittals. If the CA TtmrtprfarisW 131111FAitaFGhedH!e +he CAntrArtAr GR the tomer Fed fer '#at §7.1 GENERAL A. §7.1.4: Add the following subparagraphs: 1. §7.1.4 The combined overhead and profit included in the total cost to the Owner for a change in the Work shall be based on the following schedule: a. §7.1.4.1 For the Contractor, for Work performed by the Contractor's own forces, fifteen (15) percent of the cost. b. §7.1.4.2 For the Contractor, for Work performed by the Contractor's Subcontractors, five (5) percent of the amount due the Subcontractors. c. §7.1.4.3 For each Subcontractor involved, for Work performed by that Subcontractor's own forces, five (5) percent of the cost. d. §7.1.4.4 For each Subcontractor involved, for Work performed by the Subcontractor's Subsubcontractors, five (5) percent of the amount due the Sub-subcontractor. e. §7.1.4.5 The maximum allowable mark-up shall be twenty-five (25) percent passed through to the Owner by the Contractor under any circumstances. f. §7.1.4.6 Cost to which overhead and profit is to be applied shall be determined in accordance with Section 7.3.7. g. §7.1.4.7 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. Labor and materials shall be itemized in the manner prescribed above. Where major cost items are Subcontracts, they shall be itemized also. In no case will a change involving over$2,000 be approved without such itemization. §9.3 APPLICATIONS FOR PAYMENT A. §9.3.1: Add the following subparagraph: 1. §9.3.1.3 Payments will be made to the extent of the substantiated value of the work performed in the previous month less a retainage amount of five (5) percent of the value of the work performed. At Substantial Completion, 95 percent of the contract amount shall be due and payable. §9.5 DECISIONS TO WITHHOLD CERTIFICATION Waterloo Center for the Arts Project# 17113 00 73 00 2018 Toilet Room Renovation SUPPLEMENTARY CONDITIONS Waterloo, Iowa Page 2 of 4 Page 107 of 513 A. §9.5.3: Delete in its entirety. 1. §9.5.3 ..h a r,+E)R the next GeF+ifi...i+e of Paym F.+ §9.6 PROGRESS PAYMENTS A. §9.6.4: Delete the first two sentences of§9.6.4 so that it now reads as follows: 1. §9.6.4 The Owner has the Fight t., F st.Fitt..—.A .i.Je.,.+e&A—M. the ('e.,tF.,..teF that the IRto paid by the n.nmer to the Geptrorter fer s--hrentrarted \A/erL If the Gent r.,..ter f-;4 A s te furnish su rgh ;.A.4thi P seven days, the QvVner shall have the right te peptart 2,-hAAAtr;;rtArs tA ;;rrArt;40P whether they have been properly paid-. Neither the Owner nor Architect shall have an obligation to pay or to see to the payment of money to a Subcontractor, except as may otherwise be required by law. §11.1 CONTRACTOR'S LIABILITY INSURANCE B. §11.1.4: Add the following subparagraphs: 1. §11.1.4.1 Minimum limits for liability insurance required to be carried by the contractor are as follows: a. General Liability: $1,000,000 Combined Single Limit per occurrence; $1,000,000 Aggregate. b. Automobile Liability: $1,000,000 Combined Single Limit. c. Worker's Compensation: Statutory Benefits; $100,000 Coverage B. d. Umbrella Liability: $1,000,000 Combined Single Limit; $2,000,000 Aggregate. 2. §11.1.4.2 Provide Certificate of Insurance acceptable to the Owner specifying all insurance limits prior to beginning any site mobilization or work on site. The insurance shall be provided through a company rated A or better as determined by the A. M. Best Company. The Owner and INVISION shall be named as additional Insured. §11.4 PERFORMANCE BOND AND PAYMENT BOND A. §11.4 Add the following subparagraph: 1. §11.4.3 The bond value requirements are as follows: a. Provide a 100 percent Performance Bond on AIA A312, or standard surety form. b. Provide a 100 percent Payment Bond on AIA A311, or standard surety form. §13.1 GOVERNING LAW A. §13.1: Delete the words following "where the Project is located" in §13.1 so that it now reads as follows: 1. §13.1 The Contract shall be governed by the law of the place where the Project is located reoelfien the Fe.deFal Ant shall n n QermiA-A 154. §13.7 TIME LIMITS ON CLAIMS A. §13.7: Strike Section §13.7 in its entirety and replace with the new Section 13.7 located after the following: 1 §13.7 I.A.1h8theF in +e the Gen+ren er relete.J n + in errlenne v.rith +herg 8Rt6 of the fipel di-Sp ate law, 1961+ OR .,e+ mere than 10 years after the .Jo+o of Quhot-antiol Gemple+ie., of Waterloo Center for the Arts Project# 17113 00 73 00 2018 Toilet Room Renovation SUPPLEMENTARY CONDITIONS Waterloo, Iowa Page 3 of 4 Page 108 of 513 GGFBFReRGed OR aGGGFdaRGe with 13.7-. §13.7 COMMENCEMENT OF STATUTORY LIMITATIONS PERIOD A. §13.7.1 As between Owner and Contractor: 1. Before Substantial Completion. As to acts or failures to act occurring prior to the relevant date of Substantial Completion, any applicable statute of limitations shall commence to run and any alleged cause of action shall be deemed to have accrued in any and all events not later than such date of Substantial Completion; 2. Between Substantial Completion and Final Certificate for Payment. As to acts or failures to act occurring subsequent to the relevant date of Substantial Completion and prior to issuance of the final Certificate for Payment; any applicable statute of limitations shall commence to run and any alleged cause of action shall be deemed to have accrued in any and all events not later than the date of issuance of the final Certificates of Payment; and 3. After Final Certificate for Payment. As to acts of failures to act occurring after the relevant date of issuance of the final Certificate of Payment, any applicable statute of limitations shall commence to run and any alleged cause of action shall be deemed to have accrued in any and all events not later than the date of any act or failure to act by the Contractor pursuant to any Warranty provided under Section 3.5, the date of any correction of the Work or failure to correct the Work by the Contractor under Section 12.2, or the date of actual commission of any other act of failure to perform any duty or obligation by the Contractor or Owner, whichever occurs last. Add the following Section to Article 13: § 13.8 MISCELLANEOUS DEFINITIONS 13.8.1. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work, but does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. 13.8.2 Furnish or Supply: To supply and deliver, unload, inspect for damage. 13.8.3. Install: To unpack, assemble, erect, apply, place, finish, cure, protect, clean, and ready for use. 13.8.4. Provide: To furnish or supply, plus install. 13.8.5. Project Manual: The Project Manual is the volume usually assembled for the Work which includes the Bid Documents, Contract Documents, and Specifications. l 15 4 PI ADQITRATIAI §154 A. § Delete Section 15.4 and all other references to arbitration. Claims and disputes not resolved by mediation shall be taken to litigation. END OF DOCUMENT ofc Mstr/17113 Waterloo Center for the Arts Project# 17113 00 73 00 2018 Toilet Room Renovation SUPPLEMENTARY CONDITIONS Waterloo, Iowa Page 4 of 4 Page 109 of 513 SECTION 01 10 00 SUMMARY PART 1 -GENERAL 1.01 PROJECT A. Project Name: Waterloo Center for the Arts 2018 Toilet Room Renovation. B. Owner: City of Waterloo. C. Architect: INVISION Architecture. D. The Project consists of a public restroom renovation and expansion and new reception area located in the Waterloo Center for the Arts, as shown on drawings and specified. 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Document 00 50 00- Contracting Forms and Supplements. 1.03 DESCRIPTION OF ALTERATIONS WORK A. Scope of demolition and removal work is shown on drawings. B. Services (Including but not limited to Plumbing, Mechanical, Electrical Power and Lighting): Alter existing system and add new construction, keeping existing in operation. C. Contractor shall remove and turn over to owner the following prior to start of work: 1. Electric hand dryers and baby changing stations. 2. Items as indicated on drawings. 1.04 WORK BY OWNER A. Items noted NIC (Not in Contract)will be supplied and installed by Owner before Substantial Completion. Some items include: 1. Furnishings. 2. Other items as indicated on drawings. B. Owner will supply the following for installation by Contractor: 1. Items as indicated on the drawings. 1.05 OWNER OCCUPANCY A. Owner intends to continue to occupy adjacent portions of the existing building during the entire construction period. 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. 1.06 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Arrange use of site and premises to allow: 1. Owner occupancy. 2. Work by others. 3. Work by Owner. 4. Use of site and premises by the public. C. Provide access to and from site as required by law and by Owner: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 2. Do not obstruct roadways, sidewalks or other public ways without permit. D. Existing building spaces may not be used for storage. Waterloo Center for the Arts Project# 17113 01 1000 2018 Toilet Room Renovation SUMMARY Waterloo, Iowa Page 1 of 2 Page 110 of 513 E. Existing building toilets may be used by contractors. Restore existing toilets used during construction to original conditions. F. Utility Outages and Shutdown: 1. Prevent accidental disruption of utility services to other facilities. G. This is a tobacco free site as required by the State of Iowa Law. Use of tobacco is strictly prohibited on site. General Contractor shall coordinate enforcement efforts. PART 2 - PRODUCTS -NOT USED PART 3 - EXECUTION -NOT USED END OF SECTION Waterloo Center for the Arts Project# 17113 01 1000 2018 Toilet Room Renovation SUMMARY Waterloo, Iowa Page 2 of 2 Page 111 of 513 SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES PART 1 -GENERAL 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Sum and Contract Time. C. Change procedures. D. Procedures for preparation and submittal of application for final payment. 1.02 RELATED REQUIREMENTS A. Document 00 50 00- Contracting Forms and Supplements: Forms to be used. 1.03 SCHEDULE OF VALUES A. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Architect for approval. B. Forms filled out by hand will not be accepted. C. Submit a printed schedule on AIA Form G703-Application and Certificate for Payment Continuation Sheet. Contractor's standard form or electronic media printout will be considered. D. Submit Schedule of Values in duplicate within 15 days after date of Owner-Contractor Agreement. E. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. Identify General Conditions with a separate line item. F. Revise schedule to list approved Change Orders, with each Application For Payment. 1.04 APPLICATIONS FOR PROGRESS PAYMENTS A. Payment Period: Submit at intervals stipulated in the Agreement. B. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Architect for approval. C. Forms filled out by hand will not be accepted. D. Present required information in typewritten form. E. Form: AIA G702 Application and Certificate for Payment and AIA G703- Continuation Sheet including continuation sheets when required. Submit one on original AIA documents. 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 three (3) copies of each Application for Payment. J. Include the following with the application: 1. Partial release of liens from major Subcontractors and vendors. 2. Certificates attesting to insurance of off-site stored products included in payment application. K. When Architect requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. 1.05 MODIFICATION PROCEDURES A. For minor changes not involving an adjustment to the Contract Sum or Contract Time, Architect will issue instructions directly to Contractor. B. Architect will advise of minor changes in the Work not involving an adjustment to Contract Sum Waterloo Center for the Arts Project# 17113 01 2000 2018 Toilet Room Renovation PRICE AND PAYMENT PROCEDURES Waterloo, Iowa Pae 1 of 2 Rage 112 of 513 or Contract Time as authorized by the Conditions of the Contract by issuing supplemental instructions. C. For other required changes, Architect will issue a document signed by Owner instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Sum or Contract Time. 2. Promptly execute the change. D. For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within 15 days. E. Contractor may propose a change by submitting a request for change to Architect describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01 60 00. F. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. 1. For change requested by Architect for work falling under a fixed price contract, the amount will be based on Contractor's price quotation. 2. For change ordered by Architect without a quotation from Contractor, the amount will be determined by Architect based on the Contractor's substantiation of costs as specified for Time and Material work. G. Substantiation of Costs: Provide full information required for evaluation. 1. On request, provide following data: a. Quantities of products, labor and equipment. b. Taxes, insurance and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment and subcontracts, similarly documented. H. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. I. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum. J. Promptly revise progress schedules to reflect any change in Contract Time, revise sub- schedules to adjust times for other items of work affected by the change, and resubmit. K. Promptly enter changes in Project Record Documents. 1.06 APPLICATION FOR FINAL PAYMENT A. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. B. Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 01 70 00. PART 2 - PRODUCTS -NOT USED PART 3 - EXECUTION -NOT USED END OF SECTION 12046/17113 Waterloo Center for the Arts Project# 17113 01 2000 2018 Toilet Room Renovation PRICE AND PAYMENT PROCEDURES Waterloo, Iowa Pae 2 of 2 Ne 113 of 513 SECTION 01 23 00 ALTERNATES PART 1 -GENERAL 1.01 SECTION INCLUDES A. Procedures for pricing alternates. 1.02 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted alternates will be identified in the Owner-Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each alternate. 1.03 SCHEDULE OF ALTERNATES A. Alternate#1: Laminate 3/4" plywood and 5/8" gypsum board to the existing brick walls in the foyer in the locations shown on the architectural plans and elevation drawings. Finish gypsum wall board and paint. Prep work shall include removal of any nails, fasteners & display rails in the affected wall areas. Replace electrical and mechanical equipment and devices in the alternate wall areas as shown on the electrical and mechanical drawings. PART 2 - PRODUCTS -NOT USED PART 3 - EXECUTION -NOT USED END OF SECTION Waterloo Center for the Arts Project# 17113 01 2300 2018 Toilet Room Renovation ALTERNATES Waterloo, Iowa Page 1 of 2 Page 114 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 01 2300 2018 Toilet Room Renovation ALTERNATES Waterloo, Iowa Page 2 of 2 Page 115 of 513 SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART GENERAL 1.01 SECTION INCLUDES A. Preconstruction meeting. B. Progress meetings. C. Construction progress schedule. D. Submittals for review, information and project closeout. E. Number of copies of submittals. F. Submittal procedures. 1.02 PROJECT COORDINATION A. Project Coordinator: General Contractor. B. Cooperate with the Project Coordinator in allocation of mobilization areas of site; for field offices and sheds, for construction access, traffic and parking facilities. C. During construction, coordinate use of site and facilities through the Project Coordinator. D. Comply with Project Coordinator's procedures for intra-project communications; submittals, reports and records, schedules, coordination drawings and recommendations; and resolution of ambiguities and conflicts. E. Comply with instructions of the Project Coordinator for use of temporary utilities and construction facilities. F. Coordinate field engineering and layout work under instructions of the Project Coordinator. G. Make the following types of submittals to Architect through the Project Coordinator: 1. Requests for interpretation. 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. Closeout submittals. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION MEETING A. Architect will schedule a meeting after Notice of Award. B. Attendance Required: 1. Owner. 2. Architect. 3. Contractor. C. Agenda: 1. Execution of Owner-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, schedule of values and progress schedule. 5. Designation of personnel representing the parties to Contract and Architect. Waterloo Center for the Arts Project# 17113 01 3000 2018 Toilet Room Renovation ADMINISTRATIVE REQUIREMENTS Waterloo, Iowa Page 1 of 4 Page 116 of 513 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 7. Scheduling. 8. Construction waste management. 9. Indoor air quality. D. Architect will record minutes and distribute copies within four(4)days after meeting to participants. Architect, Owner, participants and those affected by decisions made will be copied electronically with a pdf document. 3.02 PROGRESS MEETINGS A. Contractor to schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Architect, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Construction waste management. 13. Effect of proposed changes on progress schedule and coordination. 14. Other business relating to Work. E. Architect to record minutes and distribute copies within four days after meeting to participants, with electronic copies to Architect, Owner, participants, and those affected by decisions made. 3.03 CONSTRUCTION PROGRESS SCHEDULE A. Within ten (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. Within ten (10) days after joint review, submit complete schedule. C. Submit updated schedule with each Application for Payment. 3.04 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. 5. Other types indicated. B. Submit to Architect for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 78 00- Closeout Waterloo Center for the Arts Project# 17113 01 3000 2018 Toilet Room Renovation ADMINISTRATIVE REQUIREMENTS Waterloo, Iowa Page 2 of 4 Page 117 of 513 Submittals. 3.05 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Architect's knowledge as contract administrator or for Owner. No action will be taken. 3.06 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.07 NUMBER OF COPIES OF SUBMITTALS A. Documents for Review: All submittals shall be provided electronically to the Architect. B. Documents for Information: All submittals shall be provided electronically to the Architect. C. Documents for Project Closeout: Make one reproduction of submittal originally reviewed. Submit one extra of submittals for information. D. Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.08 SUBMITTAL PROCEDURES A. Submittal Preparation: Contractor may use any of all of the following options: 1. Subcontractors and Suppliers provide electronic portable document format(PDF) submittals to Contractor via email or Architect FTP site. Access will be coordinated. Final method will be defined at Pre-Construction meeting. 2. Subcontractors and Suppliers provide paper submittals to General Contractor who electronically scans and converts to PDF format. B. Transmit each submittal with Contractor's standard form. C. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. D. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number and specification section number, as appropriate on each copy. E. Apply Contractor's electronic 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. F. Contractor shall transmit each submittal to Architect via email or ftp site as indicated at the preconstruction meeting. G. Schedule submittals to expedite the Project, and coordinate submission of related items. H. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. Waterloo Center for the Arts Project# 17113 01 3000 2018 Toilet Room Renovation ADMINISTRATIVE REQUIREMENTS Waterloo, Iowa Page 3 of 4 Page 118 of 513 I. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. J. When revised for resubmission, identify all changes made since previous submission. K. Provide space for Contractor and Architect review stamps. L. Architect review comments will be made available on the returned submittal via email. M. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. N. Distribution of reviewed submittals to subcontractors and suppliers is the responsibility of the Contractor. O. Submittals not requested will not be recognized or processed. END OF SECTION Waterloo Center for the Arts Project# 17113 01 3000 2018 Toilet Room Renovation ADMINISTRATIVE REQUIREMENTS Waterloo, Iowa Page 4 of 4 Page 119 of 513 SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 -GENERAL 1.01 SECTION INCLUDES A. References and standards. B. Quality assurance submittals. C. Control of installation. D. Tolerances. E. Manufacturers'field services. 1.02 RELATED SECTIONS A. AIA A201 Document- General Conditions: Inspections and approvals required by public authorities. B. Section 01 30 00-Administrative Requirements: Submittal procedures. C. Section 01 60 00- Product Requirements: Requirements for material and product quality. 1.03 SUBMITTALS A. Design Data: Submit for Architect's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for Owner's information. B. Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Architect, in quantities specified for Product Data. 1. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits and certifications as appropriate. C. Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention and special environmental criteria required for application or installation. 1.04 REFERENCES AND STANDARDS A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. Neither the contractual relationships, duties nor responsibilities of the parties in Contract nor those of Architect shall be altered from the Contract Documents by mention or inference otherwise in any reference document. PART 2 - PRODUCTS -NOT USED Waterloo Center for the Arts Project# 17113 01 4000 2018 Toilet Room Renovation QUALITY REQUIREMENTS Waterloo, Iowa Page 1 of 2 Page 120 of 513 PART 3 - EXECUTION 3.01 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 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. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion and disfigurement. 3.02 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers'tolerances. Should manufacturers'tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.03 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers'written instructions. 3.04 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Architect, it is not practical to remove and replace the Work, Architect will direct an appropriate remedy or adjust payment. END OF SECTION 17113 Waterloo Center for the Arts Project# 17113 01 4000 2018 Toilet Room Renovation QUALITY REQUIREMENTS Waterloo, Iowa Page 2 of 2 Page 121 of 513 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary telecommunications services. C. Temporary sanitary facilities. D. Temporary Controls: Barriers. E. Security requirements. F. Vehicular access and parking. G. Waste removal facilities and services. 1.02 TEMPORARY UTILITIES A. The existing electrical power, lighting and water sources may be used by the contractors free of charge. B. Provide filters as required to prevent dust from entering duct system. C. Electrical subcontractor shall provide adequate temporary lighting in all construction areas. D. New permanent facilities may be used. 1.03 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for telephone services to field office at time of project mobilization. Cellular service is acceptable. 1.04 TEMPORARY SANITARY FACILITIES A. The contractor will be allowed to use one toilet room(s)of the Owner's choosing for the duration of the contract for construction. B. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. C. Use of existing facilities within the construction area is not permitted. D. Maintain daily in clean and sanitary condition. 1.05 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations. B. Provide barricades required by governing authorities for public rights-of-way. C. Protect non-owned vehicular traffic, stored materials, site and structures from damage. 1.06 INTERIOR ENCLOSURES Construction: Framing and plywood sheet materials with closed joints and sealed edges at intersections with existing surfaces: 1. STC rating of 35 in accordance with ASTM E90. 1.07 SECURITY A. Provide security and facilities to protect Work, existing facilities and Owner's operations from unauthorized entry, vandalism or theft. B. Coordinate with Owner's security program. Waterloo Center for the Arts Project# 17113 01 5000 2018 Toilet Room Renovation TEMPORARY FACILITIES AND CONTROLS Waterloo, Iowa Page 1 of 2 Page 122 of 513 1.08 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. Areas for construction parking to be coordinated with owner prior to start of construction. 1.09 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. 1.10 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities and grounds used during construction to original condition. D. Restore new permanent facilities used during construction to specified condition. PART 2 - PRODUCTS -NOT USED PART 3 - EXECUTION -NOT USED END OF SECTION 12046/13137 Waterloo Center for the Arts Project# 17113 01 5000 2018 Toilet Room Renovation TEMPORARY FACILITIES AND CONTROLS Waterloo, Iowa Page 2 of 2 Page 123 of 513 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 -GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Transportation, handling, storage, and protection. C. Product option requirements. D. Substitution limitations and procedures. E. Procedures for Owner-supplied products. F. Spare parts and maintenance materials. 1.02 RELATED REQUIREMENTS A. Document 00 21 13- Instructions to Bidders: Product options and substitution procedures prior to bid date. B. Section 01 40 00- Quality Requirements: Product quality monitoring. 1.03 REFERENCE STANDARDS A. 16 CFR 260- Guides for the Use of Environmental Marketing Claims; Federal Trade Commission; current edition. 1.04SUBMITTALS 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. D. Indicate utility and electrical characteristics, utility connection requirements and location of utility outlets for service for functional equipment and appliances. PART 2 - PRODUCTS 2.01 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. Do not use products having any of the following characteristics: 1. Made of wood from newly cut old growth timber. C. Where all other criteria are met, Contractor shall give preference to products that: 1. Have longer documented life span under normal use. 2. Result in less construction waste. 2.02 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Waterloo Center for the Arts Project# 17113 01 6000 2018 Toilet Room Renovation PRODUCT REQUIREMENTS Waterloo, Iowa Page 1 of 4 Page 124 of 513 Submit a request for substitution for any manufacturer not named. 2.03 SPARE PARTS AND MAINTENANCE PRODUCTS A. Provide spare parts, maintenance and extra products of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 - EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. B. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. C. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. The burden of proof of the merit of the proposed substitution is upon the proposer. D. Substitution Submittal Procedure: 1. Electronically submit request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor through addenda of decision to accept request. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request or when acceptance will require revision to the Contract Documents. 3.02 OWNER-SUPPLIED PRODUCTS A. Owner's Responsibilities: 1. Arrange and pay for product delivery to site. 2. On delivery, inspect products jointly with Contractor. 3. Submit claims for transportation damage and replace damaged, defective or deficient items. 4. Arrange for manufacturers'warranties, inspections and service. B. Contractor's Responsibilities: 1. Receive and unload products at site; inspect for completeness or damage jointly with Owner. 2. Handle, store, install and finish products. 3. Repair or replace items damaged after receipt. 3.03 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. Waterloo Center for the Arts Project# 17113 01 6000 2018 Toilet Room Renovation PRODUCT REQUIREMENTS Waterloo, Iowa Page 2 of 4 Page 125 of 513 D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement or damage. F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.04 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. G. Prevent contact with material that may cause corrosion, discoloration or staining. H. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement or damage. I. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION 12046/13137 Waterloo Center for the Arts Project# 17113 01 6000 2018 Toilet Room Renovation PRODUCT REQUIREMENTS Waterloo, Iowa Page 3 of 4 Page 126 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 01 6000 2018 Toilet Room Renovation PRODUCT REQUIREMENTS Waterloo, Iowa Page 4 of 4 Page 127 of 513 SUBSTITUTION REQUEST FORM We hereby submit for your consideration the following product instead of the specified item for the following project: PROJECT TITLE PROJECT NO. DRAWING NO. DRAWING TITLE SPEC. SECTION SPEC. TITLE PARAGRAPH SPECIFIED ITEM Proposed Substitution: Attach complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Submit,with request, all necessary samples and substantiating data to prove equal quality and performance to that which is specified. Clearly mark manufacturer's literature to indicate equality in performance. Substitutions of the materials and equipment described in the Contract Documents will be considered during the bidding period upon receipt or a written request to the Architect for approval up to seven (7) days before receipt of bids. Verbal or written requests without the completed Substitution Request Form will not be considered. CERTIFICATION OF EQUAL PERFORMANCE AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE The undersigned states that the function, appearance, and quality are equivalent or superior to the specified item. Submitted by: Signature Firm Address Telephone Email Date Signature shall be by person having authority to legally bind his firm to the above terms. Failure to provide legally binding signature will result in retraction of approval. Fill in Blanks Below: A. Does the substitution affect dimensions shown on Drawings? Yes No If yes, clearly indicate changes: B. Will the undersigned pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? Yes No If no,fully explain: Waterloo Center for the Arts Project# 17113 01 6001 2018 Toilet Room Renovation SUBSTITUTION REQUEST FORM Waterloo, Iowa Page 1 of 2 Page 128 of 513 C. What effect does substitution have on other Contracts or other trades? D. What effect does substitution have on construction schedule? E. Manufacturer's warranties of the proposed and specified items are: Same Different(Explain on Attachment) F. Reason for Request: G. Itemized comparison of specified item(s)with the proposed substitution. List significant variations: H. Accurate cost data comparing proposed substitution with product specified: I. Designation of maintenance services and sources: (ATTACH ADDITIONAL SHEETS IF REQUIRED) For Use by Design Professional: Recommended Recommended as Noted Not Recommended Received Too Late Signed By Date For Use by Owner's Representative or Owner: Approved Approved as Noted Not Approved Approved Too Late Signed By Date Waterloo Center for the Arts Project# 17113 01 6001 2018 Toilet Room Renovation SUBSTITUTION REQUEST FORM Waterloo, Iowa Page 2 of 2 Page 129 of 513 SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition. C. Pre-installation meetings. D. Cutting and patching. E. Cleaning and protection. F. Closeout procedures, except payment procedures. G. General requirements for maintenance service. 1.02 RELATED REQUIREMENTS A. Section 01 10 00- Summary: Limitations on working in existing building, and continued occupancy. B. Section 01 30 00-Administrative Requirements: Submittals procedures. C. Section 01 78 00- Closeout Submittals: Project record documents, operation and maintenance data, warranties and bonds. 1.03 REFERENCE STANDARDS A. NFPA 241 -Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2004. 1.04 SUBMITTALS A. Cutting and Patching: Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Include in request: a. Identification of Project. b. Location and description of affected work. c. Necessity for cutting or alteration. d. Description of proposed work and products to be used. e. Alternatives to cutting and patching. f. Effect on work of Owner or separate Contractor. g. Date and time work will be executed. 1.05 PROJECT CONDITIONS A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity and to prevent accumulation of dust, fumes, vapors or gases. B. Dust Control: Execute work by methods to minimize raising dust from construction operations. 1. Provide dust-proof barriers between construction areas and areas continuing to be occupied by Owner. 2. Provide MERV filters on all duct returns. C. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. 1.06 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, Waterloo Center for the Arts Project# 17113 01 7000 2018 Toilet Room Renovation EXECUTION AND CLOSEOUT REQUIREMENTS Waterloo, Iowa Page 1 of 6 Page 130 of 513 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 which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. 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. PART 2 - PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 60 00. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. Waterloo Center for the Arts Project# 17113 01 7000 2018 Toilet Room Renovation EXECUTION AND CLOSEOUT REQUIREMENTS Waterloo, Iowa Page 2 of 6 Page 131 of 513 3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. Coordinate with Architect. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Architect four(4)days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two (2) days after meeting to participants, with two (2) copies to Architect, Owner, participants, and those affected by decisions made. 3.04 LAYING OUT THE WORK A. Verify layouts prior to starting work. B. Promptly notify Architect of any discrepancies discovered. C. Periodically verify layouts by same means. 3.05 GENERAL INSTALLATION REQUIREMENTS A. In addition to compliance with regulatory requirements, conduct construction operations in compliance with NFPA 241, including applicable recommendations in Appendix A. B. 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. C. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. D. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. E. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. F. Make neat transitions between different surfaces, maintaining texture and appearance. 3.06 ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of alterations work constitutes acceptance of existing conditions. B. Keep areas in which alterations are being conducted separated from other areas that are still occupied. C. Remove existing work as indicated and as required to accomplish new work. 1. Remove rotted wood, corroded metals, and deteriorated masonry and concrete; replace with new construction specified. 2. Remove other items indicated on drawings. D. Protect existing work to remain. 1. Perform cutting to accomplish removals neatly and as specified for cutting new work. 2. 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. 1. When existing finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Architect. 2. Where a change of plane of 1/4 inch or more occurs in existing work, submit recommendation for providing a smooth transition for Architect review and request instructions. F. Patching: Where the existing surface is not indicated to be refinished, patch to match the surface finish that existed prior to cutting. Waterloo Center for the Arts Project# 17113 01 7000 2018 Toilet Room Renovation EXECUTION AND CLOSEOUT REQUIREMENTS Waterloo, Iowa Page 3 of 6 Page 132 of 513 G. Remove demolition debris and abandoned items from alterations areas and dispose of off-site. H. Do not begin new construction in alterations areas before demolition is complete. I. Comply with all other applicable requirements of this section. 3.07 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. See Alterations article above for additional requirements. C. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Match work that has been cut to adjacent work. 4. Repair areas adjacent to cuts to required condition. 5. Repair new work damaged by subsequent work. 6. Remove and replace defective and non-conforming work. D. Execute work by methods to avoid damage to other work, and which 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 using masonry saw or core drill. Pneumatic tools not allowed without prior approval. G. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material, to full thickness of the penetrated element. I. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. J. Restore work with new products in accordance with requirements of Contract Documents. K. Make neat transitions. Patch work to match adjacent work in texture and appearance. Where new work abuts or aligns with existing, perform a smooth and even transition. L. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.08 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 weekly and dispose off- site; do not burn or bury. 3.09 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. Waterloo Center for the Arts Project# 17113 01 7000 2018 Toilet Room Renovation EXECUTION AND CLOSEOUT REQUIREMENTS Waterloo, Iowa Page 4 of 6 Page 133 of 513 B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections,jambs, sills, and soffits of openings. E. 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. F. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.10 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.11 FINAL CLEANING A. Use cleaning materials that are nonhazardous. B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. D. Replace filters of operating equipment. E. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.12 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. B. Notify Architect when work is considered ready for Substantial Completion. C. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect's review. D. Correct items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner-occupied areas. E. Notify Architect when work is considered finally complete. F. Complete items of work determined by Architect's final inspection. 3.13 MAINTENANCE SERVICE A. Maintenance Period: Not less than one (1)year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer. B. Furnish service and maintenance of components indicated in specification sections for one (1) year from date of Substantial Completion. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION 1 2046/1 31 37 Waterloo Center for the Arts Project# 17113 01 7000 2018 Toilet Room Renovation EXECUTION AND CLOSEOUT REQUIREMENTS Waterloo, Iowa Page 5 of 6 Page 134 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 01 7000 2018 Toilet Room Renovation EXECUTION AND CLOSEOUT REQUIREMENTS Waterloo, Iowa Page 6 of 6 Page 135 of 513 SECTION 01 78 00 CLOSEOUT SUBMITTALS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Project record documents. B. Operation and maintenance data. C. Warranties and bonds. 1.02 RELATED SECTIONS A. Section 01 30 00 -Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Section 01 70 00 - 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. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Architect after substantial completion. B. Two Binders: Commercial quality, 8-1/2 by 11 inches, three (3) D side ring binders with durable plastic covers; 2 inch maximum ring size which include the data described below. When multiple binders are used, correlate data into related consistent groupings. C. Warranties and Bonds: 1. Warranties and Bonds to be included in the binders described above and correlate with respective specification section. 2. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten (10)days after acceptance. 3. Make other submittals within ten (10) days after Date of Substantial Completion, prior to final Application for Payment. 4. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within ten (10) days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 - PRODUCTS -NOT USED PART 3 - EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications rebound with addendum included. 3. Change Orders and other modifications to the Contract. 4. Reviewed shop drawings, product data and samples. 5. Manufacturer's instruction for assembly, installation and adjusting. 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. Product substitutions or alternates utilized. 2. Changes made by Addenda and modifications. Waterloo Center for the Arts Project# 17113 01 7800 2018 Toilet Room Renovation CLOSEOUT SUBMITTALS Waterloo, Iowa Page 1 of 2 Page 136 of 513 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. 3.02 BINDERS A. Organize binders with tabs labeled with the respective division. All manuals, operation information and supplemental data described below are to be included as required and sorted by division accordingly. B. Cover: Identify each binder with typed or printed title to identify title of Project; identify subject matter of contents. C. Include the following information organized by division: 1. OPERATION AND MAINTENANCE DATA a. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. b. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. 2. OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES a. For Each Product, Applied Material and Finish: 1) Product data, with catalog number, size, composition and color and texture designations. b. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. c. Additional information as specified in individual product specification sections. 3. OPERATION AND MAINTENANCE MANUALS a. Prepare instructions and data by personnel experienced in maintenance and operation of described products. b. Prepare data in the form of an instructional manual. c. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. 4. WARRANTIES AND BONDS a. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within ten (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 the Date of Substantial completion is determined. b. Verify that documents are in proper form, contain full information, and are notarized. c. Co-execute submittals when required. d. Retain warranties and bonds until time specified for submittal. END OF SECTION 12046/13137 Waterloo Center for the Arts Project# 17113 01 7800 2018 Toilet Room Renovation CLOSEOUT SUBMITTALS Waterloo, Iowa Page 2 of 2 Page 137 of 513 SECTION 02 41 00 DEMOLITION PART 1 -GENERAL 1.01 SECTION INCLUDES A. Building demolition, excluding removal of hazardous materials and toxic substances. B. Selective demolition of building elements for alterations purposes. C. Abandonment and removal of existing utilities and utility structures. 1.02 REFERENCE STANDARDS A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. B. NFPA 241 - Standard for Safeguarding Construction, Alteration and Demolition Operations; 2009. 1.03 SUBMITTALS A. Project Record Documents: Accurately record actual locations of capped and active utilities. PART 2 - PRODUCTS -- NOT USED PART 3 - EXECUTION 3.01 SCOPE A. Selective demolition of the existing facility as indicated on the drawings to accommodate new work as shown. B. Remove other items indicated, for salvage, relocation, and recycling. 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Comply with applicable requirements of NFPA 241. 3. Provide, erect, and maintain temporary barriers and security devices. 4. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. 5. Conduct operations to minimize effects on and interference with adjacent occupants. 6. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. B. Do not begin removal until receipt of notification to proceed from Owner. C. Minimize production of dust due to demolition operations. D. If hazardous materials are discovered during removal operations, stop work and notify Architect and Owner; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury E. Perform demolition in a manner that maximizes salvage and recycling of materials. 1. Dismantle existing construction and separate materials. 2. Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point or point of reuse. 3.03 ELEVATOR DEMOLITION A. Contract with or consult with elevator company experienced in the removal of hydraulic elevators. B. Comply with applicable regulations and proven safety procedures for elevator removal. 3.03 EXISTING UTILITIES C. Coordinate work with Owner; notify before starting work and comply with their requirements; obtain required permits. Waterloo Center for the Arts Project# 17113 0241 00 2018 Toilet Room Renovation DEMOLITION Waterloo, Iowa Page 1 of 2 Page 138 of 513 D. Do not disrupt utilities without permit from authority having jurisdiction E. Protect existing utilities to remain from damage. F. Do not close, shut off, or disrupt existing life safety systems that are in use without at least seven (7) days prior written notification to Owner. G. Do not close, shut off, or disrupt existing utility branches or take-offs that are in use without at least three (3)days prior written notification to Owner. H. Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. I. Remove exposed piping, valves, meters, equipment, supports and foundations of disconnected and abandoned utilities. J. Prepare building demolition areas by disconnecting and capping utilities outside the demolition zone; identify and mark utilities to be subsequently reconnected, in same manner as other utilities to remain. 3.04 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. B. Cooperate with the Owner to provide Interim Life Safety Measures (ILSM) in all areas affected by demolition or construction operations. ILSM consists of the following measures: 1. Ensuring exits provide an unobstructed egress. Building areas under construction must maintain escape facilities for construction workers at all times. 2. Ensuring fire alarm, detection and suppression systems are not impaired. Provide temporary systems if necessary. 3. Ensuring temporary construction partitions are smoke-tight and built of non-combustible or limited combustible materials that will not contribute to the development or spread of fire. 4. Develop and enforce storage, housekeeping, and debris removal practices that reduce the flammable and combustible fire load of the building to the lowest level necessary for daily operations as stated in the general conditions. 5. Hazard surveillance of building, grounds, and equipment with attention to construction areas, construction storage, and field offices. 6. Contractor is to follow NFPA 241 guidelines pertaining to safe-guarding for construction and demolition processes. 7. Contractor is to follow NFPA 1 guidelines pertaining to fire prevention measures. C. Separate areas in which demolition is being conducted from other areas that are still occupied. D. Remove existing work as indicated and as required to accomplish new work. E. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components. 2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. 3. Verify that abandoned services serve only abandoned facilities before removal. 4. Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with identification. F. Protect existing work to remain. 3.05 DEBRIS AND WASTE REMOVAL A. Remove debris,junk, and trash from site. Leave site in clean condition, ready for subsequent work. B. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION Waterloo Center for the Arts Project# 17113 0241 00 2018 Toilet Room Renovation DEMOLITION Waterloo, Iowa Page 2 of 2 Page 139 of 513 SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.01 SECTION INCLUDES A. Floor slabs on metal deck B. Patching of concrete topping on existing hollow core precast 1.02 RELATED SECTIONS A. Section 01 40 00—Quality Requirements. B. Section 07 90 05-Joint Sealers. C. Section 09 30 00—Tiling. D. Section 09 68 00- Carpet Tile. E. Section 31 23 23- Fill: Filling, backfilling and compacting for building volume below grade. 1.03 REFERENCES A. ACI 301 - Specifications for Structural Concrete; American Concrete Institute International; 2010. B. ACI 117- Standard Specifications for Tolerances for Concrete Construction and Materials; American Concrete Institute International; 2010. C. ACI 302.1 R-Guide for Concrete Floor and Slab Construction; American Concrete Institute International; 2004. D. ACI 318- Building Code Requirements for Structural Concrete and Commentary; American Concrete Institute International; 2011. E. ACI 440.3R-04 (2004), "Guide for Test Methods for Fiber Reinforced Polymers (FRP)for Reinforcing and Strengthening Concrete Structures", American Concrete Institute, Farmington Hills, MI 1.04 SUBMITTALS A. Product Data: Submit manufacturers' data on manufactured products, including reinforcement and vapor retarders, showing compliance with specified requirements. B. Concrete Mix Design: Submit proposed concrete mix designs for review in accordance with ACI 301, "Specifications for Structural Concrete". 1.05 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. B. Manufacturer shall be certified according to NRMCA's Certification of Ready Mixed Concrete Production Facilities. PART 2 - PRODUCTS 2.01 CONCRETE MATERIALS A. Cement: ASTM C 150, Type I - Normal portland type. B. Fine and Coarse Aggregates: ASTM C 33. Provide 1-1/2-inch top size aggregate as follows: 1. Minimum total coarse aggregate content for slabs on grade and topping slabs of 12 cubic feet for 1 '/2" or larger top size aggregate. Combined aggregate gradation for slabs on grade shall be 8%- 18% for large top size aggregates (1'/2 in.) Waterloo Center for the Arts Project# 17113 03 30 00 2018 Toilet Room Renovation CAST-IN-PLACE CONCRETE Waterloo, Iowa Page 1 of 6 Page 140 of 513 C. Fly Ash: ASTM C 618, Class C. D. Water: Potable and complying with ASTM C 94. 2.02 CHEMICAL ADMIXTURES A. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. B. Water Reducing Admixture: ASTM C 494/C 494M Type A. C. High Range Water Reducing Admixture: ASTM C 494/C 494M Type F or G. D. Water Reducing and Retarding Admixture: ASTM C 494/C 494M Type D. E. Calcium Chloride is not permitted. 2.03 ACCESSORY MATERIALS A. Structural Synthetic Macro Fiber Reinforcement: To be used in place of steel reinforcement in concrete slabs on grade. Complying with ASTM C 1116, minimum of 2 inches (50 mm) length, aspect ratio of 50 to 90, 3.7 lbs/yd dosage per ASTM C 1399. 1. Application Rate: Minimum of 3.0 lbs/cu. yd. 2. Acceptable Product: a. Euclid Chemical Company(The); Tuf-Strand SF. b. W.R. Grace Strux 90/40 c. Substitutions: See Section 01 60 00 - Product Requirements. B. Underslab Vapor Retarder: Multi-layer, fabric-, cord-, grid-, or aluminum-reinforced polyethylene or equivalent, permeance of less than 0.01 perms after mandatory conditioning tests per ASTM E 1745 (7.1.1 —7.1.5); stated by manufacturer as suitable for installation in contact with soil or granular fill under concrete slabs. Provide with manufacturer's recommended tape. 1. Product: "Stego Wrap 15 mil Class A" manufactured by Stego Industries; "Iron Barr 15" manufactured by Flatiron Films; "Ecoshield E 15" manufactured by Epro Services; or approved equivalent. E. Non-Shrink Grout: ASTM C 1107/C 1107M; premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents. 1. Minimum Compressive Strength at 48 Hours: 2,400 psi. 2. Minimum Compressive Strength at 28 Days: 7,000 psi. 2.04 BONDING AND JOINTING PRODUCTS A. Latex Bonding Agent: Non-dispersible acrylic latex, complying with ASTM C 1059 Type II. B. Epoxy Bonding System: Complying with ASTM C 881/C 881 M and of Type required for specific application. C. Joint Filler: 1. Nonextruding, resilient asphalt impregnated fiberboard or felt, complying with ASTM D 1751, 1/4 inch thick and 4 inches deep; tongue and groove profile. 2. Joint Filler: Compressible asphalt mastic with felt facers, complying with ASTM D 994, 1/4 inch thick and 4 inches deep. 2.05 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. B. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer. C. Normal Weight Concrete: 1. Compressive Strength, when tested in accordance with ASTM C 39/C 39M at 28 days: 4,000 psi unless otherwise indicated on drawings. Waterloo Center for the Arts Project# 17113 03 30 00 2018 Toilet Room Renovation CAST-IN-PLACE CONCRETE Waterloo, Iowa Page 2 of 6 Page 141 of 513 2. Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3. Fiber Reinforcement: Provide in mix to minimize cracking. 4. Water-Cement Ratio: Maximum ratio by weight indicated below. Indicate amount of water to be withheld for addition at site. a. Slabs: 0.47. 5. Maximum Slump: As determined by ASTM C143 with tolerances as established by ASTM C94, for concrete to be vibrated shall be as follows: a. Reinforced Footings and Slabs: not less than 1" and not more than 4". b. Slump may be increased by the use of approved high-range water-reducing admixture (superplasticizer)to 8" maximum. The concrete shall arrive at the job site at a slump of 2 to 3 inches. This should be verified, and then high- range water-reducing admixture added to increase the slump to the approved level. 2.06 MIXING A. On Project Site: Mix in drum type batch mixer, complying with ASTM C 685. Mix each batch not less than 1-1/2 minutes and not more than 5 minutes. B. Transit Mixers: Comply with ASTM C 94/C 94M. C. Do not add water to mix on site beyond that amount indicated on approved mix design. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PREPARATION A. Where new concrete is to be bonded to previously placed concrete, prepare existing surface by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. 1. Use epoxy bonding system for bonding to damp surfaces, for structural load-bearing applications and where curing under humid conditions is required. 2. Use latex bonding agent only for non-load-bearing applications. B. In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert adhesive and fiberglass dowels in accordance with adhesive manufacturer's recommendations. C. Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. 3.03 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3.04 VAPOR RETARDERS A. Vapor Retarder: Clean edges of existing vapor retarders at perimeters of demolition areas according to manufacturer's instructions and seal new membrane to existing. If existing membrane is not accessible or reusable, seal new membrane to existing concrete. Place, protect and repair vapor-retarder sheets according to ASTM E 1643 and manufacturer's written instructions. 1. Seal perimeter, penetrations and joints (lapped 6 inches)with manufacturer's Waterloo Center for the Arts Project# 17113 03 30 00 2018 Toilet Room Renovation CAST-IN-PLACE CONCRETE Waterloo, Iowa Page 3 of 6 Page 142 of 513 recommended tape. 3.05 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Install joint devices in accordance with manufacturer's instructions. C. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. D. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth as shown on drawings, as follows: 1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade or otherwise damage surface and before concrete develops random contraction cracks. E. Isolation Joints in Slabs-on-Grade: Install joint-filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams and other locations, as indicated. 1. Extend joint fillers full width and 1/2 inch less than full depth of joint. Protect top edge of joint filler during concrete placement with plastic or other temporary preformed cap, such 1/2 x 1/2 inch wood strip or W. R. Meadows "Snap-Cap", to permit installation of joint sealant. Remove protective cap after concrete has been placed on both sides of joint. 2. Install joint-filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. 3.06 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Place concrete for floor slabs in accordance with ACI 302.1 R. C. Notify Architect not less than 24 hours prior to commencement of placement operations. D. Before placing concrete, verify that installation of utilities and embedded items are complete and that required inspections have been performed. E. Do not add water to concrete during delivery or at Project site, except as follows: If concrete batch ticket indicates that the amount of water in the mix design was not fully added at the plant, then that amount of water may be added under the direct supervision of the Owner's testing agency representative. F. Repair underslab vapor retarder damaged during placement of concrete. Repair with vapor retarder material. G. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. H. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Screed slab surfaces with a straightedge and strike off to correct elevations. 3. Slope surfaces uniformly to drains where required. 4. Begin initial floating using bull floats or derbies to form a uniform and open-textured Waterloo Center for the Arts Project# 17113 03 30 00 2018 Toilet Room Renovation CAST-IN-PLACE CONCRETE Waterloo, Iowa Page 4 of 6 Page 143 of 513 surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. I. Saw cut joints within 24 hours after placing. Use 3/16 inch thick blade, cut into 1/3 depth of slab thickness. 3.07 CONCRETE FINISHING A. Concrete Slabs: Finish to requirements of ACI 302.1 R, and as follows: 1. Surfaces to be exposed or to receive thin floor coverings: "Steel trowel" as described in ACI 301.1 R; thin floor coverings include carpeting, resilient flooring, seamless flooring. 2. Surfaces to Receive Tile Floor Coverings: "Wood float" as described in ACI 302.1 R. 3.08 CURING AND PROTECTION A. Comply with requirements of ACI 308. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Surfaces Not in Contact with Forms: 1. Initial Curing: Start as soon as free water has disappeared and before surface is dry. Keep continuously moist for not less than three days by water ponding, water-saturated sand, water-fog spray or saturated burlap. 2. Final Curing: Begin after initial curing but before surface is dry. a. Moisture Retaining Cover: Seal in place with waterproof tape or adhesive. b. Saturated Burlap: Saturate burlap-polyethylene and place burlap-side down over floor slab areas, lapping ends and sides; maintain in place. c. Dissipating Curing Compound: Apply in two coats at right angles, using application rate recommended by manufacturer. After curing, remove using mechanical or chemical means to the satisfaction of the finish flooring installers. 3.09 FIELD QUALITY CONTROL A. Engage an independent testing agency to prepare cylinders and test concrete properties. 1. Compressive Strength Tests: ASTM C39/C39M. For each test, mold and cure three concrete test cylinders. 2. Perform one slump test for each set of test cylinders taken, following procedures of ASTM C143/C143M. B. Provide free access to concrete operations at project site and cooperate with appointed firm. C. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements. 3.10 DEFECTIVE CONCRETE A. Test Results: The testing agency shall report test results in writing to Architect and Contractor within 24 hours of test. B. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. C. Repair or replacement of defective concrete will be determined by the Architect. The cost of additional testing shall be borne by Contractor when defective concrete is identified. D. Do not patch, fill, touch-up, repair or replace exposed concrete except upon express direction of Architect for each individual area. END OF SECTION 11071/13032/13137 Waterloo Center for the Arts Project# 17113 03 30 00 2018 Toilet Room Renovation CAST-IN-PLACE CONCRETE Waterloo, Iowa Page 5 of 6 Page 144 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 03 30 00 2018 Toilet Room Renovation CAST-IN-PLACE CONCRETE Waterloo, Iowa Page 6 of 6 Page 145 of 513 SECTION 04 20 00 UNIT MASONRY PART 1 —GENERAL 1.01 SECTION INCLUDES A. Concrete Block. Patching and infill of existing concrete block walls. 1.02 RELATED REQUIREMENTS A. Section 05 50 00—Metal Fabrications: Lintels and supports for masonry. B. Section 09 30 00-Tiling. C. Section 09 90 00- Painting. 1.03 REFERENCE STANDARDS A. ACI 530/530.1/ERTA- Building Code Requirements and Specification for Masonry Structures and Related Commentaries; American Concrete Institute International; 2011. B. ASTM C90- Standard Specification for Loadbearing Concrete Masonry Units; 2013. C. ASTM C216 -Standard Specification for Facing Brick (Solid Masonry Units Made From Clay or Shale); 2013. D. ASTM C270 -Standard Specification for Mortar for Unit Masonry; 2012. 1.04 SUBMITTALS A. Product Data: Provide data for masonry units and mortar and grout mixes. 1.05 QUALITY ASSURANCE A. Comply with provisions of ACI 530/530.1/ERTA, except where exceeded by requirements of the contract documents. PART 2 - PRODUCTS 2.01 CONCRETE MASONRY UNITS A. Concrete Block: Comply with referenced standards and as follows: 1. Size: Standard units with nominal face dimensions of 16 x 8 inches and nominal depths as indicated on the drawings for specific locations. 2. Load-Bearing Units: ASTM C 90, normal weight. 2.02 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Hydrated Lime: ASTM C 207, Type S. C. Mortar Aggregate: ASTM C 144, specially imported and selected to match color and texture of existing. D. Grout Aggregate: ASTM C 404. 2.03 REINFORCEMENT AND ANCHORAGE A. General: Provide adequate anchorage, reinforcing, ties and bonding appropriate for each type of masonry material. B. Reinforcing Steel: ASTM A 615/A 615M, grade 60 yield grade, deformed billet bars; uncoated. C. Strap Anchors: Bent steel shapes configured as required for specific situations, 1-1/4 in width, 0.105 in thick, lengths as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face, corrugated for embedment in masonry joint, stainless steel in the swimming pool area, and hot dip galvanized to ASTM A 153/A 153M, Class B at other locations. Waterloo Center for the Arts Project# 17113 04 20 00 2018 Toilet Room Renovation UNIT MASONRY Waterloo, Iowa Page 1 of 4 Page 146 of 513 2.04 MORTAR AND GROUT MIXES A. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. Provide mix system by"Spec Mix" or approved equal. B. Mortar for Unit Masonry: ASTM C 270, using the Property Specification. 1. Interior masonry: Type N. C. Where visible in the finished work, match original mortar as closely as possible in finish and texture. D. Grout: ASTM C 476. Consistency required to fill completely volumes indicated for grouting; fine grout for spaces with smallest horizontal dimension of 2 inches or less; coarse grout for spaces with smallest horizontal dimension greater than 2 inches. PART 3 - EXECUTION 3.01 PREPARATION A. Direct and coordinate placement of metal anchors supplied for installation under other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. C. At openings in existing masonry, cut back existing units to permit toothing in of new corner or end units. 3.02 PLACING AND BONDING A. Lay hollow masonry units with face shell bedding on head and bed joints. a. Bond: Running, except where soldier courses are indicated. b. Coursing: Match existing. c. Mortar Joints: Concave. B. Remove excess mortar and mortar smears as work progresses. C. Interlock intersections and external corners. D. At infilled openings in masonry walls tooth masonry units into existing wall. E. At new openings in existing walls tooth in corner units to create finished returns. F. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. 3.03 REINFORCEMENT AND ANCHORAGE A. Vertical Reinforcement: Provide full height#5 reinforcing bars grouted into cores of concrete blocks at jambs of openings, wall ends, and at maximum 32-inches o.c. in walls. B. Provide and install strap anchors or wall ties as required to secure infill masonry to existing construction. C. Fasten anchors to structural framing and embed in masonry joints as masonry is laid. 3.04 GROUTED COMPONENTS A. Place and consolidate grout fill without displacing reinforcing. 3.05 LINTELS A. Install lintels over openings in accordance with structural notes. At exterior lintels provide throughwall flashing and weeps to direct moisture to the exterior. 3.06 BUILT-IN WORK A. As work progresses, install built-in metal door frames and glazed frames and other items to be built into the work and furnished under other sections. B. Install built-in items plumb, level, and true to line. C. Bed anchors of metal door and glazed frames in adjacent mortarjoints. Fill frame voids solid with grout. 1. Fill adjacent masonry cores with grout minimum 12 inches from framed openings. Waterloo Center for the Arts Project# 17113 04 20 00 2018 Toilet Room Renovation UNIT MASONRY Waterloo, Iowa Page 2 of 4 Page 147 of 513 3.07 TOLERANCES A. Maximum Variation From Unit to Adjacent Unit: 1/16 inch. B. Maximum Variation from Plane of Wall: 1/4 inch in 10 feet and 1/2 inch in 20 feet or more. C. Maximum Variation from Plumb: 1/4 inch per story non-cumulative; 1/2 inch in two stories or more. D. Maximum Variation from Level Coursing: 1/8 inch in 3 feet and 1/4 inch in 10 feet; 1/2 inch in 30 feet. E. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft. 3.08 CUTTING AND FITTING A. Cut and fit for chases, pipes, conduit, and sleeves. Coordinate with other sections of work to provide correct size, shape, and location. 3.09 CLEANING A. Remove excess mortar and mortar droppings. B. Replace defective mortar. Match adjacent work. C. Cleaning of masonry shall take place periodically as installation progresses, no less than once per day. Chemical cleaning of masonry shall follow International Masonry Industry, Concrete Masonry Association, and Brick Industry Association guidelines. Provide for appropriate cleaning and pointing after masonry installation has been completed. D. Clean soiled surfaces with non-staining cleaning solution. END OF SECTION 11098114053/13137 Waterloo Center for the Arts Project# 17113 04 20 00 2018 Toilet Room Renovation UNIT MASONRY Waterloo, Iowa Page 3 of 4 Page 148 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 04 20 00 2018 Toilet Room Renovation UNIT MASONRY Waterloo, Iowa Page 4 of 4 Page 149 of 513 SECTION 05 40 00 COLD-FORMED METAL FRAMING PART GENERAL 1.01 SECTION INCLUDES A. Formed steel stud interior wall framing. C. Interior storage room ceiling framing. 1.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Wood blocking and miscellaneous framing, and insulated wall sheathing to support cladding. B. Section 07 90 05-Joint Sealers. C. Section 09 22 16 - Non-Structural Metal Framing. D. Section 09 21 16 -Gypsum Board Assemblies: Lightweight, non-load bearing metal stud framing, gypsum-based sheathing. 1.03 REFERENCE STANDARDS A. AISI SG02-1 - North American Specification for the Design of Cold-Formed Steel Structural Members; American Iron and Steel Institute; 2001 with 2004 supplement. (replaced SG-971) B. ANSI A208.1 -American National Standard for Particleboard; 1999. C. ASTM A 153/A 153M -Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 2005. D. ASTM A 653/A 653M -Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2007. E. ASTM C 955- Standard Specification for Load-Bearing (Transverse and Axial) Steel Studs, Runners (Tracks), and Bracing or Bridging for Screw Application of Gypsum Panel Products and Metal Plaster Bases; 2007. F. ASTM C 1177/C 1177M -Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing; 2006. G. AWS D1.1/D1.1M - Structural Welding Code- Steel; American Welding Society; 2006 and Errata. H. PS 1 - Structural Plywood; 2007. I. SSPC-Paint 20 -Zinc-Rich Primers (Type I, "Inorganic," and Type II, "Organic"); Society for Protective Coatings; 2002 (Ed. 2004). 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate with work of other sections that is to be installed in or adjacent to the metal framing system, including but not limited to structural anchors, cladding anchors, utilities, insulation, and firestopping. 1.05 SUBMITTALS A. Product Data: Provide data on standard framing members; describe materials and finish, product criteria and limitations. B. Product Data: Provide manufacturer's data on factory-made framing connectors, showing compliance with requirements. Waterloo Center for the Arts Project# 17113 05 40 00 2018 Toilet Room Renovation COLD-FORMED METAL FRAMING Waterloo, Iowa Page 1 of 4 Page 150 of 513 C. Shop Drawings: Indicate component details, framed openings, bearing, anchorage, loading, welds, type and location of fasteners and accessories or items required of related work. 1. Indicate stud and ceiling joist layout. 2. Describe method for securing studs to tracks and for bolted framing connections. 3. Provide design engineer's stamp on shop drawings. D. Manufacturer's Installation Instructions: Indicate special procedures, and conditions requiring special attention. 1.06 QUALITY ASSURANCE A. Designer Qualifications: Design framing system under direct supervision of a Professional Structural Engineer experienced in design of this Work and licensed in the State in which the Project is located. B. Manufacturer Qualifications: Company specializing in manufacturing the types of products specified in this section, and with minimum three years of documented experience. PART PRODUCTS 2.01 MANUFACTURERS A. Metal Framing, Connectors and Accessories: 1. ClarkDietrich Building Systems LLC: www.clarkdietrich.com. 2. Dietrich Metal Framing: www.dietrichmetalframing.com. 2. Marino: www.marinoware.com.. 4. MBA Building Supplies: www.mbastuds.com. 5. The Steel Network, Inc: www.SteelNetwork.com. 6. Substitutions: See Section 01 60 00- Product Requirements. 2.02 FRAMING SYSTEM A. Provide primary and secondary framing members, bridging, bracing, plates, gussets, clips, fittings, reinforcement and fastenings as required to provide a complete framing system. B. Design Criteria: Provide completed framing system having the following characteristics: 1. Design: Calculate structural characteristics of cold-formed steel framing members according to AISI North American Specification for the Design of Cold-Formed Steel Structural Members. 2. Structural Performance: Design, engineer, fabricate and erect to withstand specified design loads for project conditions within required limits. 3. Design Loads: In accordance with applicable codes. 4. Able to tolerate movement of components without damage, failure of joint seals, undue stress on fasteners or other detrimental effects when subject to seasonal or cyclic day/night temperature ranges. 5. Able to accommodate construction tolerances, deflection of building structural members and clearances of intended openings. 2.03 FRAMING MATERIALS A. Studs and Track: ASTM C 955; studs formed to channel, "C" or"Sigma" shape with punched web; U-shaped track in matching nominal width and compatible height. 1. Minimum Gage: As indicated on drawings 2. Stud Depth: As indicated on drawings. 3. Galvanized in accordance with ASTM A 653/A 653M G90/Z275 coating. 2.04 WALL SHEATHING A. Wall Sheathing: Plywood; PS 1, Grade C-D, Exposure I. B. See shear wall notes on the Drawings for attachment. Waterloo Center for the Arts Project# 17113 05 40 00 2018 Toilet Room Renovation COLD-FORMED METAL FRAMING Waterloo, Iowa Page 2 of 4 Page 151 of 513 2.05 ACCESSORIES A. Foam Sill Sealer Material: 6 inch wide by 1/4 inch thick closed cell foam furnished in rolls for installation below bottom track of all exterior walls. B. Bracing, Furring and Bridging: Formed sheet steel, thickness determined for conditions encountered; finish to match framing components. C. Plates, Gussets and Clips: Formed Sheet Steel, thickness determined for conditions encountered; finish to match framing components. D. Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction. 2.06 FASTENERS A. Self-Drilling, Self-Tapping Screws, Bolts, Nuts and Washers: Hot dip galvanized per ASTM A 153/A 153M. B. Anchorage Devices: Power actuated. C. Welding: In conformance with AWS D1.1. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify field measurements and adjust installation as required. 3.02 INSTALLATION OF STUDS A. Install components in accordance with manufacturers' instructions and ASTM C 1007 requirements. B. Align floor and ceiling tracks; locate to wall layout. Secure in place with fasteners at maximum 24 inches on center. Coordinate installation of sealant with floor and ceiling tracks. C. Construct corners using minimum of three studs. Except where noted or detailed otherwise, install double studs at wall openings, door and window jambs. D. Install load bearing and exterior wall studs, brace, and reinforce to develop full strength and achieve design requirements. E. Install load bearing and exterior wall studs full length in one piece. Splicing of studs is not permitted. F. Coordinate placement of insulation in multiple stud spaces made inaccessible after erection. G. Touch-up field welds and damaged galvanized surfaces with primer. 3.03 WALL SHEATHING A. Wall Sheathing: Secure with long dimension perpendicular to wall studs, with ends over firm bearing and staggered, using self-tapping screws. Provide continuous blocking or strap bracing at all shear wall sheathing panel joints to allow attachment at the perimeter of all panels at a spacing of not more than 6" OC. 3.04 WATER-RESISTIVE BARRIER A. Place water-resistive barrier horizontally over wall sheathing, weather lapping edges and ends. 3.05 ERECTION TOLERANCES Waterloo Center for the Arts Project# 17113 05 40 00 2018 Toilet Room Renovation COLD-FORMED METAL FRAMING Waterloo, Iowa Page 3 of 4 Page 152 of 513 A. Maximum Variation from True Position: 1/4 inch. B. Maximum Variation of Any Member from Plane: 1/4 inch. END OF SECTION Waterloo Center for the Arts Project# 17113 05 40 00 2018 Toilet Room Renovation COLD-FORMED METAL FRAMING Waterloo, Iowa Page 4 of 4 Page 153 of 513 SECTION 05 50 00 METAL FABRICATIONS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Shop fabricated steel items, including: 1. Miscellaneous metal framing and fabrications not covered by other Sections. 1.02 RELATED REQUIREMENTS A. Section 09 90 00- Painting and Coating: Interior paint finish. 1.03 SUBMITTALS A. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, finishes, and accessories. Include erection drawings, elevations, and details where applicable. 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. 1.04 QUALITY CONTROL A. Welder Qualifications: Show certification of welders employed on the Work, verifying AWS qualification within the previous 12 months. PART 2 - PRODUCTS 2.01 MATERIALS -STEEL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, mill scale or blemishes. B. Plates, Shapes, and Bars: ASTM A 36. C. Bolts, Nuts, and Washers: ASTM A307, galvanized to ASTM A 153/A 153M where connecting galvanized components. D. Grout: Non-shrink, non-metallic aggregate type, complying with ASTM C 1107/C 1107M and capable of developing a minimum compressive strength of 7,000 psi at 28 days. E. Welding Materials: AWS D1.1/D1.1M; type required for materials being welded. F. Shop and Touch-Up Primer: SSPC-Paint 15. 2.02 FABRICATION -GENERAL A. Fabricate items with joints tightly fitted and secured. B. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. C. Welded Joints: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. Weld corners and seams continuously where visible or where exposed to moisture, even if intermittent or stitch welds are structurally adequate, and to comply with the following: 1. Interior Components: Continuously seal joined pieces by continuous welds. 2. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. Waterloo Center for the Arts Project# 17113 05 50 00 2018 Toilet Room Renovation METAL FABRICATIONS Waterloo, Iowa Page 1 of 2 Page 154 of 513 2.03 FABRICATED ITEMS A. Miscellaneous Framing and Supports: Fabricate units from steel shapes, plates, and bars of welded construction, unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction retained by framing and supports. Cut, drill, and tap units to receive hardware, hangers, and similar items. Leave interior framing as primed steel, unless otherwise indicated. 2.04 FINISHES -STEEL A. Prime paint all steel and galvanized steel items. Standard shop primer for interiors, galvanized primer for exterior galvanized. Verify compatibility with finish coating applicator before performing priming. B. Prime Painting: One coat. 2.05 FABRICATION TOLERANCES A. Squareness: 1/8 inch (3 mm) maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1/16 inch (1.5 mm). C. Maximum Bow: 1/8 inch (3 mm) in 48 inches (1.2 m). PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 INSTALLATION A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag bolts, wood screws, and other connectors. Grout voids as required to result in secure installation. B. Install items plumb and level, accurately fitted, free from distortion or defects. C. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. D. Field weld components indicated on shop drawings. E. Perform field welding in accordance with AWS D1.1/D1.1 M. F. After erection, prime welds, abrasions, and surfaces not shop primed, galvanized, or stainless steel. 3.03 INSTALLATION TOLERANCES A. Maximum Variation From Plumb: 1/8 inch in 10 feet(3 mm). B. Maximum Offset From True Alignment: 1/8 inch in 10 feet(3 mm). C. Maximum Out-of-Position: 1/16 inch (1.5 mm) in 48 inches. END OF SECTION ...13073/13009/13137 Waterloo Center for the Arts Project# 17113 05 50 00 2018 Toilet Room Renovation METAL FABRICATIONS Waterloo, Iowa Page 2 of 2 Page 155 of 513 SECTION 05 70 00 DECORATIVE METAL FABRICATIONS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Interior decorative steel countertops. B. Interior decorative steel toe kicks. C. Rolled cantilevered decorative C-channel for light fixture support. D. Other steel fabrications exposed to view. 1.02 RELATED REQUIREMENTS A. Section 06 41 00—Architectural Woodwork B. Section 09 90 00 - Painting and Coating 1.03 SUBMITTALS A. See Section 01 30 00-Administrative Requirements, for submittal procedures. B. Product Data: Submit manufacturer's product data including description of materials, components, finishes, fabrication details, glass, anchors, and accessories. C. Shop Drawings: Indicate elevations and sections, details of profile, dimensions, sizes, connection attachments, anchorage, size and type of fasteners, and accessories. Indicate anchor and joint locations, brazed connections, transitions, and terminations. D. Samples: Submit one (1)of each item below for each type and condition shown. 1. Provide 2 sections of curved countertop, approximately 12 inches long. Include 90 degree bent piece to illustrate condition at end of transaction counter. Illustrate transaction counter butt joint& adhesive fastening method on plywood substrate. Provide with semi-transparent finish applied. 2. Provide 6"x6" section of steel channel with finish applied to match plate steel sample. 1.04 QUALITY ASSURANCE A. For the decorative hot-rolled sheet steel, coordinate with Architect to permit inspection and approval of each sheet before fabrication. B. Installer Qualifications: Company specializing in installing decorative metal systems and acceptable to manufacturer. C. Templates: Supply installation templates, reinforcing and required anchorage devices. 1.05 DELIVERY, STORAGE, AND HANDLING D. Deliver materials in factory provided protective coverings and packaging. Provide protective film on mill-finish steel products. E. Protect materials against damage during transit, delivery, storage, and installation at site. F. Inspect materials upon delivery for damage. Repair damage to be indistinguishable from undamaged areas; if damage cannot be repaired to be indistinguishable from undamaged parts and finishes, replace damaged items. G. Prior to installation, store materials and components under cover, in a dry location. PART 2— PRODUCTS 2.01 METAL COUNTERTOPS &TOEKICK A. Fabricated hot-rolled mill-finish decorative steel sheet. 1. Thicknesses: Minimum 3/16" inch (7 gauge) unless otherwise indicated. 2. Lightly ease sharp outer edges with 220 to 230 grit Emery cloth. Waterloo Center for the Arts Project# 17113 05 70 00 2018 Toilet Room Renovation DECORATIVE METAL FABRICATIONS Waterloo, Iowa Page 1 of 3 Page 156 of 513 3. Adhere countertop. Secure toe-kick with black-coated fasteners in concealed locations only; as shown on drawings. 4. Finish with semi-transparent blackener protective coating. 2.02 ROLLED STEEL C-CHANNELS A. Mill-finish standard structural steel channel for decorative light fixture support 1. Size: per drawings. 2. Provide one-piece rolled channel. Splicing is not permitted. 3. Cantilever bearing plates and anchors: see drawings. 4. Finish with semi-transparent blackener protective coating. 2.03 ACCESSORIES A. Anchors and Fasteners: Construction adhesive to plywood substrate. Provide anchors and other materials only in concealed locations as required to attach to structure. 1. Exposed Fasteners: No exposed bolts or screws. B. Carbon Steel Bolts and Nuts: ASTM A307. C. Hydraulic Expansion Cement: ASTM C1107/C1107M. 2.04 FINISHES A. Surface Preparation: remove dirt, oil, grease, or other contaminants that could impair paint bond. Protect natural mill scale surface. Only gently remove loose scale material. B. Finish for Hot-rolled Steel Plate and Rolled Channel: Finish after fabrication with semi- transparent black satin finish designed for protection of metal artwork. Provide system with manufacturer's recommended preparation materials. System shall be: 1. "Permalac Blackener, Satin", from Peacock Labs; www.peacocklabs.com. 2. Substitutions: not permitted. 3. Spray apply a minimum of 3 coats. 4. Apply as many finish coats on rolled channel as required to match the finish of the countertop sheet steel. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that substrate and site conditions are acceptable and ready to receive work. B. Verify field dimensions of locations and areas to receive work. C. Furnish components to be installed in other work to installer of that other work, including but not limited to blocking, sleeves, inserts, anchor bolts, embedded plates and supports for attachment of anchors. 3.02 PREPARATION A. Coordinate details of installation with casework supplier. B. Review installation drawings before beginning installation. Coordinate diagrams, templates, instructions and directions for installation of anchorages and fasteners. C. Clean surfaces to receive units. Remove materials and substances detrimental to the installation. 3.03 INSTALLATION A. Comply with manufacturer's drawings and written instructions. B. Install components plumb and level, accurately fitted, free from distortion or defects and with tight joints, except where necessary for expansion. C. Anchor securely to structure. Waterloo Center for the Arts Project# 17113 05 70 00 2018 Toilet Room Renovation DECORATIVE METAL FABRICATIONS Waterloo, Iowa Page 2 of 3 Page 157 of 513 D. Conceal anchor bolts and screws whenever possible. Where not concealed, use flush countersunk fastenings. E. Isolate dissimilar materials with bituminous coating, bushings, grommets or washers to prevent electrolytic corrosion. 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per floor level, non-cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out-of-Position: 1/4 inch. 3.05 CLEANING A. Remove protective film from exposed metal surfaces. B. Metal: Clean exposed metal finishes with potable water and mild detergent, in accordance with manufacturer recommendations; do not use abrasive materials or chemicals, detergents or other substances that may damage the material or finish. 3.06 PROTECTION A. Protect installed components and finishes from damage after installation. B. Repair damage to exposed finishes to be indistinguishable from undamaged areas. 1. If damage to finishes and components cannot be repaired to be indistinguishable from undamaged finishes and components, replace damaged items. END OF SECTION BSD/14087/15015 Waterloo Center for the Arts Project# 17113 05 70 00 2018 Toilet Room Renovation DECORATIVE METAL FABRICATIONS Waterloo, Iowa Page 3 of 3 Page 158 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Page 159 of 513 SECTION 06 41 00 ARCHITECTURAL WOODWORK PART 1 - GENERAL 1.01 SECTION INCLUDES A. Reception desk. B. Plastic laminate clad panels. C. Quartz and Solid Surface Countertops and related fabrications. D. Wood wall panels with custom graphics. E. Wood veneer curved fascia panels. F. Factory finishing. 1.02 RELATED REQUIREMENTS A. Section 06 10 00- Rough Carpentry: Support framing, grounds and concealed blocking. B. Section 05 70 00— Decorative Metal Fabrications: Plate steel reception countertop and toe kick C. Section 07 90 05-Joint Sealers. 1.03 REFERENCE STANDARDS A. AWI/AWMAC/WI (AWS)—Architectural Woodwork Standards; 2014 B. HPVA HP=1 —American National Standard for Hardwood and Decorative Plywood; Hardwood Plywood &Veneer Association; 2009 C. PS 1 —Structural Plywood; 2009 1.04 SUBMITTALS A. Product Data: Provide data for each type of countertop and paneling material and for hardware accessories. B. Shop Drawings: Indicate materials, component profiles and elevations, assembly methods,joint details, fastening methods, accessory listings, hardware location and schedule of finishes. 1. At a minimum, provide the information required by AWI/AWMACM/I Architectural Woodwork Standards. C. Samples: Submit one minimum 12"x 12" inch edged sample for each countertop, cabinet front, wood wall panel, and plastic laminate casework material specified. 1. Wall panel samples, 12-inches square, illustrating custom routed text graphic treatment, panel joints, attachment method, edge trim, and applied finish. 1.05 QUALITY ASSURANCE A. Perform work in accordance with AWI/AWMAC Architectural Woodwork Quality Standards Illustrated, Custom quality unless otherwise indicated. B. Fabricator Qualifications: Company specializing in fabricating the products specified in this section with minimum five years of documented experience. 1.06 DELIVERY, STORAGE AND HANDLING A. Protect units from moisture damage. B. Do not deliver wood materials to project site until building is fully enclosed and interior temperature and humidity are in accordance with recommendations of AWI//AWMACM/I Architectural Woodwork Standards. Waterloo Center for the Arts Project# 17113 0641 00 2018 Toilet Room Renovation ARCHITECTURAL WOODWORK Waterloo, Iowa Page 1 of 5 Page 160 of 513 PART2- PRODUCTS 2.01 WOOD-BASED MATERIALS -GENERAL A. Hardwood Plywood: Veneer-core plywood with 1/16-inch void-free solid birch layers and a C- grade select white maple face veneer. Tolerances shall comply with American National Standards Institute (ANSI/HPVA)grade rules, HP-1-2004. Product: "ApplyPly"from States Industries. B. Particleboard: Complying with ANSI A208.1; composed of wood chips, medium density, made with waterproof resin binders; of grade to suit application; sanded faces. C. Medium Density Fiberboard (MDF): ANSI A208.2; type as specified in AWI/AWMAC Architectural Woodwork Quality Standards Illustrated; composed of wood fibers pressure bonded with moisture resistant adhesive to suit application; sanded faces; thickness as required. Provide with water-resistant glue for counters with sinks. 2.02 CABINETS A. Plastic laminate faced panels below countertops. B. Custom Reception Desk 2.03 WOOD PANELING A. Backup Panels: min. '/-inch medium-density fiberboard backing mechanically fastened to substrate. B. Face Panels with Custom Graphics: 3/4-inch "ApplyPly"with CNC-routed graphic of male & female figure symbol. CAD drawings for symbols will be provided by the Architect as needed. Rout to depth of'/-inch and paint recess in color as selected by Architect from manufacturer's full range. Provide panels with clear factory finish. a. Core veneers exposed on edges. b. Attach with concealed panel clips or equivalent. 2.04 LAMINATE MATERIALS A. Plastic Laminate: In accordance with AWI Quality Standards Illustrated Section 400 B. 1. Horizontal Surfaces: HGS, 0.048 inch nominal thickness. 2. Vertical Surfaces: VGS, 0.028 inch nominal thickness. 3. Laminate Backing Sheet: 0.020 inch Backing Sheet grade, undecorated laminate. 4. Pattern and Color: As indicated on Finish Schedule. 5. Manufacturers: a. Wilsonart: www.wilsonart.com. b. Substitutions: See Section 01 60 00- Product Requirements. B. Adhesive: Type recommended by AWI/AWMAC to suit application. 2.05 SOLID SURFACING COUNTERTOPS A. Solid surfacing sheet or plastic resin casting over continuous substrate. 1. Flat Sheet Thickness: 3/4 inch, minimum. 2. Solid Surfacing Sheet and Plastic Resin Castings: Complying with ISFA 2-01 and NEMA LD 3; acrylic or polyester resin, mineral filler, and pigments; homogenous, non-porous and capable of being worked and repaired using standard woodworking tools; no surface coating; color and pattern consistent throughout thickness. b. Surface Burning Characteristics: Flame spread index of 25, maximum; smoke developed index of 450, maximum; when tested in accordance with ASTM E84. d. Finish on Exposed Surfaces: Matte, gloss rating of 5 to 20. e. Color and Pattern: as indicated in Interior Finish Schedule. 3. Other Components Thickness: 1/2 inch, minimum. Waterloo Center for the Arts Project# 17113 0641 00 2018 Toilet Room Renovation ARCHITECTURAL WOODWORK Waterloo, Iowa Page 2 of 5 Page 161 of 513 4. Exposed Edge Treatment: Built up to minimum 1-1/2 inch thick; square profile with eased edges.. 5. Skirts: As indicated on drawings. 6. Fabricate in accordance with 1, Section 11 - Countertops, Custom Grade B. Brand, Style and Color: As indicated on the Finish Schedule. a. Corian; "White Jasmin"; Basis of Design b. Substitutions: Subject to pre-approved color and pattern match, see Section 01 60 00 - Product Requirements. 2.06 QUARTZ COMPOSITE MATERIALS B. Polished quartz agglomerate panels. 1. Natural Quartz and Resin Composite Sheets: Complying with ISSFA-2 and NEMA LD 3; orthopthalic polyester resin, mineral filler, and pigments; homogenous, non-porous and capable of being worked and repaired using standard woodworking tools; no surface coating; color and pattern consistent throughout thickness. 2. Thickness: 3 cm (1-3/16-inch) unless otherwise indicated. Build up edges as indicated. 3. Brand, Style and Color: As indicated on the Finish Schedule. a. Samsung; Quartz"TS495 Toluca Sand; Basis of Design b. Substitutions: Subject to pre-approved color and pattern match, see Section 01 60 00 - Product Requirements. C. Seaming Materials: Manufacturer's liquid epoxy seaming and filler materials in color to match surface finish. 2.07 ACCESSORIES A. Under-counter Panel Mounting Accessories: Concealed clip similar to Hafele "Keku"fittings. B. Adhesive: Type recommended by fabricator to suit application. C. Plastic Edge Banding: PVC, flat shaped; smooth finish; of width to match component thickness, color to match plastic laminate, 0.018-inch thickness. 1. Use at all panel edges. D. Countertop Brackets: Welded steel assemblies rated at 500 kg (1100 Ib) per pair. 1. Approximately 23-inches long by 8-1/2-inches high. 2. Install at approximately 32-36-inches o.c. 3. Product: Hafele#287.45.477 or approved equal. E. Grommets: Standard plastic grommets for cable cut-outs, in color as selected by Architect from manufacturers full range. Product: Mockett, Series TG F. Bolts, Nuts, Washers, Lags, Pins and Screws: Of size and type to suit application; galvanized finish in concealed locations and stainless steel finish in exposed locations. 2.08 PRE-INSTALLATION MEETING A. Schedule a Pre-Fabrication/Pre-Installation Meeting prior to commencing work on the reception desk. See Section 01 7000 Par. 3.03. 2.09 FABRICATION A. Assembly: Shop assemble panels for delivery to site in units easily handled and to permit passage through building openings. B. Edging: Fit exposed edges with specified edging. Do not use more than one piece for any single length. C. Fitting: When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide matching trim for scribing and site cutting, including at tops, bottoms, and exposed ends of wall cabinets Waterloo Center for the Arts Project# 17113 0641 00 2018 Toilet Room Renovation ARCHITECTURAL WOODWORK Waterloo, Iowa Page 3 of 5 Page 162 of 513 D. Plastic Laminate: Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. Fit corners and joints hairline; secure with concealed fasteners. Slightly bevel arises. 1. Apply laminate backing sheet to reverse side of plastic laminate finished surfaces. 2.10 FABRICATION -COUNTERTOPS A. Natural Quartz and Resin Composite Countertops: Sheet or slab of natural quartz and plastic resin self-supporting over structural members. 1. Finish on Exposed Surfaces: Polished. B. Fabricate tops in the largest sections practicable, with top surface of joints flush. C. Apply laminate backing sheet to reverse side of plastic laminate finished surfaces. D. Form smooth edges. Form material for countertops and shelves from continuous sheets. E. Fabricate to overhang fronts and ends of cabinets 1 inch except where top butts against cabinet or wall, unless otherwise noted on drawings. F. Prepare all cutouts accurately to size; replace tops having improperly dimensioned or unnecessary cutouts or fixture holes. G. Steel Plate countertop and toe kick: See section 05 70 00— Decorative Metal Fabrications 2.11 SHOP FINISHING A. Sand work smooth and set exposed nails and screws. B. Apply wood filler in exposed nail and screw indentations. On items to receive transparent finishes, use wood filler that matches surrounding surfaces and is of type recommended for the applicable finish. C. Finish work in accordance with AWI/AWMAC/WI Architectural Woodwork Standards, Section 5- Finishing for Grade specified and as follows: 1. Match existing maple finish of mezzanine display case 2. System - 11, Polyurethane, Catalyzed. 3. Stain: None. PART 3- EXECUTION 3.01 EXAMINATION A. Verify adequacy of backing and support framing. B. Verify location and sizes of utility rough-in associated with work of this section. Waterloo Center for the Arts Project# 17113 0641 00 2018 Toilet Room Renovation ARCHITECTURAL WOODWORK Waterloo, Iowa Page 4 of 5 Page 163 of 513 3.02 INSTALLATION A. Install work in accordance with AWI Architectural Woodwork Standards requirements for grade indicated. B. Set and secure fabricated items in place, assuring that they are rigid, plumb, and level. C. Use fixture attachments in concealed locations for wall mounted components. D. Use concealed joint fasteners to align and secure adjoining units. E. Carefully scribe casework abutting other components, with maximum gaps of 1/16 inch. Do not use additional overlay trim for this purpose. F. Scribe countertops to abutting surfaces and seal with sealant. G. Secure panels to substructure using appropriate angles and anchorages. 3.03 ADJUSTING A. Adjust installed work to be square, plumb and level. 1. Maximum Variation from True Position: 1/16 inch. 2. Maximum Offset from True Alignment with Abutting Materials: 1/32 inch. B. Adjust moving or operating parts to function smoothly and correctly. 3.04 CLEANING A. Clean casework, counters, shelves, hardware, fittings and fixtures. END OF SECTION Waterloo Center for the Arts Project# 17113 0641 00 2018 Toilet Room Renovation ARCHITECTURAL WOODWORK Waterloo, Iowa Page 5 of 5 Page 164 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Page 165 of 513 SECTION 07 90 05 JOINT SEALERS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Joint Sealants. 1.02 RELATED SECTIONS A. Section 093000-Tiling. 1.03 REFERENCES A. ASTM C 834- Standard Specification for Latex Sealants. B. ASTM C 920- Standard Specification for Elastomeric Joint Sealants. C. ASTM C 1193- Standard Guide for Use of Joint Sealants. D. ASTM D 1667- Standard Specification for Flexible Cellular Materials--Vinyl Chloride Polymers and Copolymers (Closed-Cell Foam). 1.04 SUBMITTALS A. Product Data: Provide data indicating sealant chemical characteristics, performance criteria, limitations, and color availability. B. Samples: Submit actual samples, illustrating available sealant colors for selection. PART 2 - PRODUCTS 2.01 SEALANTS A. General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C 834, single component, paintable. 1. Color: Standard colors matching finished surfaces, or paintable. 2. Product: Sonolac manufactured by Sonneborn; AC-20 + Silicone manufactured by Pecora; PSI-701 manufactured by Polymeric Systems, Inc.; or approved equivalent. 3. Applications: Use for: a. Interior wall and ceiling control joints. b. Joints between door and window frames and wall surfaces. c. Other interior joints for which no other type of sealant is indicated. B. Wet Area Sealant: White silicone; ASTM C 920, Uses M and A; single component, mildew resistant. 1. Product: Dow Corning Corporation; 786-M White. GE Construction Sealants; SCS1700 Sanitary. Sika; Bondaflex Sil 100 WF. Tremco Incorporated; Tremsil 200. Omniplus manufactured by Sonneborn, 898 Silicone manufactured by Pecora, PSI-701 manufactured by Polymeric systems, Inc, or approved equivalent. 2. Applications: Use for: a. Joints between plumbing fixtures and floor and wall surfaces. b. Joints between countertops with sinks and adjacent wall surfaces. c. Joints in areas subjected to moisture. 2.02 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. Waterloo Center for the Arts Project# 17113 07 90 05 2018 Toilet Room Renovation JOINT SEALERS Waterloo, Iowa Page 1 of 2 Page 166 of 513 C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width; Closed Cell Backer Rod manufactured by Sonneborn, or equivalent. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter which might impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C 1193. D. Protect elements surrounding the work of this section from damage or disfigurement with masking tape. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C 1193. C. Protect adjacent materials and surfaces with masking tape at locations that are not to be painted. D. Measure joint dimensions and size joint backers to achieve width-to-depth ratio, neck dimension, and surface bond area as recommended by manufacturer, except where specific dimensions are indicated. E. Install bond breaker where joint backing is not used. F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. G. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. H. Tool joints concave. 3.04 CLEANING A. Clean adjacent surfaces of any misplaced sealant. END OF SECTION ...13100/13009/13137 Waterloo Center for the Arts Project# 17113 07 90 05 2018 Toilet Room Renovation JOINT SEALERS Waterloo, Iowa Page 2 of 2 Page 167 of 513 SECTION 08 11 13 HOLLOW METAL DOORS AND FRAMES PART 1 -GENERAL 1.01 SECTION INCLUDES A. Steel doors and frames. 1.02 RELATED REQUIREMENTS A. Section 08 71 00- Door Hardware. B. Section 09 90 00- Painting and Coating: Field painting. 1.03 REFERENCE STANDARDS A. ANSI/ICC A117.1 -American National Standard for Accessible and Usable Buildings and Facilities; International Code Council; 2009. B. ANSI A250.8-SDI-100 Recommended Specifications for Standard Steel Doors and Frames; 2003. C. BHMA A156.115 - Hardware Preparation in Steel Doors and Steel Frames; 2006. D. NAAMM HMMA 840- Guide Specifications for Installation and Storage of Hollow Metal Doors and Frames; The National Association of Architectural Metal Manufacturers; 2007. 1.04 SUBMITTALS A. Product Data: Materials and details of design and construction, hardware locations, reinforcement type and locations, anchorage and fastening methods, and finishes. B. Shop Drawings: Details of each opening, showing elevations, glazing, frame profiles and identifying location of different finishes, if any. C. Door and Frame Schedule: Indicate door numbers, sizes, handing, etc. for approval. 1.05 DELIVERY, STORAGE AND HANDLING A. Store in accordance with NAAMM HMMA 840. B. Protect with resilient packaging; avoid humidity build-up under coverings; prevent corrosion. 1.06 PROJECT CONDITIONS A. Coordinate the work with door opening construction, door frame and door hardware installation. B. Doors and/or frames which are not manufactured to specified size and planar tolerances shall be removed from the site and replaced without charge to the Owner. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Steel Doors and Frames: 1. Assa Abloy Ceco, Curries or Fleming: www.assaabloydss.com 2. Mesker Door, Inc: www.meskerdoor.com. 3. Republic Doors; www.republicdoor.com 4. Steelcraft: www.steelcraft.com. 5. West Central Manufacturing: www.westcentralmfg.com 6. Windsor Republic Doors: www.republicdoor.com 7. Substitutions: See Section 01 60 00- Product Requirements. 2.02 DOORS AND FRAMES Waterloo Center for the Arts Project# 17113 0811 13 2018 Toilet Room Renovation HOLLOW METAL DOORS AND FRAMES Waterloo, Iowa Page 1 of 4 Page 168 of 513 A. Requirements for All Doors and Frames: 1. Accessibility: Comply with ANSI/ICC A117.1. 2. Door Edge Profile: Beveled on latch edges. 3. Door Texture: Smooth faces. Joints welded and ground smooth. 4. Glazed Lights: Non-removable stops on non-secure side; sizes and configurations as indicated on drawings. Rectangular profile flush with door face. 5. Hardware Preparation: In accordance with BHMA A156.115, with reinforcement welded in place, in addition to other requirements specified in door grade standard.Factory installed reinforcing and preparation for mortised hardware. 6. Finish: Factory primed, for field finishing. 7. Hollow metal door frames at gypsum wall board assemblies shall not be grouted. 2.03 STEEL DOORS A. Interior Doors, Non-Fire-Rated: 1. Grade: ANSI A250.8 Level 3, physical performance Level B, Model 2, seamless. 2. Gauge: 16. 3. Core: Kraftpaper honeycomb. 4. Thickness: 1-3/4 inches. 5. Edge Construction: Welded. 2.04 STEEL FRAMES A. General: 1. Comply with the requirements of grade specified for corresponding door. a. ANSI A250.8 Level 2 and 3 Doors: 14 gauge frames. 2. Face Width: 2 inches, unless otherwise indicated. 3. Frame Depth: Coordinate to fit actual wall thicknesses. 4. Frame Profile: Single rabbet, unless otherwise indicated. 5. Provide mortar guard boxes for hardware cut-outs in frames to be installed in masonry or to be grouted. 6. Frames Wider than 48 Inches: Reinforce with steel channel fitted tightly into frame head, flush with top. B. Interior Door Frames, Non-Fire-Rated: Fully welded type. 2.05 ACCESSORY MATERIALS A. Glazing: As specified in Section 08 80 00- Glazing. B. Silencers: Resilient rubber, fitted into drilled hole; 3 on strike side of single door, 3 on center mullion of pairs, and 2 on head of pairs without center mullions. C. Temporary Frame Spreaders: Provide for all factory-or shop-assembled frames. 2.06 FINISH MATERIALS A. Primer: Rust-inhibiting, complying with ANSI A250.10, door manufacturer's standard. B. Bituminous Coating: Asphalt emulsion or other high-build, water-resistant, resilient coating. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that opening sizes and tolerances are acceptable. Waterloo Center for the Arts Project# 17113 0811 13 2018 Toilet Room Renovation HOLLOW METAL DOORS AND FRAMES Waterloo, Iowa Page 2 of 4 Page 169 of 513 3.02 PREPARATION A. Coat inside of non-rated frames to be installed in concrete, masonry or to be grouted, with bituminous coating, prior to installation. 3.03 INSTALLATION A. Install in accordance with the requirements of the specified door grade standard and NAAMM HMMA 840. B. Coordinate frame anchor placement with wall construction. C. Grout frames in masonry construction, using hand trowel methods; brace frames so that pressure of grout before setting will not deform frames. D. Coordinate installation of hardware. E. Coordinate installation of glazing. 3.04 TOLERANCES A. Maximum Diagonal Distortion: 1/16 in measured with straight edge, corner to corner. B. Frames that are not installed within specified plumb, level and planar tolerances shall be re- installed or removed from the site and replaced without charge to the Owner. 3.05 ADJUSTING A. Adjust for smooth and balanced door movement. END OF SECTION ...12079/13009/13137 Waterloo Center for the Arts Project# 17113 0811 13 2018 Toilet Room Renovation HOLLOW METAL DOORS AND FRAMES Waterloo, Iowa Page 3 of 4 Page 170 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0811 13 2018 Toilet Room Renovation HOLLOW METAL DOORS AND FRAMES Waterloo, Iowa Page 4 of 4 Page 171 of 513 SECTION 08 1416 FLUSH WOOD DOORS PART1 GENERAL 1.01 SECTION INCLUDES A. Flush wood doors; flush and flush glazed configuration; painted, non-rated. 1.02 RELATED REQUIREMENTS A. Section 08 11 13 - Hollow Metal Doors and Frames. C. Section 08 71 00 - Door Hardware. D. Section 08 80 00 -Glazing. 1.03 REFERENCE STANDARDS A. AWI/AWMAC/WI (AWS)-Architectural Woodwork Standards. B. AWMAC/WI (NAAWS)- North American Architectural Woodwork Standards, U.S. Version 3.0. 1.04 SUBMITTALS A. See Section 01 30 00-Administrative Requirements, for submittal procedures. B. Product Data: Indicate door core materials and construction; paint finish type and color selections. C. Shop Drawings: Show doors and frames, elevations, sizes, types, swings, undercuts, beveling, blocking for hardware, factory machining, factory finishing, cutouts for glazing and other details. E. Samples: Submit one corner section of flush door showing details of construction; factory painted finish, 6 by 6 inch in size. F. Warranty, executed in Owner's name. 1.05 QUALITY ASSURANCE A. Maintain one copy of the specified door quality standard on site for review during installation and finishing. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum five years of documented experience. C. Installer Qualifications: Company specializing in performing work of the type specified in this section, with not less than three years of experience and approved by manufacturer. 1.06 DELIVERY, STORAGE, AND HANDLING A. Package, deliver and store doors in accordance with specified quality standard. B. Accept doors on site in manufacturer's packaging. Inspect for damage. C. Protect doors with resilient packaging sealed with heat shrunk plastic. Do not store in damp or wet areas; or in areas where sunlight might bleach veneer. Seal top and bottom edges if stored more than one week. Break seal on site to permit ventilation. 1.07 WARRANTY A. See Section 01 78 00- Closeout Submittals, for additional warranty requirements. B. Interior Doors: Provide manufacturer's warranty for the life of the installation. C. Include coverage for delamination of veneer, warping beyond specified installation tolerances, defective materials, and telegraphing core construction. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Paint Grade Primed Wood Doors: Provide Basis of Design manufacturer listed, or a standard or custom product from one of the other listed manufacturers with equivalent performance, material properties, features, general configuration, appearance, and warranty: Waterloo Center for the Arts Project#17113 08 14 16 2018 Toilet Room Renovation FLUSH WOOD DOORS Waterloo, Iowa PaRatef 472 of 513 1. BASIS OF DESIGN: Algoma Hardwoods: www.algomahardwoods.com 2. Eggers Industries: www.eggersindustries.com. 3. Graham Wood Doors: www.grahamdoors.com. 4. Haley Brothers: www.haleybros.com. 5. Marshfield DoorSystems, Inc: www.mars hfielddoors.com. 6. VT Industries, Inc: www.vtindustries.com. 7. Substitutions: See Section 01 60 00- Product Requirements. 2.02 DOORS A. Doors: Refer to drawings for locations and additional requirements. 1. Quality Standard: Custom Grade, Heavy Duty performance, in accordance with AWI/AWMAC/WI (AWS) or AWMAC/WI (NAAWS), unless noted otherwise. 2. No added urea-formaldehyde. B. Interior Doors: 1-3/4 inches thick unless otherwise indicated; flush construction. 1. Provide solid core doors at each location. C. Glazed Transom Panels: See hollow metal doors and frames and glazing section. 2.03 DOOR AND PANEL CORES A. Non-Rated Solid Core and 20 Minute Rated Doors: Type particleboard solid core (PC), plies and faces as indicated. 2.04 DOOR FACINGS A. Paint Grade Facings: Custom Grade, mill option close grained hardwood, premium or medium density overlay with hardwood edges. B. Facing Adhesive: Type II -water resistant. C. Factory sand doors for smooth finish. D. Factory prime doors white. 2.05 DOOR CONSTRUCTION A. Fabricate doors in accordance with door quality standard specified. B. Cores Constructed with stiles and rails: 1. Provide solid blocks at lock edge and top of door for closer for hardware reinforcement. 2. Provide solid blocking for other through bolted hardware. C. Glazed Openings: Non-removable stops on non-secure side; sizes and configurations as indicated on drawings. D. Factory machine doors for hardware other than surface-mounted hardware, in accordance with hardware requirements and dimensions. E. Factory fit doors for frame opening dimensions identified on shop drawings, with edge clearances in accordance with specified quality standard. F. Provide edge clearances in accordance with the quality standard specified. 2.06 ACCESSORIES A. Hollow Metal Door Frames: As specified in Section 08 11 13. B. Glazing: As specified in Section 08 80 00. C. Door Hardware: As specified in Section 08 71 00. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that opening sizes and tolerances are acceptable. Waterloo Center for the Arts Project#17113 08 14 16 2018 Toilet Room Renovation FLUSH WOOD DOORS Waterloo, Iowa Paef 473 of 513 C. Do not install doors in frame openings that are not plumb or are out-of-tolerance for size or alignment. 3.02 INSTALLATION A. Install doors in accordance with manufacturer's instructions and specified quality standard. B. Use machine tools to cut or drill for hardware. C. Coordinate installation of doors with installation of frames and hardware. 3.03 TOLERANCES A. Conform to specified quality standard for fit and clearance tolerances. B. Conform to specified quality standard for telegraphing, warp, and squareness. 3.04 ADJUSTING A. Adjust doors for smooth and balanced door movement. B. Adjust closers for full closure. 3.05 SCHEDULE -SEE DRAWINGS END OF SECTION Waterloo Center for the Arts Project#17113 08 14 16 2018 Toilet Room Renovation FLUSH WOOD DOORS Waterloo, Iowa Paef 474 of 513 Waterloo Center for the Arts Project#17113 08 14 16 2018 Toilet Room Renovation FLUSH WOOD DOORS Waterloo, Iowa Paef 475 of 513 SECTION 08 71 00 DOOR HARDWARE PART 1 -GENERAL 1.01 SECTION INCLUDES A. Hardware for new hollow metal doors. 1.02 RELATED SECTIONS A. Section 08 11 13- Hollow Metal Doors and Frames. B. Section 08 71 13 Automatic Door Operators. 1.03 SUBMITTALS A. Submittals: 1. List all doors per set with opening number, opening location (both sides of door), hand, fire rating, size, material and any special features. 2. List all hardware required for openings with quantity, description, product number, handing, finish and manufacturer. 3. Include any special installation and operation instructions. 4. For electrical systems, include operational instructions, riser diagrams and point to point wiring diagrams. 5. Include manufacturer's catalogue information for all products listed. 1.04 COORDINATION A. Hardware supplier to verify cylinder type, finish, quantity etc. with any door supplier that hardware supplier is furnishing cylinders for. B. Hardware supplier to furnish any templates to door and frame manufactures and installers for door and frame preparation. C. Sequence delivery, installation etc. to ensure utility connections and security are achieved in an orderly and expeditious manner. D. Hardware supplier to coordinate keying requirements with Owner. E. Hardware supplier to visit project sight to verify any existing conditions for compatibility with any new doors, frames and hardware. 1.05 MAINTENANCE A. Contractor to retain and turn over to Owner any special installation an adjustment tools furnished with the hardware. B. Contractor to retain and turn over to Owner any installation, adjustment and operational directions that are furnished with the hardware. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Hinges: 1. McKinney(MC)TA2714 TA2314 T4A3786 T4A3386 2. Hager BB1279 1361191 6131168 1361199 3. Bommer BB5000 BB5001 BB5004 BB5005 4. All out swinging hinges to non-removable pins (NRP) Waterloo Center for the Arts Project# 17113 0871 00 2018 Toilet Room Renovation DOOR HARDWARE Waterloo, Iowa Page 1 of 5 Page 176 of 513 B. Cylindrical Locks: 1. Falcon (FA) cylindrical series. Basis of Design 2. Sargent. 3. Schlage. 4. Best. 5. Yale. C. Cylinders: 1. Match existing building. 2. No substitute. D. Surface Closers: 1. BHMA A156.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key-operated valves and forged-steel main arm. 2. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. 3. Provide closers, constructed with high strength cast iron cylinders, forged main arms, and one piece forged steel pistons. 4. Provide factory-sized closers that are adjustable to meet field conditions and requirements for opening force. 5. Closers with pressure release valves are not acceptable. 6. Basis-of-Design Product: Subject to compliance with requirements, provide product manufactured by FALCON Closers; an Allegion company: model 81 Series interior model. Provide all necessary brackets, bent arms, special templates, shoe supports or any other bracket as required for a complete installation. Extras for these items will not be allowed after bid. E. Wall and Floor Stops: 1. Rockwood (RO). Basis of Design 2. Trimco. 3. McKinney(MK). 4. Ives F. Overhead Stops 1. Glynn-Johnson (GL) G. Surface Closers 1. Rockwood (RO). Basis of Design H. Silencers: 1. Resilient rubber, fitted into drilled hole; 3 on strike side of single door. 2. Coordinate with painter so that silencers are not painted. 3. All silencers for hollow metal frames to be furnished and installed by frame supplier. 2.02 GENERAL REQUIREMENTS FOR DOOR HARDWARE A. Finishes: 1. Dull Chrome (US26D)or Brushed Stainless Steel (US32D)as noted in hardware sets. 2. Closers to be painted aluminum in color. B. Provide products that comply with the following: 1. Applicable provisions of Federal, State and Local Codes. 2. ANSI/ICC A117.1, American national Standard for Accessible and Usable Buildings and Facilities. 3. Applicable provisions of NFPA 101, Life Safety Code. 2.03 KEYING A. All locks and cylinders to be keyed to existing key system per Owner's instructions. B. Supplier to meet with Owner's representative to determine keying details and submit key schedule for approval. Waterloo Center for the Arts Project# 17113 0871 00 2018 Toilet Room Renovation DOOR HARDWARE Waterloo, Iowa Page 2 of 5 Page 177 of 513 C. Furnish two (2) copies per door of each change key. D. Stamp all keys as directed by Owner's representative. E. Deliver all keys, with identifying tags, to Owner or contractor per Owner's instructions. Person receiving keys to sign for them with a copy of receipt to be kept by the receiver and supplier. PART 3 - EXECUTION 3.01 INSTALLATION A. Install hardware in accordance with manufacturer's instructions. B. Use templates provided with hardware. C. Mounting heights of hardware to be per DHI recommended locations and accessibility codes. Waterloo Center for the Arts Project# 17113 0871 00 2018 Toilet Room Renovation DOOR HARDWARE Waterloo, Iowa Page 3 of 5 Page 178 of 513 HARDWARE SCHEDULE Single Door. HM x WD. Storage 101 3 ea Hinges TA2714 4-1/2"x 4-1/2" US26D MK 1 ea Cylindrical Lock(entry) T501 US26D FA 1 ea Door Stop 403 US26D RO 1 ea Kick-plate K1050 x 10"x 34"x CSK US32D RO Single Door. HM x WD. Family Toilet 102 3 ea Hinges TA2714 4-1/2"x 4-1/2" US26D MK 1 ea Cylindrical Lock (privacy) T301 US26D FA 1 ea Door Stop 403 US26D RO 1 ea Kick-plate K1050 x 10"x 34"x CSK US32D RO Single Door. HM x WD. Men,Women 103, 104 3 ea Hinges TA2714 4-1/2"x 4-1/2" US26D MK 1 ea Push plate 70C US26D RO 1 ea Pull handle 105 x 70C US26D RO 1 ea Surface Closer SC81 RW/PA US26D FA 1 ea Door Stop 403 US26D RO 1 ea Kick-plate K1050 x 10"x 34"x CSK US32D RO Single Door. HM x WD. Storage 105, 203 3 ea Hinges TA2714 4-1/2"x 4-1/2" US26D MK 1 ea Cylindrical Lock(storeroom)T581 US26D FA 1 ea Kick-plate K1050 x 10"x 34"x CSK US32D RO 1 ea OH Stop 410S US26D GL Single Door. HM x HM. Storage 001 3 ea Hinges TA2714 4-1/2"x 4-1/2" US26D MK 1 ea Cylindrical Lock (storeroom)T581 US26D FA 1 ea OH Stop 410S US26D GL END OF SECTION Waterloo Center for the Arts Project# 17113 0871 00 2018 Toilet Room Renovation DOOR HARDWARE Waterloo, Iowa Page 4 of 5 Page 179 of 513 SECTION 08 80 00 GLAZING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Interior translucent glass. B. Glazing accessories. 1.02 RELATED REQUIREMENTS A. Section 08 11 13 - Hollow Metal Doors and Frames: Glazed doors and sidelite framing. 1.03 SUBMITTALS A. Product Data on Glass Types: Provide structural, physical and environmental characteristics, size limitations, special handling or installation requirements. B. Confirmation Samples: Submit sample 12 by 12 inches in size of each type of glass unit except for clear'/-inch glass. 1.04 QUALITY ASSURANCE A. Perform Work in accordance with GANA Glazing Manual and FGMA Sealant Manual for glazing installation methods. PART 2 - PRODUCTS 2.01 FLAT GLASS MATERIALS A. Clear Float Glass: Clear, annealed. 1. Comply with ASTM C 1036, Type I, transparent flat, Class 1 clear, Quality Q3 (glazing select). 2. Thickness: 1/4 inch, minimum. B. Safety Float Glass: Clear, fully tempered safety glass. 1. Comply with ASTM C 1048, Condition A uncoated, Type 1 transparent flat, Class 1, Quality q3 glazing select. 2. Thickness: 1/4 inch, minimum. Provide 1/2 inch thick where indicated. C. Translucent Laminated Glass: Clear inner and outer pane, with white frosted translucent interlayer, heat strengthened or fully tempered if required by engineering analysis. 1. Thickness: Minimum 3/8 inch. 2. Color: Clear, Class 1. 3. PVB Interlayer: 0.060-inch. Color—"Cool White" by Oldcastle or approved equal. 4. Prepare glazing panels for indicated fittings and hardware before tempering. 5. Polish edges that will be exposed in finished work to bright flat polish. 2.04 GLAZING ACCESSORIES A. Setting Blocks: Neoprene, 80 to 90 Shore A durometer hardness, ASTM C 864 Option I. Length of 0.1 inch for each square foot of glazing or minimum 4 inch by width of glazing rabbet space minus 1/16 inch x height to suit glazing method and pane weight and area. B. Spacer Shims: Neoprene, 50 to 60 Shore A durometer hardness, ASTM C 864 Option I. Minimum 3 inch long x one half the height of the glazing stop x thickness to suit application, self adhesive on one face. C. Glazing Tape: Preformed butyl compound with integral resilient tube spacing device; 10 to 15 Shore A durometer hardness; coiled on release paper; 1/2 x 1/8 inch size; black color. D. Glazing Gaskets: Resilient silicone extruded shape to suit glazing channel retaining slot; ASTM C 864 Option I; black in color. E. Glazing Clips: Manufacturer's standard type. Waterloo Center for the Arts Project# 17113 08 80 00 2018 Toilet Room Renovation GLAZING Waterloo, Iowa Page 1 of 2 Page 180 of 513 PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that openings for glazing are correctly sized and within tolerance. B. Verify that surfaces of glazing channels or recesses are clean, free of obstructions, and ready to receive glazing. 3.02 PREPARATION A. Clean contact surfaces with solvent and wipe dry. 3.04 INSTALLATION -INTERIOR DRY METHOD (TAPE AND TAPE) A. Cut glazing tape to length and set against permanent stops, projecting 1/16 inch (1.6 mm) above sight line. B. Place setting blocks at 1/4 points with edge block no more than 6 inches from corners. C. Rest glazing on setting blocks and push against tape for full contact at perimeter of pane or unit. D. Place glazing tape on free perimeter of glazing in same manner described above. E. Install removable stop without displacement of tape. Exert pressure on tape for full continuous contact. F. Knife trim protruding tape. 3.07 CLEANING A. Remove glazing materials from finish surfaces. B. Remove labels after Work is complete. C. Clean glass and adjacent surfaces. END OF SECTION 11114/13017/13014 Waterloo Center for the Arts Project# 17113 08 80 00 2018 Toilet Room Renovation GLAZING Waterloo, Iowa Page 2 of 2 Page 181 of 513 SECTION 09 21 16 GYPSUM BOARD ASSEMBLIES PART 1 -GENERAL 1.01 SECTION INCLUDES A. Gypsum board assemblies. B. Cementitious backing board. C. Metal stud wall, ceiling soffit and bulkhead framing. D. Joint treatment and accessories. 1.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Wood blocking product and execution requirements. B. Section 09 30 00—Tiling. C. Section 09 90 00— Painting. 1.03 SUBMITTALS A. Product Data: Provide data on metal framing, board products, accessories, and joint finishing system. 1.04 QUALITY ASSURANCE A. Perform in accordance with ASTM C 840- Standard Specification for Application and Finishing of Gypsum Board; 2013. B. Applicator Qualifications: Company specializing in performing gypsum board application and finishing, with minimum three (3)years of documented experience. PART 2 - PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES A. Provide completed assemblies complying with ASTM C 840 and GA-216. 2.02 METAL FRAMING MATERIALS A. Non-Load Bearing Framing System Components: ASTM C 645; galvanized sheet steel ("EQ" coatings not permitted), of size and properties necessary to comply with ASTM C 754 for the spacing indicated, with maximum deflection of wall framing of L/240 at 5 psf. 1. Studs: "C" shaped with flat or formed webs with knurled faces. 2. Runners: U shaped, sized to match studs. 3. Ceiling Channels: C shaped. 4. Gauge: 20-gauge, minimum. 5. Spacing: Maximum of 16 inches on center unless otherwise indicated. 6. Furring: Hat-shaped sections, minimum depth of 7/8 inch. 7. Z-Furring: Z furring channel, minimum 0.0179 inch thick base metal; 2 inches deep, unless indicate otherwise. B. Ceiling Hangers: Type and size as specified in ASTM C 754 for spacing required. C. Partition Head to Structure Connections: Provide mechanical anchorage devices that accommodate deflection using slotted holes, screws and anti-friction bushings, preventing rotation of studs while maintaining structural performance of partition. 1. Provide components UL-listed for use in UL-listed fire-rated head of partition joint systems indicated on drawings. 2.03 BOARD MATERIALS A. Gypsum Wallboard: ASTM C 1396/C 1396M; Type X, UL or WH rated; sizes to minimize joints in place; ends square cut. 1. Application: Typical, unless otherwise indicated. 2. Edges: Tapered. 3. Thickness: 5/8 inch. Waterloo Center for the Arts Project# 17113 0921 16 2018 Toilet Room Renovation GYPSUM BOARD ASSEMBLIES Waterloo, Iowa Pae 1 of 4 Ne 182 of 513 4. Product: "ToughRock Fireguard" manufactured by Georgia-Pacific Gypsum; "Fire- Shield" manufactured by National Gypsum Company; "Firecode Core" manufactured by USG; or approved equivalent. B. Board For Damp Areas: Water-resistant gypsum backing board as defined in ASTM C1396/C1396M; sizes to minimum joints in place; ends square cut. 1. Application: Toilets and janitorial areas. 2. Mold Resistance: Score of 10, when tested in accordance with ASTM D 3273. 3. Glass-Mat-Faced Board: Coated glass mat water-and mold-resistant gypsum backing panel as defined in ASTM C 1178. a.Thickness: 5/8 inch. 4. Product: "ToughRock Mold-Guard Gypsum Board" manufactured by Georgia-Pacific Gypsum; "Gold Bond Brand XP Gypsum Board" manufactured by National Gypsum Company; "Sheetrock Brand Mold Tough Gypsum Panels" manufactured by USG; or approved equivalent. C. Cementitious Tile Backer Board: ANSI A 118.9, aggregated Portland cement panels with glass fiber mesh embedded in front and back surfaces. 1. Application: Install at walls scheduled for wall tile. 2. Edges: Tapered. 3. Thickness: 1/2 inch over studs; '/4-inch over solid substrates. 4. Product: a.Custom Building Products; Wonderboard. b.CertainTeed; FiberCement BackerBoard c.National Gypsum Co.; PermaBase Cement Board. d.United States Gypsum Co.; DUROCK Cement Board. e.or approved equivalent. 2.04 ACCESSORIES A. Acoustic Insulation: ASTM C665; preformed glass fiber, friction fit type, unfaced. Thickness: 3 inches. B. Acoustic Sealant: Non-hardening, non-skinning,for use in conjunction with gypsum board. C. Trim: ASTM C1047, Paper-faced galvanized steel sheet. Bead type as detailed. D. Joint Materials: ASTM C 475 and as recommended by gypsum board manufacturer for project conditions. 1. Tape: 2 inch wide, creased paper tape for joints and corners, except as otherwise indicated. 2. Ready-mixed vinyl-based joint compound. E. Screws for Attachment to Steel Members Less than 0.03 inch in Thickness, to Wood Members, and to Gypsum Board: ASTM C 1002; self-piercing tapping type. F. Screws for Attachment to Steel Members from 0.033 to 0.112 inch in Thickness: ASTM C 954; steel drill screws for application of gypsum board to loadbearing steel studs. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that project conditions are appropriate for work of this section to commence. 3.02 FRAMING INSTALLATION A. Metal Framing: Install in accordance with ASTM C 754 and manufacturer's instructions. 1. In addition, at partition framing provide 3/4 inch channel with web horizontal at third points of partition height as continuous reinforcing. Weld, wire tie, or screw to each stud. Provide additional reinforcing at hinge points adjacent to each side of door openings extending from jamb stud for 32 inches minimum. B. Suspended Ceilings and Soffits: Space framing and furring members as indicated. 1. Level ceiling and soffit system to a tolerance of 1/1200. Waterloo Center for the Arts Project# 17113 0921 16 2018 Toilet Room Renovation GYPSUM BOARD ASSEMBLIES Waterloo, Iowa Pae 2 of 4 Ne 183 of 513 2. Laterally brace entire suspension system. C. Studs: Space studs as indicated. 1. Extend partition framing to structure where unless otherwise indicated and to ceiling where indicated. 2. Partitions Terminating at Ceiling: Attach ceiling runner securely to ceiling track in accordance with manufacturer's instructions. 3. Partitions Terminating at Structure: Attach top runner to structure, maintain clearance between top of studs and structure, and connect studs to track using specified mechanical devices in accordance with manufacturer's instructions; verify free movement of top of stud connections; do not leave studs unattached to track. D. Z Furring Channel: Space furring 24 inches on center, unless indicated otherwise. 1. Secure furring vertically to masonry with fastener through short flange. 3.03 BOARD INSTALLATION A. Comply with ASTM C 840, GA-216, and manufacturer's instructions. Install to minimize butt end joints, especially in highly visible locations. B. Single-Layer Non-Rated: Install gypsum board parallel or perpendicular to framing, with ends and edges occurring over firm bearing. C. Double-Layer Non-Rated: Use gypsum board for first layer, placed parallel to framing or furring members, with ends and edges occurring over firm bearing. Place second layer parallel to framing or furring members. Offset joints of second layer from joints of first layer. D. Fire-Rated Construction: Install gypsum board in strict compliance with requirements of assembly listing. E. Installation on Metal Framing: Use screws for attachment of all gypsum board. 3.04 INSTALLATION OF TRIM AND ACCESSORIES A. Control Joints: Place control joints consistent with lines of building spaces and as indicated. Not more than 30 feet apart on walls and ceilings over 50 feet long. B. Corner Beads: Install at external corners, using longest practical lengths. 3.05 JOINT TREATMENT A. Paper Faced Gypsum Board: Use paper joint tape, bedded with ready-mixed vinyl-based joint compound and finished with ready-mixed vinyl-based joint compound. B. Finish gypsum board in accordance with levels defined in ASTM C 840, as follows: 1. Level 4: Walls and ceilings to receive paint finish and other areas specifically indicated. 2. Level 1: Wall areas above finished ceilings, whether or not accessible in the completed construction. B. Tape, fill and sand exposed joints, edges and corners to produce smooth surface ready to receive finishes. 1. Feather coats of joint compound so that camber is maximum 1/32 inch. 3.06 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 1/8 inch in 10 feet in any direction. END OF SECTION Waterloo Center for the Arts Project# 17113 0921 16 2018 Toilet Room Renovation GYPSUM BOARD ASSEMBLIES Waterloo, Iowa Pae 3 of 4 Ne 184 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 0921 16 2018 Toilet Room Renovation GYPSUM BOARD ASSEMBLIES Waterloo, Iowa Pae 4 of 4 Rage 185 of 513 SECTION 09 30 00 TILING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Tile for floor applications. B. Tile for wall applications. C. Transition strips and corner guard trim. D. Accessories. 1.02 RELATED REQUIREMENTS A. Section 09 21 16- Gypsum Board Assemblies: Installation of tile backer board. B. Division 22- Plumbing: Plumbing fixtures. 1.03 REFERENCE REQUIREMENTS A. ANSI Al08/A118/A136.1 -American National Standard Specifications for the Installation of Ceramic Tile-Version; 2013.1. B. ANSI A108.5-American National Standard Specifications for Installation of Ceramic Tile with Dry-Set Portland Cement Mortar or Latex-Portland Cement Mortar; 2013. C. ANSI A108.10 -American National Standard Specifications for Installation of Grout in Tilework; 2013. D. ANSI A118.4-American National Standard Specifications for Latex-Portland Cement Mortar; 2013. E. TCNA(HB)- Handbook for Ceramic Tile Installation; 2013. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene a preinstallation meeting one (1)week before starting work of this section; require attendance by all affected installers. 1.05 SUBMITTALS A. Product Data: Provide manufacturers' data sheets on tile, mortar, grout and accessories. Include instructions for using grouts and adhesives. B. Shop Drawings: Indicate tile layout, patterns, color arrangement, perimeter conditions, junctions with dissimilar materials, control and expansion joints, and setting details. C. Samples: Submit two (2) of each tile specified illustrating color and pattern. D. Maintenance Data: Include recommended cleaning methods, cleaning materials, stain removal methods, polishes and waxes. 1.06 QUALITY ASSURANCE A. Installer Qualifications: Company specializing in performing tile installation, with minimum of five (5)years of documented experience. 1.08 FIELD CONDITIONS A. Maintain ambient and substrate temperature of 50 degrees F during installation of mortar materials. 1.09 EXTRA MATERIALS A. Provide minimum quantity equal to two (2) percent of total installed of each color and pattern installed. PART 2 - PRODUCTS 2.01 TILE A. Porcelain Tile: ANSI A137.1, and as follows: 1. Product: As indicated on Finish Schedule in drawings. a. No Substitutions. Waterloo Center for the Arts Project# 17113 09 30 00 2018 Toilet Room Renovation TILING Waterloo, Iowa Page 1 of 4 Page 186 of 513 2.02 MORTAR MATERIALS A. Mortar Bond Coat Materials: 1. Latex-Portland Cement type: ANSI A118.4. 2.03 GROUT MATERIALS A. Grout: 1. Chemical resistant and water-cleanable high performance urethane-based grout that exceeds requirements of ANSI A118.3 2. Colors: As selected by Architect from manufacturer's full range. 3. Bostik; Product"TruColor Pre-Mixed Grout: www.bostik-us.com. 2.04 ACCESSORY MATERIALS A. Outside Corner Strip and Cove Base: Profile with trapezoid-perforated anchoring leg that is secured in the mortar bond coat beneath the tile and corner or cove profile as indicated. 1. Finish: Stainless steel, unless otherwise indicated. 2. Products: Models as indicated on the Interior Finish Legend, manufactured by Schluter- Systems; or approved equivalent. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that sub-floor surfaces are smooth and flat within the tolerances specified for that type of work and are ready to receive tile. B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are dust-free, and are ready to receive tile. C. Verify that sub-floor surfaces are dust-free and free of substances that could impair bonding of setting materials to sub-floor surfaces. D. Verify that required floor-mounted utilities are in correct location. 3.02 PREPARATION A. Protect surrounding work from damage. B. Vacuum clean surfaces and damp clean. C. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness tolerances. 3.03 INSTALLATION -GENERAL A. Install tile and grout in accordance with applicable requirements of ANSI A108.1 through Al 08.13, manufacturer's instructions, and The Tile Council of North America Handbook recommendations. B. Lay tile to pattern indicated. Do not interrupt tile pattern through openings. C. Cut and fit tile to penetrations through tile, leaving sealantjoint space. Form corners and bases neatly. Align floorjoints. D. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess mortar, or excess grout. E. Form internal angles square and external corners with rounded metal trim, unless otherwise indicated. F. Install non-ceramic trim in accordance with manufacturer's instructions. G. Sound tile after setting. Replace hollow sounding units. H. Keep expansion joints free of adhesive or grout. Apply sealant to joints. I. Allow tile to set for a minimum of 48 hours prior to grouting. J. Grout tile joints. Use standard grout unless otherwise indicated. K. Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes. Waterloo Center for the Arts Project# 17113 09 30 00 2018 Toilet Room Renovation TILING Waterloo, Iowa Page 2 of 4 Page 187 of 513 3.04 INSTALLATION - FLOORS -THIN-SET METHODS A. Floor Tile: Over interior concrete substrates, install in accordance with TCA Handbook Method F113, latex-portland cement bond coats, except with urethane grout, unless otherwise indicated. 3.05 INSTALLATION -WALL TILE A. Over cementitious backer units on studs, install in accordance with The Tile Council of North America Handbook Method W244, thin-set with latex-Portland cement bond coat, except with urethane grout. B. Over interior concrete and masonry install in accordance with The Tile Council of North America Handbook Method W202, thin-set with latex-Portland cement bond coat, except with urethane grout. 3.06 CLEANING A. Clean tile and grout surfaces according to grout and tile manufacturer's instructions. 3.07 PROTECTION A. Do not permit traffic over finished floor surface for four(4) days after installation. END OF SECTION 12068/13009/13137 Waterloo Center for the Arts Project# 17113 09 30 00 2018 Toilet Room Renovation TILING Waterloo, Iowa Page 3 of 4 Page 188 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Waterloo Center for the Arts Project# 17113 09 30 00 2018 Toilet Room Renovation TILING Waterloo, Iowa Page 4 of 4 Page 189 of 513 SECTION 09 51 00 ACOUSTICAL CEILINGS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Suspended metal grid ceiling system, Acoustical units, and Trim and accessories. 1.02 ADMINISTRATIVE REQUIREMENTS A. Sequence work to ensure acoustical ceilings are not installed until dust generating activities have terminated, and overhead work is completed, tested, and approved. B. Do not install acoustical units until after interior wet work is dry. 1.03 SUBMITTALS A. Product Data: Provide data on suspension system components. B. Shop Drawings: Indicate grid layout and related dimensioning. C. Samples: Submit sample minimum 4 x 4 inches in size of acoustical units. D. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. Extra Acoustical Tiles: Quantity equal to five (5) percent of total of each type installed. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Acoustical Tiles: Provide the Basis of Design product listed or a product with equivalent performance, features, appearance, and warranty from one of the other listed manufacturers. 1. Armstrong World Industries: www.armstrong.com. Basis of Design 2. USG Interiors. 3. Celotex. 4. Substitutions: See Section 01 60 00- Product Requirements. 2.02 ACOUSTICAL UNITS A. Acoustical Panels: Acoustical membrane over mineral fiber, ASTM E1264 Type IV, Form 2, Pattern E, conforming to the following: 1. Size: 24 by 24 inches. 2. Thickness: 3/4 inches. 3. Composition: Wet felted. 4. Light Reflectance: 90 percent. 5. NRC Range: 0.70. 6. Edge: Square. 7. Surface Color: White. 8. Product: "Ultima" manufactured by Armstrong; or approved equivalent. 2.03 SUSPENSION SYSTEM(S) A. Suspension Systems- General: ASTM C 635; die cut and interlocking components, with stabilizer bars, clips, splices, perimeter moldings, and hold down clips as required. B. Exposed Suspension System: Formed steel, commercial quality cold rolled; intermediate-duty. 1. Profile: Tee; 15/16 inch wide face. 2. Conventional Suspension System: i. Product: "Prelude ML" manufactured by Armstrong World Industries; or approved equivalent. 3. Finish: Painted, white in color. 2.04 ACCESSORIES A. Support Channels and Hangers: Galvanized steel; size and type to suit application, seismic requirements, and ceiling system flatness requirement specified. Waterloo Center for the Arts Project# 17113 0951 00 2018 Toilet Room Renovation ACOUSTICAL CEILINGS Waterloo, Iowa Pae 1 of 2 Ne 190 of 513 B. Perimeter Moldings: Same material and finish as grid. 1. At Perimeter Walls: Provide L-shaped molding for mounting at same elevation as face of grid. C. Hanger Wire: ASTM A 641, zinc coated, 9 gage, soft-temper, galvanized. D. Touch-up Paint: Type and color to match acoustical and grid units. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that layout of hangers will not interfere with other work. 3.02 INSTALLATION -SUSPENSION SYSTEM A. Install suspension system in accordance with ASTM C 636, ASTM E 580, and manufacturer's instructions and as supplemented in this section. B. Rigidly secure system for maximum deflection of 1:360. C. Install after major above-ceiling work is complete. Coordinate the location of hangers with other work. D. Provide hanger clips during deck erection. Provide additional hangers and inserts as required. E. Hang suspension system independent of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of face plane of adjacent members. F. Support long span suspension system from walls, with no hanger wires. G. Where ducts or other equipment prevent the regular spacing of hangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. H. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. I. Support fixture loads using supplementary hangers located within 6 inches of each corner, or support components independently. J. Wall Perimeter Moldings: Install at intersection of ceiling and vertical surfaces and at junctions with other interruptions. 1. Use longest practical lengths. 2. Miter corners. 3.03 INSTALLATION -ACOUSTICAL UNITS A. Install acoustical units in accordance with manufacturer's instructions. B. Fit acoustical units in place, free from damaged edges or other defects detrimental to appearance and function. C. Fit border trim neatly against abutting surfaces. D. Install units after above-ceiling work is complete. E. Install acoustical units level, in uniform plane, and free from twist, warp and dents. F. Cutting Acoustical Units: 1. Make field cut edges of same profile as factory edges. 2. Paint exposed cut edges to match panel face. END OF SECTION...13100/13009/13137 Waterloo Center for the Arts Project# 17113 0951 00 2018 Toilet Room Renovation ACOUSTICAL CEILINGS Waterloo, Iowa Pae 2 of 2 Ne 191 of 513 SECTION 09 65 00 RESILIENT FLOORING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Resilient base. B. Installation accessories. 1.02 RELATED REQUIREMENTS A. Section 09 68 00 -Carpet Tile. 1.03 REFERENCE STANDARDS A. ASTM F1861 - Standard Specification for Resilient Wall Base; 2008 (Reapproved 2012). 1.04 SUBMITTALS A. See Section 01 30 00-Administrative Requirements, for submittal procedures. B. Product Data: Provide data on specified products, describing physical and performance characteristics; including sizes, patterns and colors available; and installation instructions. 1.05 FIELD CONDITIONS A. Maintain temperature in storage area between 55 degrees F and 90 degrees F. B. Store materials for not less than 48 hours prior to installation in area of installation at a temperature of 70 degrees F to achieve temperature stability. Thereafter, maintain conditions above 55 degrees F. PART 2 - PRODUCTS 2.01 RESILIENT BASE A. Resilient Base: ASTM F1861, Type TS rubber, vulcanized thermoset; top set Style B, Cove, and as follows: 1. Height: 4 inch. 2. Thickness: 0.125 inch thick. 3. Finish: Satin. 4. Length: Roll. 5. Colors: As indicated on Finish Schedule. 6. Accessories: Premolded external corners and end stops. 7. Manufacturers: a.Burke Flooring: www.burkemercer.com. b.Johnsonite; Product"Traditional": www.mohnsonite.com. Basis of Design c.Roppe Corp: www.roppe.com. d.Substitutions: See Section 01 60 00- Product Requirements. 2.03 ACCESSORIES A. Primers, Adhesives, and Seaming Materials: Waterproof; types recommended by flooring manufacturer. B. Filler for Coved Base: Plastic. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are dust-free, and are ready to receive resilient base. 3.02 PREPARATION A. Remove existing resilient flooring and flooring adhesives; follow the recommendations of RFCI Recommended Work Practices for Removal of Resilient Floor Coverings. Waterloo Center for the Arts Project# 17113 09 65 00 2018 Toilet Room Renovation RESILIENT FLOORING Waterloo, Iowa Page 1 of 2 Page 192 of 513 B. Clean substrate. C. Apply primer as required to prevent"bleed-through" or interference with adhesion by substances that cannot be removed. 3.03 INSTALLATION A. Starting installation constitutes acceptance of sub-floor conditions. B. Install in accordance with manufacturer's instructions. C. Spread only enough adhesive to permit installation of materials before initial set. D. Fit joints tightly. 3.04 RESILIENT BASE A. Fit joints tightly and make vertical. Maintain minimum dimension of 18 inches between joints. B. Miter internal corners. At external corners, use premolded units. At exposed ends, use premolded units. C. Install base on solid backing. Bond tightly to wall and floor surfaces. D. Scribe and fit to door frames and other interruptions. 3.05 CLEANING A. Remove excess adhesive from floor, base, and wall surfaces without damage. B. Clean in accordance with manufacturer's instructions. END OF SECTION BSD/13009/13137 Waterloo Center for the Arts Project# 17113 09 65 00 2018 Toilet Room Renovation RESILIENT FLOORING Waterloo, Iowa Page 2 of 2 Page 193 of 513 SECTION 09 68 00 CARPET TILE PART 1 -GENERAL 1.01 SECTION INCLUDES A. Carpet tile, fully adhered. 1.02 REFERENCES A. CRI 104- Standard for Installation of Commercial Textile Floorcovering Materials; Carpet and Rug I nstitute. 1.03 RELATED SECTIONS A. Section 09 65 00 Resilient Flooring: Transitions and base 1.04 SUBMITTALS A. See Section 01 30 00-Administrative Requirements, for submittal procedures. B. Product Data: Provide data on specified products, describing physical and performance characteristics; sizes, patterns, colors available, and method of installation. C. Samples: Submit two carpet tiles illustrating color and pattern design for each carpet color selected. 1.05 ENVIRONMENTAL REQUIREMENTS A. Store materials in area of installation for minimum period of 24 hours prior to installation. 1.06 EXTRA MATERIALS A. See Section 01 60 00- Product Requirements, for additional provisions. B. Provide 5% of area installed of carpet tiles of each color and pattern selected. PART 2 - PRODUCTS 2.01 MATERIALS A. Carpet Tile: Textured and enhanced textured loop, manufactured in one color dye lot; conforming to the following criteria: 1. Tile Size: Manufacturer's standard modular. 2. Fiber: Nylon 6,6, solution and yarn dyed. 3. Color: See Interior Finish Schedule 4. Product: See Interior Finish Schedule 2.02 ACCESSORIES A. Sub-Floor Filler: White premix latex; type recommended by flooring material manufacturer. B. Tapered Edge Strips: Vinyl, color as selected, 2-inch minimum width. C. Adhesive: As recommended by manufacturer. Compatible with carpet material, releasable type. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that sub-floor surfaces are dust-free, and free of substances which would impair bonding of adhesive materials to sub-floor surfaces. Waterloo Center for the Arts Project# 17113 09 68 00 2018 Toilet Room Renovation CARPET TILE Waterloo, Iowa Page 1 of 2 Page 194 of 513 3.02 PREPARATION A. Remove sub-floor ridges and bumps. Fill minor or local low spots, cracks,joints, holes, and other defects with sub-floor filler. B. Apply, trowel, and float filler to achieve smooth, flat, hard surface. Prohibit traffic until filler is cured. C. Vacuum clean substrate. 3.03 INSTALLATION A. Install carpet tile in accordance with manufacturer's instructions and CRI 104. B. Install carpet in patterns noted on Interior Finish drawings. C. Blend carpet from different cartons to ensure minimal variation in color match. D. Cut carpet tile clean. Fit carpet tight to intersection with vertical surfaces without gaps. E. Lay carpet tile in pattern indicated, with pile direction alternating to next unit, set parallel to building lines. F. Locate change of color or pattern between rooms under door centerline. G. Fully adhere carpet tile to substrate. H. Trim carpet tile neatly at walls and around interruptions. I. Complete installation of edge strips, concealing exposed edges. 3.04 CLEANING A. Remove excess adhesive without damage, from floor, base, and wall surfaces. B. Clean and vacuum carpet surfaces. END OF SECTION ...13040/13009/17113 Waterloo Center for the Arts Project# 17113 09 68 00 2018 Toilet Room Renovation CARPET TILE Waterloo, Iowa Page 2 of 2 Page 195 of 513 SECTION 09 90 00 PAINTING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Painting of interior walls, ceilings, and doors. B. Painting of routed wall graphics. C. Transparent sealer on wood wall panels, custom wood casework D. For lacquer finish on mill finish steel see 05 70 00 1.02 RELATED REQUIREMENTS A. Section 081113- Hollow Metal Doors and Frames. B. Section 08 14 16— Flush Wood Doors C. Section 09 21 16—Gypsum Board Assemblies. D. Section 06 41 00—Architectural Woodwork E. Section 05 70 00 —Decorative Metal Fabrications 1.03 REFERENCE STANDARDS A. MPI (APL)- Master Painters Institute Approved Products List; Master Painters and Decorators Association; current edition, www.paintinfo.com. B. MPI (APSM)- Master Painters Institute Architectural Painting Specification Manual; Master Painters and Decorators Association; 2004. 1.04 SUBMITTALS A. Product Data: Provide complete list of all products to be used, with the following information: 1. Manufacturer's name, product name or catalog number, and general product category. 2. MPI product number(e.g. MPI #47). 3. Cross-reference to specified paint system(s) product is to be used in; include description of each system (copy of relevant MPI Manual page is acceptable). B. Samples: 1. Submit two cardboard "drawdown" samples, in manufacturer's standard size, illustrating colors specified for each finishing product. 2. Include samples of stenciled wall graphics on minimum 12-inch square painted cardboard, to illustrate colors, coverage, and line quality. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1.06 FIELD CONDITIONS A. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products from the same manufacturer to the greatest extent possible. Waterloo Center for the Arts Project# 17113 09 90 00 2018 Toilet Room Renovation PAINTING Waterloo, Iowa Page 1 of 5 Page 196 of 513 B. Paints: Acceptable manufacturers are limited to the following: 1. Benjamin Moore & Co: www.benjaminmoore.com. 2. Diamond Vogel: www.diamondvogel.com. 3. PPG Architectural Finishes, Inc: www.ppgaf.com. 4. Pratt& Lambert Paints: www.prattandlambert.com. 5. Sherwin Williams: www.sherwin-williams.com. 2.02 MATERIALS -GENERAL A. Volatile Organic Compound (VOC) Content: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. 40 CFR 59, Subpart D--National Volatile Organic Compound Emission Standards for Architectural Coatings. 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction. B. Paints and Coatings: Provide products listed in Master Painters Institute Approved Product List, current edition available at www.paintinfo.com, for specified MPI Categories, except as otherwise indicated. 1. Provide ready mixed paints and coatings, except field-catalyzed coatings. 2. Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. C. Patching Material: Latex filler. D. Stencils: Custom self-adhesive coated paper stencils with computer-controlled laser-cut images as shown on interior elevations. 2.03 PAINT SYSTEMS A. Provide Premium Grade systems (2 top coats)as defined in MPI Architectural Painting Specification Manual, except as otherwise indicated. B. Provide colors as scheduled on Drawings. 2.04 INTERIOR PAINT SYSTEMS A. Metal Substrates: 1. Applications include but are not limited to doors, trim, and metal fabrications. 2. INT 5.1S Institutional Low Odor/VOC: Rust Inhibitive Primer#107, Institutional Low Odor/VOC MPI #145, gloss level 3. B. Wood Doors: 1. Applications include but are not limited to flush paint grade wood doors. 2. INT 5.1S Institutional Low Odor/VOC: Institutional Low Odor/VOC MPI #145, gloss level 3. C. Gypsum Board: 1. Applications include but are not limited to walls, ceilings, soffits, and bulkheads. 2. Typical Walls and Bulkheads]: INT 9.2M Institutional Low Odor/VOC: Latex Primer Sealer MPI #149, Institutional Low Odor/VOC MPI #145, eggshell gloss level. PART 3 - EXECUTION 3.01 SCOPE -SURFACES TO BE FINISHED A. Paint all exposed surfaces except where indicated not to be painted or to remain natural; the term "exposed" includes areas visible through permanent and built-in fixtures when they are in place. Waterloo Center for the Arts Project# 17113 09 90 00 2018 Toilet Room Renovation PAINTING Waterloo, Iowa Page 2 of 5 Page 197 of 513 B. Paint the surfaces described in PART 2, indicated on the Drawings, and as follows: 1. If a surface, material, or item is not specifically mentioned, paint in the same manner as similar surfaces, materials, or items, regardless of whether colors are indicated or not. 2. Paint surfaces behind movable equipment and furnishings the same as similar exposed surfaces. 3. Paint surfaces to be concealed behind permanently installed fixtures, equipment, and furnishings, using primer only, prior to installation of the permanent item. C. Do Not Paint or Finish the Following Items: 1. Items fully factory-finished unless specifically noted; factory-primed items are not considered factory-finished. 2. Items indicated to receive other finish. 3. Items indicated to remain naturally finished. 4. Fire rating labels, equipment serial number and capacity labels, and operating parts of equipment. 3.02 EXAMINATION A. Verify that surfaces are ready to receive Work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Test shop-applied primer for compatibility with subsequent cover materials; report incompatible primer conditions and submit recommended changes for Architect's approval. D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Plaster and Gypsum Board: 12 percent. 2. Interior Wood: 15 percent, measured in accordance with ASTM D 4442. 3.03 PREPARATION A. Prepare surfaces as specified in MPI Architectural Painting Specification Manual and as follows for the applicable surface and coating; if multiple preparation treatments are specified, use as many as necessary for best results; where the Manual references external standards for preparation (e.g. SSPC standards), prepare as specified in those standards; comply with coating manufacturer's specific preparation methods or treatments, if any. B. Coordinate painting work with cleaning and preparation work so that dust and other contaminants do not fall on newly painted, wet surfaces. C. Surface Appurtenances: Prior to preparing surfaces or finishing, remove electrical plates, hardware, light fixtures, light fixture trim, escutcheons, machined surfaces, fittings, and similar items already installed that are not to be painted. 1. If removal is impractical or impossible because of the size or weight of the item, provide surface-applied protection before preparation and finishing. 2. After completing painting in each space or area, reinstall items removed using workers skilled in the trades involved. D. Surfaces: Correct defects and clean surfaces which affect work of this section. Remove or repair existing coatings that exhibit surface defects. E. Impervious Surfaces: Remove mildew by scrubbing with solution of tetra-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. F. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair. G. Shop-Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. 3.04 APPLICATION Waterloo Center for the Arts Project# 17113 09 90 00 2018 Toilet Room Renovation PAINTING Waterloo, Iowa Page 3 of 5 Page 198 of 513 A. Apply products in accordance with manufacturer's instructions and as specified or recommended by MPI Manual, using the preparation, products, sheens, textures, and colors as indicated. 1. Remove, refinish, or repaint work not complying with requirements. B. Do not apply finishes over dirt, rust, scale, grease, moisture, scuffed surfaces, or other conditions detrimental to formation of a durable coating film; do not apply finishes to surfaces that are not dry. C. Use applicators and methods best suited for substrate and type of material being applied and according to manufacturer's instructions. 1. Brush Application: Use brushes best suited for the type of material applied; use brush of appropriate size for the surface or item being painted; produce results free of visible brush marks. 2. Roller Application: Use rollers of carpet, velvet back, or high-pile sheep's wool as recommended by manufacturer for material and texture required. 3. Spray Application: Use airless spray equipment with orifice size as recommended by manufacturer for material and texture required. 4. Where application method is listed in the MPI Manual for the paint system that application method is required; otherwise any application method recommended by manufacturer for material used and objects to be painted is acceptable. D. Stenciled Graphics: Apply stencils to thoroughly dry and clean painted surfaces. Apply graphic paints in one or more coats as required to provide solid, non-ghosting coats. E. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate; provide total dry film thickness of entire system as recommended by manufacturer. 1. Number of coats and film thickness required are the same regardless of application method. 2. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color, and appearance. 3. Give special attention to ensure edges, corners, crevices, welds, and exposed fasteners receive dry film thickness equivalent to that of flat surfaces. F. Apply finish to completely cover surfaces with uniform appearance without brush marks, runs, sags, laps, ropiness, holidays, spotting, cloudiness, or other surface imperfections. 1. Before applying finish coats, apply a prime coat of material recommended by manufacturer, unless the surface has been prime coated by others; where evidence of suction spots or unsealed areas in first coat appear, recoat primed and sealed surfaces to ensure finish coat with no burn through or other defects due to insufficient sealing. 2. Apply first coat to surface that has been cleaned, pretreated, or otherwise prepared as soon as practical after preparation and before subsequent surface deterioration. 3. Do not apply succeeding coats until the previous coat has cured as recommended by manufacturer. 4. Do not recoat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and application of another coat will not cause the undercoat to lift or lose adhesion. 5. If manufacturer's instructions recommend sanding to produce a smooth, even surface, sand between coats. 6. Before applying next coat vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. 7. Pigmented (Opaque) Finishes: Provide smooth, opaque surface of uniform finish, color, appearance, and coverage. 8. Finish: Roll and redistribute paint to even, fine texture; leave no evidence of rolling, such as laps, irregularity in texture, skid marks, or other surface imperfections; back roll final coat to achieve a uniform surface. 3.05 CLEANING AND PROTECTION A. At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from site. Waterloo Center for the Arts Project# 17113 09 90 00 2018 Toilet Room Renovation PAINTING Waterloo, Iowa Page 4 of 5 Page 199 of 513 B. Protect other work, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting as approved by Architect. C. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. Comply with procedures specified in MPI Manual. END OF SECTION Waterloo Center for the Arts Project# 17113 09 90 00 2018 Toilet Room Renovation PAINTING Waterloo, Iowa Page 5 of 5 Page 200 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Page 201 of 513 SECTION 10 21 13 PLASTIC TOILET COMPARTMENTS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Solid plastic toilet compartments. B. Urinal screens. 1.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Blocking and supports. B. Section 09 30 00 -Tiling. C. Section 10 28 00 -Toilet Accessories. 1.03 REFERENCE STANDARDS A. ASTM A666- Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2010. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate the work with placement of support framing and anchors in walls. 1.05 SUBMITTALS A. Shop Drawings: Indicate partition plan, elevation views, dimensions, details of wall supports, door swings. B. Product Data: Provide data on panel construction, hardware, and accessories. C. Samples for Verification: Submit section of panel to demonstrate color, edging, and texture. D. Samples: Submit two samples of partition panels, 4 x 4 inch in size illustrating panel finish, color, edge treatment, and sheen. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Plastic Toilet Compartments: Provide the Basis of Design product listed or a product with prior- approved color match, equivalent performance, features, appearance, and warranty from one of the other listed manufacturers. 1. Bradley Corp; www.bradleycorp.com. Basis of Design. 2. Subject to approval during the bidding period of custom or premium color to match specified color: a. Ampco Products, Inc: www.ampco.com. b. Bradley Corp; www.bradleVcorp.com. Basis of Design. c. General Partitions: www.Generalpartitions.com d. Metpar Corp: www.metpar.com e. Scranton Products (Santana/Comtec/Capital): www.scrantonproducts.com f. Substitutions: Section 01 60 00- Product Requirements. 2.02 COMPONENTS A. Toilet Compartments: Solid molded high density polyethylene (HDPE) plastic panels, doors, and pilasters, floor-mounted headrail-braced. 1. Fire hazard classification: Minimum of Class B flame spread/smoke developed rating, tested to ASTM E84. 2. Surface Texture: Manufacturer's standard orange peel texture. 3. Color: Bradley"Toffee" or prior-approved match from another listed manufacturer. B. Door and Panel Dimensions: 1. Thickness: 1 inch. 2. Door Width: 24 inch. 3. Door Width for Handicapped Use: 36 inch, out-swinging. 4. Height: 55 to 58 inch. 5. Thickness of Pilasters: 1 inch. Waterloo Center for the Arts Project# 17113 1021 13 2018 Toilet Room Renovation PLASTIC TOILET COMPARTMENTS Waterloo, Iowa Pae 1 of 2 Rage 202 of 513 C. Urinal Screens: 1. Custom height to match toilet partition height. 2. Wall mounted with continuous aluminum wall brackets. 2.03 ACCESSORIES A. Pilaster Shoes: Formed ASTM A666, Type 304 stainless steel with No. 4 finish, 3 in high, concealing floor fastenings. 1. Provide adjustment for floor variations with screw jack through steel saddles integral with pilaster. B. Head Rails: Hollow anodized aluminum tube, 1 x 1-5/8 inch size, with anti-grip strips and cast socket wall brackets. C. Wall and Pilaster Brackets: Continuous type, natural anodized aluminum. D. Attachments, Screws, and Bolts: Stainless steel, tamper proof type. E. Hardware: Satin stainless steel or aluminum: 1. Hinges: Integral hinge from door and pilaster material with exposed metal parts on interior of stall. 2. Door Latch: Slide type with exterior emergency access feature. 3. Door strike and keeper with rubber bumper; mounted on pilaster in alignment with door latch. 4. Coat hook with rubber bumper; one per compartment, mounted on door. 5. Provide door pulls for out-swinging doors. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as indicated on shop drawings. B. Verify correct spacing of and between plumbing fixtures. C. Verify correct location of built-in framing, anchorage, and bracing. 3.02 INSTALLATION A. Install partitions secure, rigid, plumb, and level in accordance with manufacturer's instructions. B. Maintain 3/8 to 1/2 inch space between wall and panels and between wall and end pilasters. C. Attach panel brackets securely to walls using anchor devices. D. Attach panels and pilasters to brackets. Locate head rail joints at pilaster center lines. 3.03 TOLERANCES A. Maximum Variation From True Position: 1/4 inch. B. Maximum Variation From Plumb: 1/8 inch. 3.04 ADJUSTING A. Adjust and align hardware to uniform clearance at vertical edge of doors, not exceeding 3/16 inch. B. Adjust hinges to position doors in partial opening position when unlatched. Return out-swinging doors to closed position. C. Adjust adjacent components for consistency of line or plane. END OF SECTION 11124/13009/17113 Waterloo Center for the Arts Project# 17113 1021 13 2018 Toilet Room Renovation PLASTIC TOILET COMPARTMENTS Waterloo, Iowa Pae 2 of 2 Rage 203 of 513 SECTION 10 26 00 WALL AND CORNER PROTECTION PART 1 - GENERAL 1.01 SECTION INCLUDES A. Corner guards. 1.02 RELATED REQUIREMENTS A. Section 09 21 16- Gypsum Board Assemblies: Wall substrate and trim accessories B. Section 09 90 00- Painting and Coating: Preparation and priming of substrate surfaces. 1.03 REFERENCE STANDARDS A. ASTM E 84- Standard Test Method for Surface Burning Characteristics of Building Materials; 2008. 1.04 SUBMITTALS A. See Section 01 30 00-Administrative Requirements, for submittal procedures. B. Product Data: Indicate physical dimensions, features, anchorage details, and rough-in measurements. C. Shop Drawings: Indicate wall elevations with seaming layout. D. Samples: Submit two samples of wall covering, 6 x 8 inch ( mm) in size illustrating color, finish, and texture. E. Maintenance Data: Submit data on cleaning, touch-up, and repair of covered surfaces. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the type of products specified in this section with minimum ten years of experience. B. Installer Qualifications: Company specializing in performing the type of work specified in this section with minimum five years of experience. 1.06 WARRANTY A. Provide 1 year manufacturer's written warranty against defects in material and workmanship. B. Provide 1 year installers warranty against delamination from substrate. 1.07 DELIVERY, STORAGE, AND HANDLING A. Inspect roll materials at arrival on site, to verify acceptability. B. Protect packaged adhesive from temperature cycling and cold temperatures. C. Do not store roll goods on end. D. All materials are to be stored lying flat, under cover and protected from the elements. E. Panels should be allowed to acclimate to room temperature (70°)for 48 hours prior to installation. 1.08 FIELD CONDITIONS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the adhesive or wall covering product manufacturer. B. Building should be fully enclosed prior to installation with sufficient heat (70°)and ventilation consistent with good working conditions for finish work C. Maintain these conditions 24 hours before, during, and after installation of adhesive and wall covering. Buena Vista Regional Medical Center Project#17113 10 26 00 2018 Toilet Room Renovation WALL AND CORNER PROTECTION Waterloo, Iowa Page 1 of 3 Page 204 of 513 D. Provide lighting level of 80 ft candles (860 Ix) measured mid-height at substrate surfaces. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Wall and Door Protection: 1. Construction Specialties, Inc: www.c-sgroup.com. 2. InPro Corporation: www.inprocorp.com. 3. Substitutions: See Section 01 60 00- Product Requirements. 2.02 COMPONENTS A. Surface Burning Characteristics: Provide assemblies with flame spread index of 25 or less and smoke developed index of 450 or less, when tested in accordance with ASTM E84. B. Corner Guards- Surface Mounted (Type CG1): Formed one-piece unit. 1. Material/Thickness: a. Type 304 stainless steel, No.4 finish, 16 gauge. 2. Size: 2 inch legs 3. Length: One piece, full-height unless otherwise indicated on Drawings. 4. Fabrication: All edges de-burred. 5. Mounting: Install with adhesive cement. 6. Product: "Acrovyn CO Series" manufactured by C/S Specialties; or approved equivalent. 2.03 ACCESSORIES A. Adhesive: as recommended by manufacturer B. Caulk: Caulk shall be of a matching solid color from manufacturer's standard selection. C. Substrate Primer and Sealer: Alkyd enamel type. 2.04 FABRICATION A. Fabricate components with tight joints, corners and seams. B. Pre-drill holes for attachment. C. Form end trim closure by capping and finishing smooth. PART 3- EXECUTION 3.01 EXAMINATION A. Verify that rough openings, concealed blocking and anchors are correctly sized and located. B. Verify that field measurements are as indicated on Drawings. C. Verify that substrate surfaces are prime painted and ready to receive work, and conform to requirements of the wall covering manufacturer. D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply wall coverings if moisture content of substrate exceeds level recommended by wall covering manufacturer. E. Verify flatness tolerance of surfaces does not vary more than 1/8 inch in 10 feet(3 mm in 3 m) nor vary at a rate greater than 1/16 inch/ft(1.5 mm/300 mm). 3.02 PREPARATION A. Wash impervious surfaces with tetra-sodium phosphate, rinse and neutralize; wipe dry. B. Surface Appurtenances: Remove electrical plates, hardware, light fixture trim, escutcheons, and fittings prior to preparing surfaces or finishing. C. Apply one coat of primer sealer to substrate surfaces. Allow to dry. Lightly sand smooth. D. Vacuum clean surfaces free of loose particles. E. Fill cracks in substrate and smooth irregularities with filler; sand smooth. F. Remove or mask electrical plates, hardware, light fixture trim, escutcheons and fittings prior to preparing surfaces or finishing. Buena Vista Regional Medical Center Project#17113 10 26 00 2018 Toilet Room Renovation WALL AND CORNER PROTECTION Waterloo, Iowa Page 2 of 3 Page 205 of 513 G. Correct defects and clean surfaces that affect work of this section. 3.03 INSTALLATION A. Install components in accordance with manufacturer's instructions, level and plumb, secured rigidly in position to wall framing members only. B. Install rigid vinyl wall sheets in accordance with manufacturer's instructions. 7. Apply adhesive to wall surface immediately prior to application of wall covering. Let contact adhesive set tack free. 8. Razor trim edges on flat work table. Do not razor cut on gypsum board surfaces. 9. Apply wall covering smooth, without wrinkles, gaps or overlaps. Eliminate air pockets and ensure full bond to substrate surface. Butt edges tightly. 10. Seal all joints between sheets in accordance with manufacturer's instructions and Section 07 92 00 using wet area sealant. 11. Install wall covering before installation of bases and items attached to or spaced slightly from wall surface. 12. Do not seam within 2 inches (50 mm)of internal corners or within 6 inches (150 mm) of external corners. 13. All moldings must provide for a minimum 1/8 inch expansion joint to insure proper installation 14. Install termination trim at top edges of protective wall protection panels. 15. Remove excess adhesive while wet from seam before proceeding to next wall protection sheet. Wipe clean with dry cloth. 3.04 TOLERANCES A. Maximum Variation from Required Height: 1/4 inch. B. Maximum Variation from Level or Plane for Visible Length: 1/4 inch. 3.05 CLEANING A. Clean components of excess adhesive, dust, dirt, and other contaminants. B. Reinstall wall plates and accessories removed prior to work of this section. C. Refer to manufacturer's specific cleaning recommendations. D. Do not use abrasive cleaners END OF SECTION ...130901313613033 Buena Vista Regional Medical Center Project#17113 10 26 00 2018 Toilet Room Renovation WALL AND CORNER PROTECTION Waterloo, Iowa Page 3 of 3 Page 206 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Page 207 of 513 SECTION 10 28 00 TOILET AND BATH ACCESSORIES PART 1 -GENERAL 1.01 SECTION INCLUDES A. Accessories for toilet rooms. 1.02 RELATED REQUIREMENTS A. Section 06 10 00- Rough Carpentry: Concealed blocking. B. Section 09 30 00-Tiling. C. Section 10 21 13- Plastic Toilet Compartments. D. Division 26— Electrical. 1.03 REFERENCE STANDARDS A. ASTM A 666- Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2003. B. ASTM B 456- Standard Specification for Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium; 2003. C. ASTM F 2285- Standard Consumer Safety Performance Specification for Diaper Changing Tables for Commercial Use; 2004. D. GSA CID A-A-3002 - Mirrors, Glass; U.S. General Services Administration; 1996. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with the placement of electrical connections, internal wall reinforcement, and toilet partitions to receive anchor attachments. 1.05 SUBMITTALS A. Product Data: Provide data on accessories describing size, finish, details of function and attachment methods. B. Manufacturer's Maintenance Instructions. 1.06 MOCKUPS A. Refer to Section 01 43 39 Mockup Requirements for whole room mockup requirements that will affect work of this Section. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Toilet Accessories: 1. A&J Washroom Accessories Inc: www.a'washroom.com. 2. American Specialties, Inc: www.americanspecialties.com. 3. Bradley Corporation: www.bradleycorp.com. 4. Bobrick: www.bobrick.com. 5. Electric Mirror; www.electricmirror.com. 6. Substitutions: Section 01 60 00- Product Requirements. Waterloo Center for the Arts Project# 17113 10 28 00 2018 Toilet Room Renovation TOILET AND BATH ACCESSORIES Waterloo, Iowa Page 1 of 4 Page 208 of 513 2.02 MATERIALS A. Accessories-General: Shop assembled, free of dents and scratches and packaged complete with anchors and fittings, steel anchor plates, adapters, and anchor components for installation. B. Keys: Provide keys for each lockable accessory; master key all lockable accessories. C. Stainless Steel Sheet: ASTM A 666, Type 304. D. Stainless Steel Tubing: ASTM A269/A269M, Type 304 or 316. E. Mirror Glass: Float glass, ASTM C1036 Type I, Class 1, Quality Q2, with silvering, protective and physical characteristics complying with ASTM C1503. F. Fasteners, Screws, and Bolts: Hot dip galvanized, tamper-proof, security type. 2.03 FINISHES A. Stainless Steel: No. 4 satin brushed finish, unless otherwise noted. B. Chrome/Nickel Plating: ASTM B 456, SC 2, satin finish, unless otherwise noted. C. Galvanizing for Items Other than Sheet: Comply with ASTM A 123/A 123M; galvanize ferrous metal and fastening devices. 2.04 TOILET ROOM ACCESSORIES A. Toilet Paper Dispensers: Cast aluminum double roll unit with theft resistant free-spinning spindles. Bobrick B-2740 or ASI 0264-1A. B. Sanitary Napkin Disposal Unit (back-to-back for pairs of women's stalls): Stainless steel, back- to-back partition mounting with adjustable flanges, self-closing door, locking bottom panel with full-length stainless steel piano-type hinge, removable receptacle. 1. Product: Bobrick B-354; American Specialties, Inc"Model 0472-1"; or equivalent. C. Sanitary Napkin Disposal Unit (for single stalls): Stainless steel, surface mounting, self-closing door, locking bottom panel with full-length stainless steel piano-type hinge, removable receptacle. 1. Product: Bobrick B-254; American Specialties, Inc"Model 0473-A"; or equivalent. D. Grab Bars: Stainless steel, 1-1/4 inches outside diameter, minimum 0.05 inch wall thickness, nonslip grasping surface finish, concealed flange mounting; 1-1/2 inches clearance between wall and inside of grab bar. 1. Lengths and Configurations: As indicated in drawings. 2. Product: Bobrick"B-5806"; American Specialties, Inc"Model 3700"; or equivalent. E. Liquid-Soap Dispenser-Countertop: Deck mounted 6-inch spout with 34 oz. polyethylene container, equal to Bobrick B-8226, or ASI 0332-D. F. Back lighted wall mirror with polished mirrored edges, safety mirror backing, and illuminated frosted light strip around perimeter. 1. Size: 18 x 44-inches. 2. Options: LED lighting. 3. Product: "Integrity Model" manufactured by Electric Mirror; www.electricmirror.com. G. Infant Changing Station: Wall-mounted folding diaper changing station for use in commercial toilet facilities, meeting or exceeding ASTM F 2285. 1. Style: Horizontal. 2. Material: 18 gauge stainless steel shell with anti-microbial polyethylene body. 3. Mounting: Surface. 4. Features: Pneumatic cylinder, concealed hinge, safety strap, bag hook, liner dispenser, 5. Manufacturers: a. Koala Kare Products KB110-SSWM: www.koalabear.com. b. Foundations 100-SSC-SM. www.foundations.com c. Bradley 962-11. www.bradleycorp.com. Waterloo Center for the Arts Project# 17113 10 28 00 2018 Toilet Room Renovation TOILET AND BATH ACCESSORIES Waterloo, Iowa Page 2 of 4 Page 209 of 513 H. Electric Hand Dryers—See electrical specifications. I. Substitutions: See Section 016000- Product Requirements. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify exact location of accessories for installation. C. Verify that field measurements are as indicated on drawings. D. See Section 06 10 00- Rough Carpentry for installation of blocking in walls. 3.02 PREPARATION A. Provide templates and rough-in measurements as required. 3.03 INSTALLATION A. Install accessories in accordance with manufacturers' instructions. B. Install salvaged existing accessories in accordance with manufacturers' instructions. Clean accessories and provide new fasteners as required for substrates encountered. C. Install plumb and level, securely and rigidly anchored to substrate. D. Mounting Heights and Locations: As required by accessibility regulations and as indicated on drawings. END OF SECTION 10133/13009/13137 Waterloo Center for the Arts Project# 17113 10 28 00 2018 Toilet Room Renovation TOILET AND BATH ACCESSORIES Waterloo, Iowa Page 3 of 4 Page 210 of 513 THIS PAGE IS INTENTIONALLY LEFT BLANK Page 211 of 513 SECTION 22 0050 BASIC PLUMBING REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Basic Plumbing Requirements specifically applicable to Mechanical Division Specification Sections. B. Division 22 Specification requirements also include, by reference, all Division 00 and 01 specification sections. This contractor is responsible to review these specification sections. Requirements of these specification sections are included as a part of this contract. 1.02 OWNER OCCUPANCY A. The owner will occupy the premises during the construction period. B. Limit use of site and premises to allow owner occupancy. C. Cooperate with the owner to minimize conflict and to facilitate owner's operations. D. Schedule the work to accommodate this requirement. 1.03 REGULATORY REQUIREMENTS A. This contractor shall give proper authorities all requisite notices relating to work in his charge, obtain official permits, licenses for temporary construction and pay proper fees for it. B. This contractor is to be solely answerable for and shall promptly make good all damage, injury or delay to other contractors, to neighboring premises or to persons or property of the public by himself, by his employees or through any operation under his charge, whether in the contract or extra work. C. No attempt has been made to reproduce in these specifications any of the rules or regulations contained in city, state or federal ordinances and codes pertaining to the work covered by these specifications that the contractor be thoroughly familiar with all such ordinances and codes. D. The fact that said various rules, regulations and ordinances are not repeated in this specification does not relieve the contractor of the responsibility of making the entire installation in accordance with the requirement of those authorities having jurisdiction. E. All work shall comply with the applicable recommendations of: 1. The National Board of Fire Underwriters 2. The American Gas Association 3. The National Fire Protection Association (NFPA) 4. The Occupations Safety and Health Act(OSHA) 5. Current IBC Building Code 6. Current applicable city building codes. F. Mechanical: Conform to current mechanical code. G. Plumbing: Conform to current plumbing code. H. Obtain permits and request inspections from authority having jurisdiction. I. Safe Drinking Water Act and Senate Bill S.3874:All products must meet the lead-free requirements of the SDWA and NSF/ANSI 372 certification. 1.04 PROJECT/SITE CONDITIONS A. Install work in locations shown on the drawings unless prevented by project conditions. B. Prepare drawings showing proposed rearrangement of work to meet project conditions, including changes to work specified in other sections. Obtain permission of owner and architect/engineer before proceeding. Waterloo Center for the Arts Project#17113 220050 Toilet Room Renovation 2018 BASIC PLUMBING REQUIREMENTS Waterloo, Iowa Page 1 of 8 Page 212 of 513 C. This contractor, before submitting his bid, shall visit the site of the project to familiarize himself with locations and conditions affecting his work. D. It is the intent of this specification that the contractor furnishes all labor and material required completing the installation as outlined in the drawings and specifications. No additions to the contract price shall be allowed due to the failure of this contractor to properly evaluate the effect of existing conditions on the work to be done under this contract. E. Whenever renovation or remodeling or relocation of existing equipment is included in the contract, it is imperative that all locations of existing piping, ductwork, equipment, services and grades be noted on the job site before bid is submitted and that all elevations and grades be verified before roughing in new work. F. This contractor shall provide holes as necessary for the installation of his work and in accordance with other specification sections in materials other than the structure. 1.05 SEQUENCING AND SCHEDULING A. This contractor shall arrange his work in order that it progresses along with the general construction of the building. B. This contractor shall be kept informed as to the work of other trades engaged in the project and shall execute his work in such a manner so as not to delay or interfere with progress of other contractors. C. Where space for mechanical and electrical lines and piping is limited, it is imperative that all such trades coordinate their work so as to insure concealment in space provided. Where conflict exists, the engineer shall decide priority of space. If work is not properly coordinated, the engineer may require removal and relocation of work without additional compensation. 1.06 GUARANTEE A. This contractor shall guarantee all of the apparatus, materials, equipment furnished and labor installed under this contract for a period of one year after date of final acceptance, unless a longer period is specified. B. Neither final certificate of payment nor any provisions in the contract documents nor partial or complete occupancy of premises by owner shall constitute an acceptance for work not done in accordance with contract documents or relieve the contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. C. Should any defects arise as the result of defective workmanship or material within the guarantee period set forth, this contractor shall make the necessary correction at his own expense. 1.07 ENGINEER APPROVED EQUAL PRODUCTS A. When the engineer, at the request of the interested parties, including the contractor, supplier and manufacturer approved "engineer approved equal' products for this project, such products are approved on the assumption that they will equal or exceed the performance of the products specified. B. If such products do not do so after being installed on this project, this contractor shall replace or modify the particular product as necessary to equal the performance of the products specified at no expense to the owner, architect or engineer. C. Request for"engineer approved equal" products shall be received by the architect/engineer prior to the last addendum being issued. Requests for substitutions received after this date will not be considered. Substitution requests shall clearly state which products are being considered for substitution. Substitution requests shall include all pertinent product information needed to evaluate the substitution as an "equal". Waterloo Center for the Arts Project#17113 220050 Toilet Room Renovation 2018 BASIC PLUMBING REQUIREMENTS Waterloo, Iowa Page 2 of 8 Page 213 of 513 D. Similar products shall be all of the same manufacturers and style. There is no exception to this unless prior approval has been granted from engineer. 1.08 OWNER'S RIGHT OF SALVAGE A. Before beginning construction, this contractor shall check and verify with the owner each item of existing equipment that must be removed. B. The owner will designate which items of material or equipment not reused that he may wish to keep. This contractor shall then remove these items with care and store in a location designated by the owner for the owner's disposal. C. All other items of equipment to be removed and not specified for reuse in new construction or reserved by the owner for his use shall become the property of the contractor and shall be removed from site. 1.09 PROTECTION AND MAINTENANCE A. Where necessary to connect to any existing utility service, this contractor shall contact the owner and shall coordinate any building service connection with the owner so that normal operation to the building is disrupted as little as possible. B. Any work to be done in existing structures shall be coordinated with the owner and arrangements made so that traffic flow may be maintained and areas finished where possible before other areas are begun. C. This contractor shall protect existing equipment in finished areas from dirt, dust and damage as a result of his work. D. Coordinate protection requirements with department heads before beginning construction. E. Protect any building openings from unauthorized entry. Coordinate with owner where building entry must be controlled. 1.10 DEMOLITION A. This contractor shall be responsible for the demolition and removal of all existing mechanical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be relocated". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. 4. All elements to be removed are subject to the Owner's Right of Salvage. B. Preserve services to the existing facility. Extend/reroute/reconnect existing systems as required providing for the continued function of these systems. 1.11 CUTTING AND PATCHING A. This contractor shall do all cutting and patching necessary for the installation of his work in all existing and new buildings unless otherwise noted. B. This contractor shall arrange for openings in the building as required for the installation of equipment furnished under this contract. C. Where sewers must be extended or changed, patching with concrete will be done in the building. Patching shall be at both the top and bottom of sleeves where above grade. D. In areas where the integrity of new or existing fire separation assembly/wall is compromised by the work, contractor shall be responsible to patch and/or seal openings as necessary to maintain/return fire separation to rating as required by applicable codes. E. This contractor shall do all cutting and patching required for his work beyond the remodeled areas unless otherwise noted. All finish work shall include patching to match existing adjacent surfaces. Painting shall be by others. Waterloo Center for the Arts Project#17113 220050 Toilet Room Renovation 2018 BASIC PLUMBING REQUIREMENTS Waterloo, Iowa Page 3 of 8 Page 214 of 513 1.12 CLEANING AND RUBBISH A. This contractor shall upon completion of his work, remove all rubbish and debris resulting from his operation and shall remove it from site at his own expense. B. In so far as his work is concerned, all equipment shall be cleaned and the premises left in first class condition. C. This contractor shall maintain the work area each day to prevent hazardous accumulation of waste from his work. 1.13 SEALING AND PENETRATION A. Clearance around the piping passing through fire or smoke rated construction shall be sealed to maintain the rated integrity of the construction (1 hr. 2 hrs. etc.). One and two-hour rated assemblies are to be patched on both sides of the assembly. B. This contractor shall verify rating and location of all such construction with the architectural drawings and seal all penetrations. C. Manufacturer offering products to comply with the requirements include the following: 1. Dow Corning "Silicone RTV Foam" 2. 3-M Corporation "Fire Barrier Caulk and Putty" 3. Thomas & Betts "Flame Safe Fire Stop System" D. Installation of these products to be in strict accordance with manufacturer's recommendations and architectural specification sections or equivalent fire stopping architectural specification section. E. This contractor shall submit shop drawings showing approved sealing assemblies to be utilized on this project. 1.14 ELECTRICAL CONNECTIONS A. This contractor shall turn over all magnetic starters, thermal protective switches and speed changing switches furnished under this contract for all motor driven equipment to the electrical contractor who will install such starters and switches and wire them to their respective motors as a part of the electrical contract. 1.15 HAZARDOUS MATERIALS A. If the contractor stores any hazardous solvents or other materials on the site, he shall obtain copies of the safety data sheets for the materials and post them on the site. He shall inform the owner and all employed of any potential exposure to this material. B. At no time shall any product containing asbestos be incorporated into the work. 1. If asbestos materials are encountered, report to the owner. The owner will be responsible for asbestos removal. 1.16 RECORD DRAWINGS A. This contractor shall provide, at the conclusion of the project, one clean, non-torn, neat, and legible "as-built" set of drawings to the owner. These drawings shall show the routing of pipes, ductwork and equipment drawn in at scaled locations. All dimensions indicated shall be referenced to a column line. A set of construction blue prints will be furnished for this work. B. All mechanical systems installed shall be shown on the "as-built"drawings. C. Refer to respective architectural specification section for additional information. D. This contractor shall update these drawings during the project at least every week. Waterloo Center for the Arts Project#17113 220050 Toilet Room Renovation 2018 BASIC PLUMBING REQUIREMENTS Waterloo, Iowa Page 4 of 8 Page 215 of 513 1.17 REVIEW OF MATERIALS A. This contractor shall submit to the engineer for review one (1) electronic copy of a brochure giving a complete list of materials and equipment he proposes to furnish. The brochure shall contain complete information as to the make of equipment, type, size, capacities, dimensions and illustration. One of the returned copies shall be kept on the job at all times. B. Checking of submittal drawings by the engineer does not relieve the contractor of the responsibility for the accuracy of such drawings and for their conformity to drawings and specifications unless he notifies engineer in writing of such deviation at time such drawings are furnished. C. All submittals shall have the date marked on them when the contractor receives them from the supplier. Submittals shall be submitted through the contractor and shall not come direct from the supplier to the architect or engineer. D. This contractor shall mark the date and sign each set that he has checked each of them in their entirety before submitting to the engineer. Submittals that are not dated and signed by the contractor will not be accepted, or checked and will be marked "resubmit" and sent back to the contractor. 1.18 TEST OF SYSTEMS A. This contractor shall, before concealed, test all systems installed under this contract as called for in these specifications and as required by local codes. Tests shall be made in the presence of the engineer, local authorities or their duly authorized representative. Any defects discovered in testing shall be corrected and the tests repeated until all defects are eliminated. B. This contractor shall be held responsible for all damage resulting from defects in the system. C. At the conclusion of construction (before any covering up, painting or finishing) each element of the system shall be thoroughly tested against leakage with appropriate pressure tests as outlined herein and in appropriate sections of the specifications. All testing shall be hydrostatic unless permission is granted otherwise. 1. Water: 100 psi maintained 8 hours 2. SanitarySewer: 10 foot hydrostatic D. Fluid lines other than the above 1.5 times operating with a minimum pressure of 60 psig. E. No covering or backfilling of sewer lines shall be done until inspected by the architect or local inspector. Test T's shall be provided on all waste and vent stacks 4'-6"above each floor as required for testing the plumbing system. F. After completion of installation, the systems shall be given tests under full operating conditions and pressures and all adjustments shall be made to make the system operative as required. All safety devices shall be tested for correct operation. 1.19 SCOPE OF WORK A. All work shall be performed by well-qualified and licensed mechanics with a thorough knowledge of the various systems involved in this building. It shall be this contractor's responsibility to see that his mechanics are familiar with all the various codes and tests applicable to this work. B. All equipment shall be new and of the type as specified by the engineer unless otherwise noted in these specifications or on the drawings to remain and or be reused. C. The intent of the drawings and specifications is for complete installation of the systems outlined in the drawings and specifications so that at the conclusion of construction the system will be turned over to the owner complete and ready for safe and efficient operation. Waterloo Center for the Arts Project#17113 220050 Toilet Room Renovation 2018 BASIC PLUMBING REQUIREMENTS Waterloo, Iowa Page 5 of 8 Page 216 of 513 D. This contractor shall be required to furnish and install all such items normally included on systems of this type, which, while not mentioned directly herein or on the drawings are obviously essential to the installation and operation of the system and which are normally furnished on quality installation of this type. The drawings and specifications cannot deal individually with the many minute items that may be required by the nature of the systems. E. If there is a discrepancy between the drawings and the specifications or within either document, the more stringent requirement shall be estimated unless brought to the engineer's attention and an addendum is issued for clarification. 1.20 VERIFICATION OF ELEVATION OF EXISTING LINES A. This contractor, before starting any new work, shall verify the elevations of all existing piping to which he must connect under this contract. He shall report any discrepancies between drawing elevations and actual elevations to the engineer before proceeding with the work. Failure of the contractor to do so shall make him liable for the cost of extra work involved. 1.21 DAILY HOUSEKEEPING A. At the end of each working day, this contractor shall remove all of his debris, rubbish, tools and surplus materials from the project work area. The work area shall be broom clean and left in a neat and orderly condition. The contractor for the removal of debris from the project shall not use the owner's waste disposal facility. B. At end of construction, all equipment shall be cleaned and the premises left in first class condition as far as this contractor's work is concerned. 1.22 OWNER'S RIGHT OF WORK CESSATION A. The owner reserves the right to order an immediate cessation of the work without giving advance notice. 1.23 CLEANING OF MECHANICAL SYSTEMS A. The mechanical contractor shall clean and passivate all plumbing systems. Flush systems with water until free from all sand, grit, gravel, oil, etc. Provide Babcock/Wilcox Millipore and biological testing on the flush water. The flush will be considered a success when the water exiting the system contains less than 100 ppb of total suspended solids and less than 100 RLUs. B. Where connections are made to existing piping systems, this contractor shall provide isolation valves, threaded tees, etc., as required to facilitate the cleaning and testing of all new piping. C. This contractor shall thoroughly clean all rust, grease, plaster, cement, etc., from all equipment and piping furnished and installed by him as required to leave surfaces suitable for finish painting. D. This contractor shall keep all pipes, traps, waste lines, ducts, etc., plugged, drained or otherwise protected during construction. All items of mechanical equipment shall be suitably protected and upon completion of project shall be equal to new condition. 1.24 TRENCHING AND BACKFILLING A. Each contractor is responsible for their own individual trenching and backfilling unless otherwise noted in the drawings or addendum. B. All underground utilities, piping, etc shall be located exactly before digging. This contractor shall be held responsible for all damages caused by failure to do so. C. Any backfill shall be tamped and compacted to prevent future settling. The backfill shall be installed to a smooth and level grade and installed in accordance with local codes. D. All excess dirt shall be cleared from the area and disposed of as directed by the owner. Waterloo Center for the Arts Project#17113 220050 Toilet Room Renovation 2018 BASIC PLUMBING REQUIREMENTS Waterloo, Iowa Page 6 of 8 Page 217 of 513 E. Refer to architectural specification sections for additional requirements. 1.25 ALTERNATES A. Refer to General Specification Sections for alternate bid description. 1.26 DIGITAL MEDIA AGREEMENT A. Computer Aided Drafting (CAD)documents may be available to the contractor for some uses. Contact the engineer prior to bidding to determine what information is available to be transmitted to the contractor in digital form. B. When documents are determined to be available, and as requested by the contractor, they will be transmitted upon the completion and execution of the MODUS digital media agreement. A service fee for each document transmitted will be assessed to the contractor. Documents will be transmitted upon payment receipt. Current service fee is $100.00 per CAD sheet. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 220050 Toilet Room Renovation 2018 BASIC PLUMBING REQUIREMENTS Waterloo, Iowa Page 7 of 8 Page 218 of 513 Waterloo Center for the Arts Project#17113 220050 Toilet Room Renovation 2018 BASIC PLUMBING REQUIREMENTS Waterloo, Iowa Page 8 of 8 Page 219 of 513 SECTION 22 0080 PLUMBING SCHEDULE OF VALUES PART 1 GENERAL 1.01 FORM COMPLETION A. The successful mechanical contractor shall complete this form in its entirety within 30 days of receipt of the signed contract from the general contractor, and submit directly to MODUS. B. This information is confidential and will not be disclosed to any individual outside of MODUS. Data collected will be used in evaluating pay applications. 1.02 OVERALL CONTRACT Basic Plumbing Bid $ Add or deduct accepted alternates, negotiated changes, or $ other modifications to the contract Total Plumbing Bid $ 1.03 SCHEDULE OF VALUES Domestic Plumbing Insulation - Material $ Domestic Plumbing Piping- Material $ Plumbing Fixtures - Material $ Plumbing Installation - Labor $ Plumbing Insulation- Material and Labor $ Total Plumbing Bid (Sum of Schedule of Values) $ PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 220080 Toilet Room Renovation 2018 PLUMBING SCHEDULE OF VALUES Waterloo, Iowa Page 1 of 2 Page 220 of 513 Waterloo Center for the Arts Project#17113 220080 Toilet Room Renovation 2018 PLUMBING SCHEDULE OF VALUES Waterloo, Iowa Page 2 of 2 Page 221 of 513 SECTION 22 0090 MINOR PLUMBING DEMOLITION FOR REMODELING PART 1 GENERAL 1.01 SECTION INCLUDES A. The requirements of the Contract Forms, the Conditions of the Contract, Division 1 - General Requirements and Specification Section 22 0050 - Basic Mechanical Requirements "General Provisions" apply to this section. 1.02 SCOPE A. This contractor shall be responsible for the demolition and removal of all existing mechanical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be relocated". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. B. Preserve services to the existing facility. Extend, reroute, and reconnect existing systems as required providing for the continued function of these systems. C. This contractor shall be responsible for the cutting and capping of all existing gas, water, sewer, and any other utility service. D. Demolition shall be accomplished by the proper tools and equipment for the work to be removed. Personnel shall be experienced and qualified in the type of work to be performed. E. This contractor shall remove all abandon equipment, piping, ductwork, supports, equipment curbs, and bases associated with the remodeled areas unless noted otherwise. F. This contractor is responsible to provide temporary plumbing protection during this project. 1.03 MATERIALS A. All elements to be removed are subject to the Owner's Right of Salvage. B. All materials removed shall be the property of the removing contractor and shall be removed from the site by him, unless otherwise specified. C. The owner may designate and have salvage rights to any material herein demolished by this contractor. The contractor shall coordinate with the owner prior to start of demolition. 1.04 WORK BY OTHERS A. Unless specifically noted under other contracts, this mechanical contractor shall assume he will perform all required work. In general, the following will be performed by others: 1. The electrical contractor will disconnect all electrical service and remove conduit back to behind finished surfaces, close and cap ends of conduits. 1.05 EXISTING CONDITIONS A. If any piping serving existing fixtures or equipment(that are to remain)are disturbed by operations under this contract, this contractor shall provide pipe and insulation required to re-establish continuity of such piping systems. B. This contractor shall arrange for the general contractor to repair and patch all construction with material necessary to match surrounding due to the removal of equipment, piping, and ductwork. C. This contractor shall furnish all required labor and material, where required, to extend new work to connect to similar work for extension of existing systems. Waterloo Center for the Arts Project#17113 220090 Toilet Room Renovation 2018 MINOR PLUMBING DEMOLITION FOR REMODELING Waterloo, Iowa Page 1 of 2 Page 222 of 513 D. Demolition drawings are based on casual field observation and existing record documents. Report discrepancies to the owner before disturbing existing installation. Beginning of demolition means installer accepts existing conditions. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 220090 Toilet Room Renovation 2018 MINOR PLUMBING DEMOLITION FOR REMODELING Waterloo, Iowa Page 2 of 2 Page 223 of 513 SECTION 22 0529 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT PART 1 GENERAL 1.01 SECTION INCLUDES A. Pipe hangers and supports. B. Accessories. C. Flashing. D. Sleeves. 1.02 RELATED SECTIONS A. Specification Section 22 1116 - Domestic Water Piping 1.03 REFERENCES A. ASME B31.9- Building Services Piping. B. ASTM F708- Design and Installation of Rigid Pipe Hangers. C. MSS SP58- Pipe Hangers and Supports- Materials, Design and Manufacturer. D. MSS SP69- Pipe Hangers and Supports- Selection and Application. E. MSS SP89- Pipe Hangers and Supports- Fabrication and Installation Practices. 1.04 SUBMITTALS A. Product Data: Provide manufacturers catalog data including load capacity. B. Design Data: Indicate load carrying capacity of trapeze, multiple pipe, and riser support hangers. C. Manufacturer's Installation Instructions: Indicate special procedures and assembly of components. 1.05 REGULATORY REQUIREMENTS A. Conform to applicable code for support of piping. PART 2 PRODUCTS 2.01 PIPE HANGERS AND SUPPORTS A. Manufacturers: 1. Anvil International 2. Tolco/Cooper B-Line 3. Engineer approved equal. B. Plumbing Piping - Drain, Waste and Vent: 1. Conform to ASME B31.9; ASTM F708 2. Hangers for Pipe Sizes 1/2 Inch to 1-1/2 Inch: Carbon steel adjustable swivel, split ring. Figure 104. 3. Hangers for Pipe Sizes 2 Inches and Over: Carbon steel, adjustable, clevis. Anvil International Figure 260. 4. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 5. Wall Support for Pipe Sizes to 3 Inches: Cast iron bracket. Anvil International Figure 213. 6. Wall Support for Pipe Sizes 4 Inches and Over: Welded steel bracket and wrought steel clamp. Anvil International Figure 195. 7. Vertical Support: Steel riser clamp. Anvil International Figure 261. 8. Floor Support: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. Anvil International Figure 264. Waterloo Center for the Arts Project#17113 220529 Toilet Room Renovation 2018 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Waterloo, Iowa Page 1 of 4 Page 224 of 513 9. Copper Pipe Support: Carbon steel ring, adjustable, and copper plated. Anvil International Figure 97. C. Plumbing Piping -Water: 1. Conform to ASME B31.9; ASTM F708. 2. Hangers for Pipe Sizes 1/2 Inch to 1-1/2 Inches: Carbon steel adjustable swivel, split ring. Anvil International Figure 104. 3. Hangers for Cold Pipe Sizes 2 Inch and Over: Carbon steel, adjustable, clevis. Anvil International Figure 260. 4. Hangers for Hot Pipe Sizes 2 Inch to 4 Inch: Carbon steel, adjustable, clevis. Anvil International Figure 260. 5. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 6. Wall Support for Pipe Sizes to 3 Inches: Cast iron bracket. Anvil International Figure 213. 7. Wall Support for Pipe Sizes 4 Inches Over: Welded steel bracket and wrought steel clamp. Anvil International Figure 195. 8. Vertical Support: Steel riser clamp. Anvil International Figure 261. 9. Floor Support for Cold Pipe: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. Anvil International Figure 264. 10. Floor Support for Hot Pipe Sizes to 4 Inches: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. Anvil International Figure 264. 11. Copper Pipe Support: Carbon steel ring, adjustable, copper plated. Anvil International Figure 97. 2.02 ACCESSORIES A. Hanger Rods: Mild steel threaded both ends, threaded one end or continuous threaded. 2.03 FLASHING A. Metal Flashing: 26 gauge galvanized steel. B. Metal Counter Flashing: 22 gauge galvanized steel. C. Flexible Flashing: 47 mil thick sheet butyl compatible with roofing. D. Caps: Steel, 22 gauge minimum; 16 gauge at fire resistant elements. 2.04 SLEEVES A. Sleeves for pipes through wall below grade shall be Schedule 40, two pipe diameters larger than pipe. Seal with Linkseal. B. Sleeves for pipes through non-fire rated floors shall be 18 gauge galvanized steel. C. Sleeves for pipes through non-fire rated beams, walls, footings, and potentially wet floors shall be Schedule 40 steel pipe or 18 gauge galvanized steel. D. Sleeves for pipes through fire rated and fire resistive floors and walls, and fire proofing to be a fire rated sleeve assembly including seals, UL listed. E. Stuffing and Firestopping Insulation: Fiberglass type, non-combustible per UL tested assembly type. F. Sealant Manufacturers: 1. Dow Corning Silicone RTV Foam. 2. 3-M Fire Barrier Caulk and Putty. 3. Thomas & Betts Flame Safe Fire Stop System. 4. Engineer approved equal. Waterloo Center for the Arts Project#17113 220529 Toilet Room Renovation 2018 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Waterloo, Iowa Page 2 of 4 Page 225 of 513 PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. 3.02 PIPE HANGERS AND SUPPORTS A. Support horizontal piping as scheduled. B. Install hangers to provide minimum 1/2 inch space between finished covering and adjacent work. C. Place hangers within 12 inch of each horizontal elbow. D. Use hangers with 1-1/2 inch minimum vertical adjustment. E. Support horizontal cast iron pipe adjacent to each hub with 5 foot maximum spacing between hangers. F. Support vertical piping at every floor. Support vertical cast iron pipe at each floor at hub. G. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers. H. Support riser piping independently of connected horizontal piping. I. Provide copper plated hangers and supports for copper piping. J. Design hangers for pipe movement without disengagement of supported pipe. K. Prime coat exposed steel hangers and supports. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. 3.03 FLASHING A. Provide flexible flashing and metal counter flashing where piping and ductwork penetrate weather or waterproofed walls, floors, and roofs. B. Flash vent and soil pipes projecting three inch (3") minimum above finished roof surface with 24"x 24"sheet size. Turn flanges back into wall and caulk, metal counterflash, and seal for pipes through outside walls. Refer to architectural drawings and specifications for additional information. C. Flash floor drains in floors with topping over finished areas with waterproof membrane ten inch (10") clear on sides with minimum 36"x 36"sheet size. Fasten flashing to drain clamp device. D. Seal floor, shower, and mop sink drains watertight to adjacent materials. 3.04 SLEEVES A. Set sleeves in position in formwork. Provide reinforcing around sleeves. B. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping. C. Extend sleeves through floor one inch above finished floor level. Caulk sleeves. D. Provide sleeves where piping penetrates floor, ceiling or wall fire rated assemblies. Close off space between pipe and adjacent work with fire stopping insulation and caulk. E. Provide close fitting metal collar or escutcheon covers at both sides of penetration. Install chrome plated steel escutcheons at finished surfaces and within cabinets. 3.05 SCHEDULES HANGER ROD MAX. HANGER SPACING DIAMETER Pipe Size Feet Inches Waterloo Center for the Arts Project#17113 220529 Toilet Room Renovation 2018 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Waterloo, Iowa Page 3 of 4 Page 226 of 513 1/2 to 1-1/4 6.5 3/8 1-1/2 to 2 10.0 3/8 2-1/2 to 3 10.0 1/2 4 to 6 10.0 5/8 PVC (all sizes) 6.0 3/8 C.I. Bell &Spigot(or No-Hub) 5.0 5/8 and at Joints END OF SECTION Waterloo Center for the Arts Project#17113 220529 Toilet Room Renovation 2018 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Waterloo, Iowa Page 4 of 4 Page 227 of 513 SECTION 22 0553 IDENTIFICATION FOR PLUMBING AND EQUIPMENT PART 1 GENERAL 1.01 SECTION INCLUDES A. Tags. B. Pipe markers. C. Labels. 1.02 REFERENCES A. ASME A13.1 - Scheme for the Identification of Piping Systems. 1.03 REGULATORY REQUIREMENTS A. Conform to NFPA 99 requirements for labeling and identification of medical gas piping systems and accessories. PART 2 PRODUCTS 2.01 TAGS A. Plastic Tags: Laminated three-layer plastic with engraved black letters on light contrasting background color. Tag size minimum 1-1/2 inch diameter. 2.02 PIPE MARKERS A. Color and Lettering: Conform to ASME A13.1. B. Plastic Tape Pipe Markers: Flexible, vinyl film tape with pressure sensitive adhesive backing and printed markings indicating flow direction arrow and identification of fluid being conveyed. 2.03 LABELS A. Description: Laminated Mylar, size 1.9"x 0.75" adhesive backed with printed identification. PART 3 EXECUTION 3.01 PREPARATION A. De-grease and clean surfaces to receive adhesive for identification materials. 3.02 INSTALLATION A. Install identifying devices after completion of coverings and painting. B. Install labels with sufficient adhesive to ensure permanent adhesion and seal with clear lacquer. Apply paint primer before applying labels for unfinished canvas covering. C. Identify valves in main and branch piping with tags. D. Identify piping, concealed or exposed with plastic tape pipe markers. Use tags on piping 3/4 inch diameter and smaller. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping. Locate identification not to exceed 20 foot on straight runs including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure and at each obstruction. Identify on both sides of any wall. E. Conform to owner's existing identification scheme. Verify with owner prior to bid. 3.03 SCHEDULES NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 220553 Toilet Room Renovation 2018 IDENTIFICATION FOR PLUMBING AND EQUIPMENT Waterloo, Iowa Page 1 of 2 Page 228 of 513 Waterloo Center for the Arts Project#17113 220553 Toilet Room Renovation 2018 IDENTIFICATION FOR PLUMBING AND EQUIPMENT Waterloo, Iowa Page 2 of 2 Page 229 of 513 SECTION 22 0719 DOMESTIC PLUMBING INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Fiberglass. B. Flexible elastomeric foam insulation. 1.02 RELATED SECTIONS A. Specification Section 22 0553 - Identification for Plumbing Piping and Equipment 1.03 REFERENCES A. ASTM A167- Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet and Strip. B. ASTM C449/C449M -Standard Specification for Mineral Fiber Hydraulic-Setting Thermal Insulating and Finishing Cement. C. ASTM C518-Standard Test Method for Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. D. ASTM C534-Standard Specification for Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form. E. ASTM C795-Standard Specification for Thermal Insulation for Use in Contact with Austenitic Stainless Steel. F. ASTM C921 -Standard Practice for Determining the Properties of Jacketing Materials for Thermal Insulation. G. ASTM D1056-Standard Specification for Flexible Cellular Materials- Sponge or Expanded Rubber. H. ASTM D1667-Standard Specification for Flexible Cellular Materials-Vinyl Chloride Polymers and Copolymers. I. ASTM D1784-Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. J. ASTM D2842-Standard Test Method for Water Absorption of Rigid Cellular Plastics. K. ASTM E84 -Standard Test Method for Surface Burning Characteristics of Building Materials. L. ASTM E96 -Standard Test Methods for Water Vapor Transmission of Materials. M. NAIMA National Insulation Standards. N. NFPA 255-Standard Method of Test of Surface Burning Characteristics of Building Materials. O. UL 723- Standard for Test for Surface Burning Characteristics of Building Materials. 1.04 SUBMITTALS A. Product Data: Provide product description, thermal characteristics, list of materials, and thickness for each service and location. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years experience. B. Applicator Qualifications: Company specializing in performing the work of this section with minimum three years experience. Waterloo Center for the Arts Project#17113 220719 Toilet Room Renovation 2018 DOMESTIC PLUMBING INSULATION Waterloo, Iowa Page 1 of 4 Page 230 of 513 1.06 REGULATORY REQUIREMENTS A. Conform to maximum flame spread/smoke developed rating of 25/50 in accordance with ASTM E84. 1.07 DELIVERY, STORAGE,AND PROTECTION A. Accept materials on site, labeled with manufacturer's identification, product density and thickness. 1.08 ENVIRONMENTAL REQUIREMENTS A. Maintain ambient conditions required by manufacturers of each product. B. Maintain temperature before, during, and after installation for minimum of 24 hours. PART 2 PRODUCTS 2.01 FIBERGLASS A. Manufacturers: 1. Johns Manville Micro-Lok HP 2. Owens Corning 3. Knauff 4. Engineer approved equal. B. Insulation: ASTM C547 rigid molded, noncombustible. C. "K"Value: ASTM C335, 0.25 at 75 deg F. D. Minimum Service Temperature: 0 deg F. E. Maximum Service Temperature: 800 deg F. F. Maximum Moisture Absorption: <5% by weight. G. Vapor Barrier Jacket: ASTM C1136, white Kraft paper with fiberglass yarn, bonded to aluminized film. H. Moisture Vapor Transmission: ASTM E96; 0.02 perm inches. I. Secure with self-sealing longitudinal laps and butt strips. J. Surface Burning: ASTM E84; Flame Spread-25, Smoke Developed-50 K. VOC Content: ASTM D5116; 0.15 g/I 2.02 FLEXIBLE ELASTOMERIC FOAM INSULATION A. Manufacturers: 1. Armacell: AP Armaflex 2. Aerocel 3. K-flex 4. Engineer approved equal. B. Insulation: ASTM C534 flexible cellular elastomeric molded sheet. C. "K"Value: ASTM C177 or C518; 0.27 at 75 deg F. D. Minimum Service Temperature: -40 deg F. E. Maximum Service Temperature: 220 deg F. F. Maximum Moisture Absorption: ASTM D1056, 5.0% by weight gain. G. Maximum Water Vapor Permeability: ASTM E96; 0.05 perm-in. H. Maximum Flame Spread: ASTM E84; 25 I. Maximum Smoke Developed: ASTM E84; 50 Waterloo Center for the Arts Project#17113 220719 Toilet Room Renovation 2018 DOMESTIC PLUMBING INSULATION Waterloo, Iowa Page 2 of 4 Page 231 of 513 J. Insulated Pipe Hangers: Provide insulation manufacturer's 360 degree insulated hanger with polyurethane inserts. Jacket shall be aluminum or PVC. Insulated hanger assembly shall provide continuous insulation at all pipe hanger locations. K. Elastomeric Foam Adhesive: 1. Manufacturers: a. Armstrong#BLV 520 b. Aeroflex c. Halstead/K-Flex d. Engineer approved equal. 2. Air-dried contact adhesive, compatible with insulation. 3. VOC Content: 0 g/L as calculated and reported by SCAQMD 1168. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that piping has been tested before applying insulation materials. B. Verify that surfaces are clean and dry with foreign material removed. 3.02 INSTALLATION A. Install materials in accordance with manufacturer's instructions. B. Exposed Piping: Locate insulation and cover seams in least visible locations. C. Insulated Dual Temperature Pipes or Cold Pipes Conveying Fluids Below Ambient Temperature: 1. Provide vapor barrier jackets, factory applied or field applied. 2. Insulate fittings,joints and valves with molded insulation of like material and thickness as adjacent pipe. 3. Provide PVC fitting covers. 4. Continue insulation through walls (unless in firewall sleeves), pipe hangers and other pipe penetrations. 5. Insulate entire system including fittings, valves, unions, flanges, strainers, flexible connections, pump bodies, and expansion joints. 6. Vapor seal insulation ends every 20 feet. D. Insulated Pipes Conveying Fluids Above Ambient Temperature: 1. Provide standard jackets with vapor barrier, factory applied. 2. Insulate fittings,joints and valves with insulation of like material and thickness as adjoining pipe. 3. Provide PVC fitting covers. 4. Continue insulation through walls (unless in firewall sleeves) pipe hangers and other pipe penetrations. E. Inserts and Shields: 1. Manufacturers: a. Jeff Company/Buckaroo b. Cooper/Eaton c. TPS d. Engineer approved equal. 2. Shields: Galvanized saddle with flared edges between pipe hangers or pipe hanger rolls and inserts. 3. Insert Location: Between support shield and piping and under the vapor barrier and finish jacket. Waterloo Center for the Arts Project#17113 220719 Toilet Room Renovation 2018 DOMESTIC PLUMBING INSULATION Waterloo, Iowa Page 3 of 4 Page 232 of 513 4. Insert Configuration: Minimum six inch (6") long of same thickness and contour as adjoining insulation; may be factory fabricated. 5. Insert Type: a. Fiberglass Insulation: 360 degree calcium silicate or phenolic foam cylindrical insert capable of supporting piping system. Pre-fabricated, insulated and jacketed supports are acceptable. Blocks, plugs or wood material are not acceptable. b. Flexible Elastomeric Foam Insulation: Pre-fabricated 360 degree insulated pipe hanger with polyurethane inserts (Armacell "Armafix" or equal). Match thickness of pipe insulation. Hanger shall have PVC or aluminum jacket. Provide friction tape on inside of pipe clamp/support to avoid slipping. F. Insulation shall be continuous at all hangers. Hanger shall not be in direct contact with pipe. 3.03 TOLERANCE A. Substituted insulation materials shall provide thermal resistance within 10% at normal conditions, as materials indicate. 3.04 SCHEDULE FIBERGLASS INSULATION PIPING SYSTEMS: PIPE SIZE THICKNESS Plumbing Systems: Domestic Hot Water and Re-Circulation Less than 1.5" 1" Domestic Hot Water and Re-Circulation 1.5" and Larger 1.5" Plumbing Vents within 10'of Exterior: All 1" Domestic Cold Water All 1" FLEXIBLE ELASTOMERIC FOAM INSULATION PIPING SYSTEMS: PIPE SIZE THICKNESS Plumbing Systems: Domestic Hot Water and Re-Circulation: Less than 1.5" 1" Domestic Hot Water and Re-Circulation: 1.5" and Larger 1.5 Domestic Cold Water: All 3/4" NOTE: PIPING INSTALLED WITHIN WALLS SHALL BE INSULATED WITH FLEXIBLE ELASTOMETRIC FOAM INSULATION (INCLUDING PEX). END OF SECTION Waterloo Center for the Arts Project#17113 220719 Toilet Room Renovation 2018 DOMESTIC PLUMBING INSULATION Waterloo, Iowa Page 4 of 4 Page 233 of 513 SECTION 22 1116 DOMESTIC PLUMBING PIPING PART 1 GENERAL 1.01 SECTION INCLUDES A. Sanitary sewer piping (below grade). B. Sanitary sewer piping (above grade). C. Water piping (above grade). D. Water piping (press fittings) E. Ball valves. F. Pipe accessories. 1.02 RELATED SECTIONS A. Specification Section 22 0553 - Identification for Plumbing Piping and Equipment 1.03 REFERENCES A. ASME B31.1 - Power Piping. B. ASME B31.9- Building Service Piping. C. ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and 800. D. ASME B16.3- Malleable Iron Threaded Fittings. E. ASME B16.4- Cast Iron Threaded Fittings Class 125 and 250. F. ASME 1316.18- Cast Bronze Solder- Joint Pressure Fittings. G. ASME B16.22-Wrought Copper and Bronze Solder-Joint Pressure Fittings. H. ASME B16.23- Cast Copper Alloy Solder-Joint Drainage Fittings—DWV I. ASME B16.26- Cast Bronze Fittings for Flared Copper Tubes. J. ASME B16.29-Wrought Copper and Wrought Copper Alloy Solder-Joint Drainage Fittings- DWV. K. ASME B16.32- Cast Copper Alloy Solder-Joint Fittings for Solvent Drainage Systems. L. ASTM A47 - Ferritic Malleable Iron Castings. M. ASTM A74 -Cast Iron Soil Pipe and Fittings. N. ASTM A234- Pipe Fittings of Wrought Copper Steel and Alloy Steel for Moderate and Elevated Temperatures. O. ASTM B32 -Solder Metal. P. ASTM B42 -Seamless Copper Pipe. Q. ASTM B75-Seamless Copper Tube. R. ASTM B88 -Seamless Copper Water Tube. S. ASTM B251 -Wrought Seamless Copper and Copper-Alloy Tube. T. ASTM B302-Threadless Copper Pipe (TP). U. ASTM B306- Copper Drainage Tube (DWV). V. ASTM C564- Rubber Gaskets for Cast Iron Soil Pipe and Fittings. W. ASTM D1785- Poly Vinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80 and 120. Waterloo Center for the Arts Project#17113 221116 Toilet Room Renovation 2018 DOMESTIC PLUMBING PIPING Waterloo, Iowa Page 1 of 6 Page 234 of 513 X. ASTM D2683-Socket type Polyethylene fillings for outside diameter controlled polyethylene pipe. Y. AWS A5.8- Brazing Filler Metal. Z. AWWA C651 - Disinfecting Water Mains. AA. CISPI 301 - Cast Iron Soil Pipe and Fittings for Hubless Cast Iron Sanitary Systems. AB. CISPI 310-Joints for Hubless Cast Iron Sanitary Systems. AC. NSF/ANSI 61 - Drinking Water System Components- Health Effects. AD. NSF/ANSI 372- Drinking Water System Components- Lead Content. 1.04 SUBMITTALS A. Product Data: Provide data on pipe materials, pipe fittings, valves and accessories. Provide manufacturers catalog information. Indicate valve data and ratings. 1.05 PROJECT RECORD DOCUMENTS A. Record actual locations of valves. 1.06 OPERATION AND MAINTENANCE DATA A. Maintenance Data: Include installation instructions, spare parts list and exploded assembly views. 1.07 QUALITY ASSURANCE A. Perform work in accordance with the State of Iowa. B. Valves: Manufacturer's name and pressure rating marked on valve body. C. Identify pipe with marking including size, material classification, specification, potable water certification and water pressure rating. D. Maintain one copy of each document on site. E. All cast iron soil pipe and fittings shall be marked with the collective trademark of the Cast Iron Soil Pipe Institute or be prior approved by engineer. F. All cast iron soil pipe and fittings shall be installed according to the latest edition of the Cast Iron Soil Pipe and Fittings Handbook. 1.08 REGULATORY REQUIREMENTS A. Perform work in accordance with local jurisdiction plumbing code. B. Conform to applicable code for installation of back flow prevention devices. C. Wetted surfaces of brass and bronze components shall contain <0.25%weighted average lead content (lead free) as defined by NSF/ANSI Standards 61 and 372. 1.09 DELIVERY, STORAGE AND PROTECTION A. Deliver, store, protect and handle products to site. B. Accept valves on site in shipping containers with labeling in place. Inspect for damage. C. Provide temporary protective coating on cast iron and steel valves. D. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work and isolating parts of completed system. 1.10 ENVIRONMENTAL REQUIREMENTS A. Do not install underground piping when bedding is wet or frozen. Waterloo Center for the Arts Project#17113 221116 Toilet Room Renovation 2018 DOMESTIC PLUMBING PIPING Waterloo, Iowa Page 2 of 6 Page 235 of 513 PART2 PRODUCTS 2.01 SANITARY SEWER PIPING (BELOW GRADE) A. Cast Iron Pipe: 1. ASTM A74 service weight. 2. Fittings: Cast iron. 3. Joints: ASTM C564, neoprene gasket system. 4. Minimum Size: Three inches. 5. All cast iron soil pipe and fittings shall be marked with the collective trademark of the Cast Iron Soil Pipe Institute or be prior approved by engineer. 2.02 SANITARY SEWER PIPING (ABOVE GRADE) A. Cast Iron Pipe: 1. CISPI 301 hubless service weight three inch (3")and larger. 2. Fittings: Cast iron. 3. Joints: Neoprene gaskets and stainless steel clamp-and-shield assemblies conforming to CISPI 310. 4. All cast iron soil pipe and fittings shall be marked with the collective trademark of the Cast Iron Soil Pipe Institute or be prior approved by engineer. B. Cast Iron Pipe: 1. ASTM A74, service weight. 2. Fittings: Cast iron. 3. Joints: ASTM C564, neoprene gasket system. 4. All cast iron soil pipe and fittings shall be marked with the collective trademark of the Cast Iron Soil Pipe Institute or be prior approved by engineer. C. Copper Tube: 1. ASTM B306, type#M. 2. Fittings: ASME B16.29 wrought copper. 3. Joints: ASTM B32 solder Grade 50B. D. Copper Pipe: 1. ASTM B42. 2. Fittings: ASME B16.29 wrought copper. 3. Joints: ASTM B32 solder Grade 50B. 2.03 WATER PIPING (ABOVE GRADE) A. Copper Tubing: 1. ASTM B88, type#L hard drawn. 2. Fittings: ASME B16.22, wrought copper and bronze. 3. Joints: ASTM B32, solder, Grade 95TA. B. Cross-Linked Polyethylene (PEX) (Up to 2") 1. ASTM F876, SDR 9 polyethylene PEX-a tubing a. Rated for continuous operation by the Plastic Pipe Institute (PPI) at the following conditions: 160 psi @ 73.4 deg F, 100 psi @ 180 deg F, 80 psi @ 200 deg F. b. Oxygen barrier shall limit oxygen diffusion through the piping to a maximum of 0.32 mg/(m2*day) at a water temperature of 104 deg F. c. Minimum bend radius for cold bending of the pipe shall not be greater than 6 times the outside diameter of the pipe. Provide bend supports supplied by the tubing manufacturer for all bends with a radius tighter than this requirement. Waterloo Center for the Arts Project#17113 221116 Toilet Room Renovation 2018 DOMESTIC PLUMBING PIPING Waterloo, Iowa Page 3 of 6 Page 236 of 513 d. Plenum Rating: Pipe shall not exceed a maximum flame spread/smoke emission rating of 25/50 in compliance ASTM E84. Provide metal shields clipped to bottom side of piping or fully insulate piping as necessary to meet this requirement. e. Fittings: ASTM F2080 or ASTM F1960 cold-expansion, compression sleeve fittings. Provide specific fitting types as required to maintain warranty of piping manufacturer. 2. Manufacturer shall provide components of the buried/embedded PEX tubing system including all plastic piping, fittings, manifolds, supports, and any other ancillary items required for a complete installation. 3. Warranty: Plastic piping shall carry a 25-year non-prorated warranty against failure due to defect in material and workmanship. Manifolds, headers, thermostats, actuators, and other ancillary components shall be warranted for 12 months from date of substantial completion. 2.04 WATER PIPING (PRESS FITTINGS) A. Manufacturers: 1. Viega (Propress) 2. Nibco 3. Engineer approved equal. B. Material: 1. Tubing Standard: a. Copper tubing shall conform to ASTM B75 or ASTM B88. 2. Fitting Standard: a. Copper fittings shall conform to ASME B16.18, ASME B16.22 or ASME B16.26 3. Press Fitting: a. Copper and copper alloy press fittings shall conform to material requirements of ASME B16.18 or ASME B16.22 and performance criteria of IAPMO PS 117. Sealing elements for press fittings shall be EPDM. Sealing elements shall be factory installed and of the same manufacturer. 2.05 BALL VALVES A. Up To and Including 2 Inches: Bronze full port, two piece body, stainless steel ball and stem. Teflon seats and stuffing box ring, lever handle, solder or threaded ends. 1. Manufacturer: a. Apollo#77LF b. Watts#B-6080-SS c. Milwaukee d. Engineer approved equal. 2.06 PIPE ACCESSORIES A. Fittings: 1. All fittings shall be of the same material as the pipe. Material joining the fitting to the pipe shall be free from cracks and shall adhere tightly to each joining surface. 2. All fittings shall be capped with a plug of the same material as the pipe, and gasketed with the same gasket material as the pipe joint or be of material approved by the engineer. The plug shall be able to withstand all test pressures involved without leakage. PART 3 EXECUTION 3.01 PREPARATION A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe. B. Remove scale and dirt, on inside and outside, before assembly. C. Prepare piping connections to equipment with flanges or unions. Waterloo Center for the Arts Project#17113 221116 Toilet Room Renovation 2018 DOMESTIC PLUMBING PIPING Waterloo, Iowa Page 4 of 6 Page 237 of 513 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Provide non-conducting dielectric connections wherever jointing dissimilar metals. C. Route piping in orderly manner and maintain gradient. Route parallel and perpendicular to walls. D. Install piping to conserve building space and not interfere with use of space. E. Group piping whenever practical at common elevations. F. Install piping to allow for expansion and contraction without stressing pipe,joints or connected equipment. G. Provide clearance in hangers and from structure and other equipment for installation of insulation and access to valves and fittings. H. Provide access where valves and fittings are not exposed. Coordinate size and location of access doors. I. Where pipe support members are welded to structural building frame, scrape, brush clean and apply one coat of zinc rich primer to welding. J. Prepare exposed, unfinished pipe, fittings, supports and accessories not pre-finished, ready for finish painting. K. Install bell and spigot pipe with bell end upstream. L. Install valves with stems upright or horizontal, not inverted. M. Install water piping to ASME B31.9. N. Sleeve pipes passing through partitions, walls and floors. O. Clean out all sanitary sewers to remove any debris prior to substantial completion. P. All cast iron soil pipe shall be installed in accordance with cast iron soil pipe institute handbook (latest edition). Q. All cast iron soil pipe shall be marked with the trademark of the soil pipe institute. 3.03 PRESS FITTING INSTALLATION A. The installing contractor shall examine the copper tubing and fittings for defects, sand holes or cracks. There shall be no defects of the tubing or fittings. Any damaged tubing or fittings shall be rejected. B. The installing contractor shall insure that sealing elements are properly in place and free from damage. For sizes 2-1/2"to 4", installer should insure that the stainless steel grip ring is in place. C. Copper tubing shall be cut with a wheeled tubing cutter or approved copper tubing cutting tool. The tubing shall be cut square to permit proper joining with the fittings. D. Remove scale, slag, dirt, and debris from inside and outside of tubing and fittings before assembly. The tubing end shall be wiped clean and dry. The burrs on the tubing shall be reamed with a deburring or reaming tool. E. Press connections: Copper and copper alloy press connections shall be made in accordance with the manufacturer's installation instructions. The tubing shall be fully inserted into the fitting and the tubing marked at the shoulder of the fittings. The fitting alignment shall be checked against the mark on the tubing to assure the tubing is fully engaged (inserted) in the fitting. The joints shall be pressed using the tools approved by the manufacturer. Waterloo Center for the Arts Project#17113 221116 Toilet Room Renovation 2018 DOMESTIC PLUMBING PIPING Waterloo, Iowa Page 5 of 6 Page 238 of 513 3.04 APPLICATION A. Install unions downstream of valves and at equipment or apparatus connections. B. Install brass male adapters each side of valves in copper piped system. Solder adapters to pipe. 3.05 ERECTION TOLERANCES A. Establish invert elevations, slopes for drainage to 1/8 inch per foot 1% minimum. Maintain gradients. B. Slope water piping minimum 0.25% and arrange to drain at low points. 3.06 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Prior to starting work, verify system is complete, flush and clean. B. The plumbing contractor is to make sure sanitary sewer lines are running smooth by running a snake through the sanitary sewer lines prior turning the facility over to the owner. C. Ensure pH of water to be treated is between 7.4 and 7.6 by adding alkali (caustic soda or soda ash)or acid (hydrochloric). D. Inject disinfectant, free chlorine in liquid, powder or tablet form throughout system to obtain 50-to 80 mg/L residual. E. Bleed water from outlets to ensure distribution and test for disinfectant residual at minimum 15% of outlets. F. Maintain disinfectant in system for 24 hours. G. If final disinfectant residual tests less than 25 mg/L, repeat treatment. H. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L. I. Take samples no sooner than 24 hours after flushing from 10% of outlets and from water entry and analyze in accordance with AWWA C651. Submit written report to owner. 3.07 TESTING A. Upon completion of a section or of the entire hot and cold water supply system, it shall be tested and proved tight under a water pressure not less than the working pressure under which it is to be used. B. The water used for tests shall be obtained from a potable source of supply C. Except for plastic piping, a 50 psi air pressure shall be permitted to be substituted for the water test. D. In either method of test, the piping shall withstand the test without leaking for a period of not less than 15 minutes. 3.08 UTILITY CONNECTIONS A. Connect to existing utility services as shown on the drawings or as required by site conditions. B. Before running any new sewer piping, verify elevations where connections are to be made and layout the new sewer. If grades do not allow connection, verify with architect or engineer what procedures to use. C. Use caution on sewer extensions so that grades do not become to shallow. 3.09 SCHEDULES A. See the drawings. END OF SECTION Waterloo Center for the Arts Project#17113 221116 Toilet Room Renovation 2018 DOMESTIC PLUMBING PIPING Waterloo, Iowa Page 6 of 6 Page 239 of 513 SECTION 22 1119 DOMESTIC PLUMBING SPECIALTIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Floor drain. B. Clean out. C. Water hammer arrestor. 1.02 RELATED SECTIONS A. Specification Section 22 1116 - Domestic Plumbing Piping B. Specification Section 22 4000 - Plumbing Fixtures 1.03 REFERENCES A. ASME Al 13.6.3; Floor and Trench Drains B. ASSE 1010-01; Water Hammer Arrestors. C. PDI WH-201 -Water Hammer Arrestors. D. NSF/ANSI 61 - Drinking Water System Components- Health Effects. E. NSF/ANSI 372- Drinking Water System Components- Lead Content. 1.04 SUBMITTALS A. Product Data: Provide component sizes, rough-in requirements, service sizes and finishes. B. Shop Drawings: Indicate dimensions, weights and placement of openings and holes. C. Manufacturer's Instructions: Indicate assembly and support requirements. D. Project Record Documents: Record actual locations of equipment, clean out, backflow preventers, water hammer arrestors. E. Operation Data: Indicate frequency of treatment required for interceptors. F. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years experience. 1.06 DELIVERY, STORAGE AND PROTECTION A. Accept specialties on site in original factory packaging. Inspect for damage. 1.07 REGULATORY REQUIREMENTS A. Wetted surfaces of brass and bronze components shall contain <0.25%weighted average lead content (lead free) as defined by NSF/ANSI Standards 61 and 372. PART 2 PRODUCTS 2.01 FLOOR DRAIN (FD-1) A. Manufacturers: 1. Watts#FD-100 2. Smith 3. Zurn 4. Josam 5. Wade 6. Sun Drainage Waterloo Center for the Arts Project#17113 221119 Toilet Room Renovation 2018 DOMESTIC PLUMBING SPECIALTIES Waterloo, Iowa Page 1 of 4 Page 240 of 513 7. Engineer approved equal. B. Assembly: ASME Al 12.6.3. C. Epoxy coated cast iron floor drain with anchor flange, reversible clamping collar with primary and secondary weepholes and adjustable strainer. D. Accessories: 1. Provide with membrane clamp on all floor drains installed above slab ongrade. 2. Provide with strainer extension to accommodate thick fills as required. E. Strainer: Six inch (6") square nickel bronze strainer. F. Contractor shall select outlet type. G. Outlet size: As noted on drawings. 2.02 CLEAN OUT A. Manufacturers: 1. Watts 2. Smith 3. Josam 4. Wade 5. Engineer approved equal. B. Interior Finished Sub or On Grade Floors: 1. Watts#CO-200-R 2. Lacquered cast iron bodies with integral anchor flange, neoprene "0" ring secondary test seal and adjustable combined access cover and plug with gasket seal. Nickel-bronze scoriated cover in service area and round with depressed cover to accept floor finish in finished floor areas. C. Interior Finished Membrane Floor Areas: 1. Watts#CO-200-C-R 2. Lacquered cast iron, two piece body with double drainage flange, weep holes, reversible clamping collar and adjustable nickel-bronze strainer round with scoriated cover in service areas and round with depressed cover to accept floor finish in finished floor areas. D. Interior Finished Wall Areas: 1. Watts#CO-380-RD 2. Line type with lacquered cast iron body and round epoxy coated gasket cover and round stainless steel access cover secured with machine screw. E. Interior Unfinished Accessible Areas: Caulked or threaded type. Provide bolted stack clean out on vertical rainwater leaders and on horizontal accessible pipes. F. Cleanout size shall be equal to pipe size up to 4 inches. 2.03 WATER HAMMER ARRESTOR A. Manufacturers: 1. Zurn "Shoktro"#Z-1700 2. Sioux Chief 3. Engineer approved equal. B. ANSI Al 12.26.1; sized in accordance with PDI WH-201 pre-charged suitable for operation in temperature range of-100 deg to 250 deg F and maximum 350 psig working pressure. Waterloo Center for the Arts Project#17113 221119 Toilet Room Renovation 2018 DOMESTIC PLUMBING SPECIALTIES Waterloo, Iowa Page 2 of 4 Page 241 of 513 PART 3 EXECUTION 3.01 PREPARATION A. Coordinate cutting and forming of roof and floor construction to receive drains to require invert elevations. Waterloo Center for the Arts Project#17113 221119 Toilet Room Renovation 2018 DOMESTIC PLUMBING SPECIALTIES Waterloo, Iowa Page 3 of 4 Page 242 of 513 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Extend clean out to finished floor or wall surface. Lubricate threaded clean out plugs with mixture of graphite and linseed oil. Ensure clearance at clean out for rodding of drainage system. Coordinate all cleanout locations with the architect. C. Furnish and install cleanouts at locations as specified and required by local plumbing code. D. Install floor clean out at elevation to accommodate finished floor. E. Install approved potable water protection devices on plumbing lines where contamination of domestic water may occur. F. Install air chambers on hot and cold water supply piping to each fixture or group of fixtures. Fabricate same size as supply pipe or 3/4 inch minimum and minimum 18 inch long. G. Provide floor drains installed above slab on-grade with membrane clamp and 3'x 3' vinyl membrane. Membrane is by the mechanical contractor. H. Coordinate all floor drain locations with associated equipment. END OF SECTION Waterloo Center for the Arts Project#17113 221119 Toilet Room Renovation 2018 DOMESTIC PLUMBING SPECIALTIES Waterloo, Iowa Page 4 of 4 Page 243 of 513 SECTION 22 4000 PLUMBING FIXTURES PART 1 GENERAL 1.01 SECTION INCLUDES A. See plumbing fixture schedules on drawings. 1.02 RELATED SECTIONS A. Specification Section 22 0529 - Hangers and Supports for Plumbing Piping and Equipment B. Specification Section 22 1116 - Domestic Plumbing Piping C. Specification Section 22 1119 - Domestic Plumbing Specialties 1.03 REFERENCES A. ANSI Z358.1 - Emergency Eye Wash and Shower Equipment. B. ARI 1010- Drinking Fountains and Self-Contained Mechanically Refrigerated Drinking Water Coolers. C. ASME Al 12.6.1 -Supports for Off-the-Floor Plumbing Fixtures for Public Use. D. ASME Al 12.18.1 - Finished and Rough Brass Plumbing Fixture Fittings. E. ASME Al 12.19.2 -Vitreous China Plumbing Fixtures. F. ASME Al 12.19.3-Stainless Steel Plumbing Fixtures (Designed for Residential Use). G. ASME Al 12.19.4- Porcelain Enameled Formed Steel Plumbing Fixtures. H. ASME Al 12.19.5-Trim for Water-Closet Bowls, Tanks, and Urinals. I. NFPA 70- National Electrical Code. J. NSF/ANSI 61 - Drinking Water System Components- Health Effects. K. NSF/ANSI 372- Drinking Water System Components- Lead Content. 1.04 SUBMITTALS A. Product Data: Provide catalog illustrations of fixtures, sizes, rough in dimensions, utility sizes, trim, and finish. B. Manufacturer's Instructions: Indicate installation methods and procedures. C. Maintenance Data: Include fixture trim exploded view and replacement parts lists. D. Warranty: Submit manufacturer's warranty and ensure forms have been completed in owner's name and registered with manufacturer. E. The mechanical contractor shall coordinate all fixtures with general construction and cabinetry prior to submitting for review. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years experience. 1.06 REGULATORY REQUIREMENTS A. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. B. Wetted surfaces of brass and bronze components shall contain <0.25% weighted average lead content (lead free) as defined by NSF/ANSI Standards 61 and 372. Waterloo Center for the Arts Project#17113 224000 Toilet Room Renovation 2018 PLUMBING FIXTURES Waterloo, Iowa Page 1 of 2 Page 244 of 513 1.07 DELIVERY, STORAGE,AND PROTECTION A. Accept fixtures on site in factory packaging. Inspect for damage. B. Protect installed fixtures from damage by securing areas and by leaving factory packaging in place to protect fixtures and prevent use. PART 2 PRODUCTS SEE PLUMBING FIXTURE SCHEDULE ON DRAWINGS PART 3 EXECUTION 3.01 EXAMINATION A. Verify that walls and floor finishes are prepared and ready for installation of fixtures. B. Verify that electric power is available and of the correct characteristics. C. Confirm that millwork is constructed with adequate provision for the installation of counter top lavatories and sinks prior to ordering. D. Confirm that hole drillings are of appropriate number and spacing for trim. 3.02 PREPARATION A. Rough-in fixture piping connections in accordance with minimum sizes indicated in fixture rough-in schedule for particular fixtures. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install each fixture with trap, easily removable for servicing and cleaning. C. Provide chrome plated rigid or flexible supplies to fixtures with 1/4 turn loose key stops, reducers and escutcheons. D. Install components level and plumb. E. Install and secure fixtures in place with wall supports or wall carriers and bolts. F. Seal fixtures to wall and floor surfaces with sealant. Color to match fixture. G. Solidly attach water closets to floor with lag screws. Flashing is not intended to hold fixture in place. H. Coordinate electronic faucet under deck mixing valve and control module installation such that they do not extend passed the footprint of the plumbing fixture. The control module shall be installed over the low voltage junction box. 3.04 INTERFACE WITH OTHER PRODUCTS A. Review millwork shop drawings. Confirm location and size of fixtures and openings before rough-in and installation. 3.05 ADJUSTING A. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise or overflow. 3.06 CLEANING A. Clean plumbing fixtures and equipment. END OF SECTION Waterloo Center for the Arts Project#17113 224000 Toilet Room Renovation 2018 PLUMBING FIXTURES Waterloo, Iowa Page 2 of 2 Page 245 of 513 SECTION 23 0050 BASIC HVAC REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Basic HVAC Requirements specifically applicable to Mechanical Division Specification Sections. B. Division 23 Specification requirements also include, by reference, all Division 00 and 01 specification sections. This contractor is responsible to review these specification sections. Requirements of these specification sections are included as a part of this contract. 1.02 OWNER OCCUPANCY A. The owner will occupy the premises during the construction period. B. Limit use of site and premises to allow owner occupancy. C. Cooperate with the owner to minimize conflict and to facilitate owner's operations. D. Schedule the work to accommodate this requirement. 1.03 REGULATORY REQUIREMENTS A. This contractor shall give proper authorities all requisite notices relating to work in his charge, obtain official permits, licenses for temporary construction and pay proper fees for it. B. This contractor is to be solely answerable for and shall promptly make good all damage, injury or delay to other contractors, to neighboring premises or to persons or property of the public by himself, by his employees or through any operation under his charge, whether in the contract or extra work. C. No attempt has been made to reproduce in these specifications any of the rules or regulations contained in city, state or federal ordinances and codes pertaining to the work covered by these specifications that the contractor be thoroughly familiar with all such ordinances and codes. D. The fact that said various rules, regulations and ordinances are not repeated in this specification does not relieve the contractor of the responsibility of making the entire installation in accordance with the requirement of those authorities having jurisdiction. E. All work shall comply with the applicable recommendations of: 1. The National Board of Fire Underwriters 2. American Gas Association 3. The National Fire Protection Association (NFPA) 4. The Occupations Safety and Health Act(OSHA) 5. Current IBC Building Code 6. Current applicable city building codes. F. Mechanical: Conform to current mechanical code. G. Plumbing: Conform to current plumbing code. H. Obtain permits and request inspections from authority having jurisdiction. 1.04 PROJECT/SITE CONDITIONS A. Install work in locations shown on the drawings unless prevented by project conditions. B. Prepare drawings showing proposed rearrangement of work to meet project conditions, including changes to work specified in other sections. Obtain permission of owner and architect/engineer before proceeding. C. This contractor, before submitting his bid, shall visit the site of the project to familiarize himself with locations and conditions affecting his work. Waterloo Center for the Arts Project#17113 230050 Toilet Room Renovation 2018 BASIC HVAC REQUIREMENTS Waterloo, Iowa Page 1 of 8 Page 246 of 513 D. It is the intent of this specification that the contractor furnishes all labor and material required completing the installation as outlined in the drawings and specifications. No additions to the contract price shall be allowed due to the failure of this contractor to properly evaluate the effect of existing conditions on the work to be done under this contract. E. Whenever renovation or remodeling or relocation of existing equipment is included in the contract, it is imperative that all locations of existing piping, ductwork, equipment, services and grades be noted on the job site before bid is submitted and that all elevations and grades be verified before roughing in new work. F. This contractor shall provide holes as necessary for the installation of his work and in accordance with other specification sections in materials other than the structure. 1.05 SEQUENCING AND SCHEDULING A. This contractor shall arrange his work in order that it progresses along with the general construction of the building. B. This contractor shall be kept informed as to the work of other trades engaged in the project and shall execute his work in such a manner so as not to delay or interfere with progress of other contractors. C. Where space for mechanical and electrical lines and piping is limited, it is imperative that all such trades coordinate their work so as to insure concealment in space provided. Where conflict exists, the engineer shall decide priority of space. If work is not properly coordinated, the engineer may require removal and relocation of work without additional compensation. 1.06 GUARANTEE A. This contractor shall guarantee all of the apparatus, materials, equipment furnished and labor installed under this contract for a period of one year after date of final acceptance, unless a longer period is specified. B. Neither final certificate of payment nor any provisions in the contract documents nor partial or complete occupancy of premises by owner shall constitute an acceptance for work not done in accordance with contract documents or relieve the contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. C. Should any defects arise as the result of defective workmanship or material within the guarantee period set forth, this contractor shall make the necessary correction at his own expense. 1.07 ENGINEER APPROVED EQUAL PRODUCTS A. When the engineer, at the request of the interested parties, including the contractor, supplier and manufacturer approved "engineer approved equal' products for this project, such products are approved on the assumption that they will equal or exceed the performance of the products specified. B. If such products do not do so after being installed on this project, this contractor shall replace or modify the particular product as necessary to equal the performance of the products specified at no expense to the owner, architect or engineer. C. Request for"engineer approved equal" products shall be received by the architect/engineer prior to the last addendum being issued. Requests for substitutions received after this date will not be considered. Substitution requests shall clearly state which products are being considered for substitution. Substitution requests shall include all pertinent product information needed to evaluate the substitution as an "equal". D. Similar products shall be all of the same manufacturers and style. There is no exception to this unless prior approval has been granted from engineer. Waterloo Center for the Arts Project#17113 230050 Toilet Room Renovation 2018 BASIC HVAC REQUIREMENTS Waterloo, Iowa Page 2 of 8 Page 247 of 513 1.08 OWNER'S RIGHT OF SALVAGE A. Before beginning construction, this contractor shall check and verify with the owner each item of existing equipment that must be removed. B. The owner will designate which items of material or equipment not reused that he may wish to keep. The contractor shall then remove these items with care and store in a location designated by the owner for the owner's disposal. C. All other items of equipment to be removed and not specified for reuse in new construction or reserved by the owner for his use shall become the property of the contractor and shall be removed from site. 1.09 PROTECTION AND MAINTENANCE A. Where necessary to connect to any existing utility service, this contractor shall contact the owner and shall coordinate any building service connection with the owner so that normal operation to the building is disrupted as little as possible. B. Any work to be done in existing structures shall be coordinated with the owner and arrangements made so that traffic flow may be maintained and areas finished where possible before other areas are begun. C. This contractor shall protect existing equipment in finished areas from dirt, dust and damage as a result of his work. D. Coordinate protection requirements with department heads before beginning construction. E. Protect any building openings from unauthorized entry. Coordinate with owner where building entry must be controlled. 1.10 DEMOLITION A. This contractor shall be responsible for the demolition and removal of all existing mechanical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be relocated". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. 4. All elements to be removed are subject to the Owner's Right of Salvage. B. Preserve services to the existing facility. Extend/reroute/reconnect existing systems as required providing for the continued function of these systems. 1.11 TEMPORARY HEATING,VENTILATION, AND AIR CONDITIONING A. Coordinate provisions for temporary heating, cooling, ventilation, and/or dehumidification with the general contractor. 1.12 CUTTING AND PATCHING A. This contractor shall do all cutting and patching necessary for the installation of his work in all existing and new buildings unless otherwise noted. B. This contractor shall arrange for openings in the building as required for the installation of equipment furnished under this contract. Where ductwork must be extended or changed, patching with concrete will be done in the building. Patching shall be at both the top and bottom of sleeves where above grade. C. In areas where the integrity of new or existing fire separation assembly/wall is compromised by the work, contractor shall be responsible to patch and/or seal openings as necessary to maintain/return fire separation to rating as required by applicable codes. Waterloo Center for the Arts Project#17113 230050 Toilet Room Renovation 2018 BASIC HVAC REQUIREMENTS Waterloo, Iowa Page 3 of 8 Page 248 of 513 D. This contractor shall do all cutting and patching required for his work beyond the remodeled areas unless otherwise noted. All finish work shall include patching to match existing adjacent surfaces. Painting shall be by others. 1.13 CLEANING AND RUBBISH A. This contractor, upon completion of his work, shall remove all rubbish and debris resulting from his operation and shall remove it from site at his own expense. B. In so far as his work is concerned, all equipment shall be cleaned and the premises left in first class condition. C. This contractor shall maintain the work area each day to prevent hazardous accumulation of waste from his work. 1.14 SEALING AND PENETRATION A. Clearance around the piping passing through fire or smoke rated construction shall be sealed to maintain the rated integrity of the construction (1 hr. 2 hrs. etc.). One and two-hour rated assemblies are to be patched on both sides of the assembly. B. This contractor shall verify rating and location of all such construction with the architectural drawings and seal all penetrations. C. Manufacturer offering products to comply with the requirements include the following: 1. Dow Corning "Silicone RTV Foam" 2. 3-M Corporation "Fire Barrier Caulk and Putty" 3. Thomas & Betts "Flame Safe Fire Stop System" D. Installation of these products to be in strict accordance with manufacturer's recommendations and architectural specification sections or equivalent fire stopping architectural specification section. E. This contractor shall submit shop drawings showing approved sealing assemblies to be utilized on this project. 1.15 ELECTRICAL CONNECTIONS A. This contractor shall turn over all magnetic starters, thermal protective switches, and speed changing switches furnished under this contract for all motor driven equipment to the electrical contractor who will install such starters and switches and wire them to their respective motors as a part of the electrical contract. 1.16 HAZARDOUS MATERIALS A. If the contractor stores any hazardous solvents or other materials on the site, he shall obtain copies of the safety data sheets for the materials and post them on the site. He shall inform the owner and all employed of any potential exposure to this material. B. At no time shall any product containing asbestos be incorporated into the work. 1. If asbestos materials are encountered, report to the owner. The owner will be responsible for asbestos removal. 1.17 RECORD DRAWINGS A. This contractor shall provide at the conclusion of the project one clean, non-torn, neat, and legible "as-built"set of drawings to the owner. These drawings shall show the routing of pipes, ductwork and equipment drawn in at scaled locations. All dimensions indicated shall be referenced to a column line. A set of construction blue prints will be furnished for this work. B. All mechanical systems installed shall be shown on the "as-built" drawings. This includes all addendum items and change orders. C. Refer to respective architectural specification section for additional information. Waterloo Center for the Arts Project#17113 230050 Toilet Room Renovation 2018 BASIC HVAC REQUIREMENTS Waterloo, Iowa Page 4 of 8 Page 249 of 513 1.18 REVIEW OF MATERIALS A. This contractor shall submit to the engineer for review one (1) electronic copy giving a complete list of materials and equipment he proposes to furnish. The brochure shall contain complete information as to the make of equipment, type, size, capacities, dimensions and illustration. One of these returned copies shall be kept on the job at all times. B. Checking of submittal drawings by the engineer does not relieve the contractor of the responsibility for the accuracy of such drawings and for their conformity to drawings and specifications unless he notifies engineer in writing of such deviation at time such drawings are furnished. C. All submittals shall have the date marked on them when the contractor receives them from the supplier. Submittals shall be submitted through the contractor and shall not come direct from the supplier to the architect or engineer. D. This contractor shall mark the date and sign each set that he has checked each of them in their entirety before submitting to the engineer. Submittals that are not dated and signed by the contractor will not be accepted, or checked and will be marked "resubmit" and sent back to the contractor. 1.19 TEST OF SYSTEMS A. This contractor, before concealed, shall test all systems installed under this contract as called for in these specifications and as required by local codes. Tests shall be made in the presence of the engineer, local authorities or their duly authorized representative. Any defects discovered in testing shall be corrected and the tests repeated until all defects are eliminated. B. This contractor shall be held responsible for all damage resulting from defects in the system. C. At the conclusion of construction (before any covering up, painting or finishing) each element of the system shall be thoroughly tested against leakage, with appropriate pressure tests, as outlined herein and in appropriate sections of the specifications. All testing shall be hydrostatic unless permission is granted otherwise. 1. Water: 100 psi maintained 8 hours D. Fluid lines other than the above 1.5 times operating with a minimum pressure of 60 psig. E. After completion of installation, the systems shall be given tests under full operating conditions and pressures and all adjustments shall be made to make the system operative as required. All safety devices shall be tested for correct operation. 1.20 SCOPE OF WORK A. All work shall be performed by well-qualified and licensed mechanics with a thorough knowledge of the various systems involved in this building. It shall be this contractor's responsibility to see that his mechanics are familiar with all the various codes and tests applicable to this work. B. All equipment shall be new and of the type as specified by the engineer unless otherwise noted in these specifications or on the drawings to remain and or be reused. C. The intent of the drawings and specifications is for complete installation of the systems outlined in the drawings and specifications so that at the conclusion of construction the system will be turned over to the owner complete and ready for safe and efficient operation. D. This contractor shall be required to furnish and install all such items normally included on systems of this type, which, while not mentioned directly herein or on the drawings are obviously essential to the installation and operation of the system and which are normally furnished on quality installation of this type. The drawings and specifications cannot deal individually with the many minute items that may be required by the nature of the systems. Waterloo Center for the Arts Project#17113 230050 Toilet Room Renovation 2018 BASIC HVAC REQUIREMENTS Waterloo, Iowa Page 5 of 8 Page 250 of 513 E. If there is a discrepancy between the drawings and the specifications or within either document, the more stringent requirement shall be estimated unless brought to the engineer's attention and an addendum is issued for clarification. 1.21 VERIFICATION OF ELEVATION OF EXISTING LINES A. This contractor shall before starting any new work, verify the elevations of all existing piping to which he must connect under this contract. He shall report any discrepancies between drawing elevations and actual elevations to the engineer before proceeding with the work. Failure of the contractor to do so shall make him liable for the cost of extra work involved. 1.22 DAILY HOUSEKEEPING A. At the end of each working day, this contractor shall remove all of his debris, rubbish, tools and surplus materials from the project work area. The work area shall be broom clean and left in a neat and orderly condition. The contractor for the removal of debris from the project shall not use the owner's waste disposal facility. B. At end of construction, all equipment shall be cleaned and the premises left in first class condition as far as this contractor's work is concerned. 1.23 OWNER'S RIGHT OF WORK CESSATION A. The owner reserves the right to order an immediate cessation of the work without giving advance notice. 1.24 CLEANING OF MECHANICAL SYSTEMS A. Where connections are made to existing piping systems, this contractor shall provide isolation valves, threaded tees, etc., as required to facilitate the cleaning and testing of all new piping. B. This contractor shall thoroughly clean all rust, grease, plaster, cement, etc., from all equipment, ductwork and piping furnished and installed by him as required to leave surfaces suitable for finish painting. C. This contractor shall keep all pipes, ducts, etc., plugged, drained or otherwise protected during construction. All items of mechanical equipment shall be suitably protected and upon completion of project shall be equal to new condition. 1.25 TRENCHING AND BACKFILLING A. Each contractor is responsible for their own individual trenching and backfilling unless otherwise noted in the drawings or addendum. B. Prior to digging, all underground utilities, piping, etc shall be exactly located and marked. This contractor shall be held responsible for all damages caused by failure to do so. C. Any backfill shall be tamped and compacted to prevent future settling. The backfill shall be installed to a smooth and level grade and installed in accordance with local codes. D. All excess dirt shall be cleared from the area and disposed of as directed by the owner. E. Refer to architectural specification sections for additional requirements. 1.26 ALTERNATES A. Refer to General Specification Sections for alternate bid description. 1.27 DIGITAL MEDIA AGREEMENT A. Computer Aided Drafting (CAD)documents may be available to the contractor for some uses. Contact the engineer prior to bidding to determine what information is available to be transmitted to the contractor in digital form. B. When documents are determined to be available, and as requested by the contractor, they will be transmitted upon the completion and execution of the MODUS digital media agreement. A Waterloo Center for the Arts Project#17113 230050 Toilet Room Renovation 2018 BASIC HVAC REQUIREMENTS Waterloo, Iowa Page 6 of 8 Page 251 of 513 service fee for each document transmitted will be assessed to the contractor. Documents will be transmitted upon payment receipt. Current service fee is $100.00 per CAD sheet. 1.28 SECURE NETWORKABLE DEVICES A. Update network devices to the most current software/firmware. B. Change default password of all networkable devices. 1. Passwords shall have at least eight characters. 2. Include uppercase and lowercase letters, numerals, and special characters C. Supply MAC address and serial number of all networkable devices. D. Work with the Owner's IT department to align to existing IT standards. E. Provide to the owner a printed and/or electronic spreadsheet log of all network information including, IP addresses, MAC addresses, Iogins and password information during system training. 1.29 SYSTEM CONFIGURATION AND PROGRAMMING FILES A. Supply system configuration and programming files where export is available. B. Supply uncompiled programming for systems applicable. C. All configuration and programming shall be property of the owner at conclusion of the project. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 230050 Toilet Room Renovation 2018 BASIC HVAC REQUIREMENTS Waterloo, Iowa Page 7 of 8 Page 252 of 513 Waterloo Center for the Arts Project#17113 230050 Toilet Room Renovation 2018 BASIC HVAC REQUIREMENTS Waterloo, Iowa Page 8 of 8 Page 253 of 513 SECTION 23 0080 HVAC SCHEDULE OF VALUES PART 1 GENERAL 1.01 FORM COMPLETION A. The successful mechanical contractor shall complete this form in its entirety within 30 days of receipt of the signed contract from the general contractor, and submit directly to MODUS. B. This information is confidential and will not be disclosed to any individual outside of MODUS. Data collected will be used in evaluating pay applications. 1.02 OVERALL CONTRACT Basic HVAC Bid $ Add or deduct accepted alternates, negotiated changes, or other modifications to the contract $ Total HVAC Bid $ 1.03 SCHEDULE OF VALUES HVAC Ductwork and Accessories- Material $ HVAC Ductwork Installation- Labor $ HVAC Insulation - Material and Labor $ HVAC Control Systems - Material and Labor $ Testing, Adjusting, and Balancing- Material and Labor $ HVAC Power Ventilators- Labor $ Total HVAC Bid (Sum of Schedule of Values) $ PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 230080 Toilet Room Renovation 2018 HVAC SCHEDULE OF VALUES Waterloo, Iowa Page 1 of 2 Page 254 of 513 Waterloo Center for the Arts Project#17113 230080 Toilet Room Renovation 2018 HVAC SCHEDULE OF VALUES Waterloo, Iowa Page 2 of 2 Page 255 of 513 SECTION 23 0593 TESTING,ADJUSTING,AND BALANCING FOR HVAC PART 1 GENERAL 1.01 SECTION INCLUDES A. Testing, adjustment, and balancing of air systems. B. Measurement of final operating condition of HVAC systems. 1.02 REFERENCES A. AABC- National Standards for Total System Balance. B. ADC- Test Code for Grilles, Registers, and Diffusers. C. ASHRAE 111 - Practices for Measurement, Testing, Adjusting, and Balancing of Building Heating, Ventilation, Air-conditioning, and Refrigeration Systems. D. NEBB- Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems. E. SMACNA- HVAC Systems Testing, Adjusting, and Balancing. 1.03 SUBMITTALS A. Submit name of adjusting and balancing agency for approval within 30 days after award of Contract. B. Field Reports: Indicate deficiencies in systems that would prevent proper testing, adjusting, and balancing of systems and equipment to achieve specified performance. C. Prior to commencing work, submit report forms or outlines indicating adjusting, balancing, and equipment data required. D. Submit draft copies of report for review prior to final acceptance of project. Provide final copies for Architect/Engineer and for inclusion in operating and maintenance manuals. E. Provide reports in soft cover, letter size, 3-ring binder manuals, complete with index page and indexing tabs with cover identification at front and side. Include set of reduced drawings with air outlets and equipment identified to correspond with data sheets, and indicating thermostat locations. F. Include detailed procedures, agenda, sample report forms and copy of AABC National Project Performance Guaranty prior to commencing system balance. G. Test Reports: Indicate data on AABC National Standards for Total System Balance Forms. 1.04 PROJECT RECORD DOCUMENTS A. Record actual locations of flow measuring stations, balancing valve, and rough setting. 1.05 QUALITY ASSURANCE A. Perform total system balance in accordance with AABC National Standards for Field Measurement and Instrumentation, Total System Balance. B. Maintain one copy of each document on site. 1.06 QUALIFICATIONS A. Independent agency specializing in the testing, adjusting and balancing of systems specified in this section with minimum three years experience. B. Perform work under supervision of AABC Certified Test and Balance Engineer or NEBB Certified Testing, Balancing and Adjusting Supervisor. Waterloo Center for the Arts Project#17113 230593 Toilet Room Renovation 2018 TESTING, ADJUSTING, AND BALANCING FOR HVAC Waterloo, Iowa Page 1 of 4 Page 256 of 513 1.07 SEQUENCING A. Sequence work to commence after completion of systems and schedule completion of work before substantial completion of project. 1.08 SCHEDULING A. Schedule and provide assistance in final adjustment and test of life safety system with the fire authority. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 EXAMINATION A. Verify that systems are complete and operable before commencing work. Ensure the following conditions: 1. Systems are started and operating in a safe and normal condition. 2. Temperature control systems are installed complete and operable. 3. Duct systems are clean of debris. 4. Fans are rotating correctly. 5. Access doors are closed and duct end caps are in place. 6. Air outlets are installed and connected. 7. Duct system leakage is minimized. 8. Service and balance valves are open. B. Submit field reports. Report defects and deficiencies noted during performance of services that prevents system balance. C. Beginning of work means acceptance of existing conditions. 3.02 PREPARATION A. Provide instruments required for testing, adjusting, and balancing operations. Make instruments available to the engineer to facilitate spot checks during testing. B. Provide additional balancing devices as required. 3.03 INSTALLATION TOLERANCES A. Air Handling Systems: Adjust to within +/- 5% of design for supply systems and +/- 10% of design for return and exhaust systems. B. Air Outlets and Inlets: Adjust total to within + 10% and -5% of design to space. Adjust outlets and inlets in space to within +/- 10% of design. 3.04 ADJUSTING A. Ensure recorded data represents actual measured or observed conditions. B. Permanently mark settings of valves, dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops. C. After adjustment, take measurements to verify balance has not been disrupted or that such disruption has been rectified. D. Leave systems in proper working order, replacing belt guards, closing access doors, closing doors to electrical switch boxes, and restoring thermostats to specified settings. E. At final inspection, recheck random selections of data recorded in report. Recheck points or areas as selected and witnessed by the owner. F. Check and adjust systems approximately six months after final acceptance and submit report. Waterloo Center for the Arts Project#17113 230593 Toilet Room Renovation 2018 TESTING, ADJUSTING, AND BALANCING FOR HVAC Waterloo, Iowa Page 2 of 4 Page 257 of 513 3.05 AIR SYSTEM PROCEDURE A. Adjust air handling and distribution systems to provide required or design supply, return, and exhaust air quantities at site altitude. B. Make air quantity measurements in ducts by Pitot tube traverse of entire cross sectional area of duct. C. Measure air quantities at air inlets and outlets. D. Adjust distribution system to obtain uniform space temperatures free from objectionable drafts and noise. E. Use volume control devices to regulate air quantities only to extent those adjustments do not create objectionable air motion or sound levels. Affect the volume control by duct internal devices (such as dampers and splitters). F. Vary total system air quantities by adjustment of fan speeds. Provide drive changes required. Vary branch air quantities by damper regulation. 3.06 SCHEDULES A. Equipment Requiring Testing, Adjusting, and Balancing: 1. Exhaust Fan 2. Air Inlets and Outlets B. Report Forms 1. Title Page: a. Name of Testing, Adjusting, and Balancing Agency b. Address of Testing, Adjusting, and Balancing Agency c. Telephone number of Testing, Adjusting, and Balancing Agency d. Project Name e. Project Location f. Project Architect g. Project Engineer h. Project Contractor i. Project Altitude j. Report Date 2. Summary Comments: a. Design versus final performance. b. Notable characteristics of system. c. Description of systems operation sequence. d. Summary of out door and exhaust flows to indicate amount of building pressurization. e. Nomenclature used throughout report. f. Test conditions. 3. Instrument List: a. Instrument b. Manufacturer c. Model number d. Serial number e. Range f. Calibration date 4. Electric Motors: a. Manufacturer b. Model/Frame c. HP/BHP Waterloo Center for the Arts Project#17113 230593 Toilet Room Renovation 2018 TESTING, ADJUSTING, AND BALANCING FOR HVAC Waterloo, Iowa Page 3 of 4 Page 258 of 513 d. Phase, voltage, amperage; nameplate, actual, no load e. RPM f. Service factor g. Starter size, rating, heater elements h. Sheave Make/Size/Bore 5. V-Belt Drive: a. Identification/location b. Required driven RPM c. Driven sheave, diameter and RPM d. Belt, size and quantity e. Motor sheave diameter and RPM f. Center to center distance, maximum, minimum, and actual 6. Exhaust Fan Data: a. Location b. Manufacturer c. Model number d. Serial number e. Air flow, specified and actual f. Total static pressure (total external), specified and actual g. Inlet pressure h. Discharge pressure i. Sheave Make/Size/Bore j. Number of Belts/Make/Size k. Fan RPM 7. Duct Traverse: a. System zone/branch b. Duct size c. Area d. Design velocity e. Design air flow f. Test velocity g. Test air flow h. Duct static pressure i. Air temperature j. Air correction factor C. This contractor shall traverse the ductwork entering and leaving the remodeled areas. At the conclusion of all phases, this contractor shall re-measure all airflows in the ducts entering and leaving the remodeled areas. Adjust the AHU fan(s) serving this area as necessary to return airflows to areas external to the remodeled areas back to pre-construction conditions. END OF SECTION Waterloo Center for the Arts Project#17113 230593 Toilet Room Renovation 2018 TESTING, ADJUSTING, AND BALANCING FOR HVAC Waterloo, Iowa Page 4 of 4 Page 259 of 513 SECTION 23 0713 DUCT INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Fiberglass (flexible duct wrap) B. Fiberglass (duct liner) 1.02 RELATED SECTIONS A. Specification Section 23 3100 - HVAC Ducts and Casings B. Specification Section 23 3300 -Air Duct Accessories 1.03 REFERENCES A. ASTM B209- Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. B. ASTM C518-Standard Test Method for Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. C. ASTM C921 -Standard Practice for Determining the Properties of Jacketing Materials for Thermal Insulation. D. ASTM C1071 -Standard Specification for Thermal and Acoustical Insulation (Fiberglass, Duct Lining Material). E. ASTM E84 -Standard Test Method for Surface Burning Characteristics of Building Materials. F. ASTM E96 -Standard Test Methods for Water Vapor Transmission of Materials. G. ASTM E162- Standard Test Method for Surface Flammability of Materials Using a Radiant Heat Energy Source. H. ASTM G21 -Standard Practice for Determining Resistance of Synthetic Polymeric Materials to Fungi. 1. ASTM E2336: Standard Test Methods for Fire Resistive Grease Duct Enclosure Systems J. ASTM C1338: Standard Test Method for Determining Fungi Resistance of Insulation Materials and Facings K. NAIMA National Insulation Standards. L. NFPA 255-Standard Method of Test of Surface Burning Characteristics of Building Materials. M. SMACNA- HVAC Duct Construction Standards- Metal and Flexible. N. UL 723- Standard for Test for Surface Burning Characteristics of Building Materials. 1.04 SUBMITTALS A. Product Data: Provide product description, thermal characteristics, and list of materials and thickness for each service and locations. B. Manufacturer's Installation Instructions: Indicate procedures that ensure acceptable workmanship and installation standards will be achieved. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years experience. B. Applicator Qualifications: Company specializing in performing the work of this section approved by manufacturer. Waterloo Center for the Arts Project#17113 230713 Toilet Room Renovation 2018 DUCT INSULATION Waterloo, Iowa Page 1 of 4 Page 260 of 513 1.06 REGULATORY REQUIREMENTS A. Materials: Flame spread/smoke developed rating of 25/50 in accordance with ASTM E84. 1.07 DELIVERY, STORAGE AND PROTECTION A. Deliver, store, protect and handle products to site. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness. C. Protect insulation from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original wrapping. 1.08 ENVIRONMENTAL REQUIREMENTS A. Maintain ambient temperatures and conditions required by manufacturers of adhesives, mastics and insulation cements. B. Maintain temperature during and after installation for minimum period of 24 hours. PART 2 PRODUCTS 2.01 FIBERGLASS (FLEXIBLE DUCT WRAP) A. Manufacturers: 1. Owens Corning 2. Knauff 3. Johns Manville 4. CertainTeed 5. Engineer approved equal. B. Insulation: ASTM C1290; flexible, noncombustible blanket. 1. "K"Value: ASTM C518, 0.27 at 75 deg F. 2. Installed R-value (compressed to 25%)for 1-1/2": 4.5 3. Maximum Service Temperature: ASTM C411; 250 deg F. 4. Maximum Moisture Absorption: ASTM C1104; 5% by weight 5. Density: 1.0 Ib./cu. ft. (0.75 Ib/cu ft for attic insulation) 6. Microbial Growth: ASTM C1338; does not support the growth of mold, fungi and bacteria. 7. Maximum Flame Spread/Smoke Developed Index: ASTM E84; 25/50 C. Vapor Barrier Jacket: 1. Kraft paper reinforced with fiberglass yarn and bonded to aluminized film. 2. Maximum Moisture Vapor Transmission: ASTM E96; 0.02 perm. D. Vapor Barrier Tape Pressure sensitive tape approved by the manufacturer. 2.02 FIBERGLASS (DUCT LINER) A. Manufacturers: 1. Johns Manville Permacote Linacoustic 2. Owens Corning 3. CertainTeed Ultralite 4. Knauff 5. Engineer approved equal. B. Insulation: 1. ASTM C1071, flexible noncombustible blanket air surface coated with acrylic coating treated with ASTM G21 and G22 anti-microbial agent to resist growth. 2. "K"Value: ASTM C518, 0.25 at 75 deg F. 3. Maximum Service Temperature: 250 deg F. 4. Maximum Velocity on Coated Air Side: 5,000 FPM Waterloo Center for the Arts Project#17113 230713 Toilet Room Renovation 2018 DUCT INSULATION Waterloo, Iowa Page 2 of 4 Page 261 of 513 5. Noise Reduction Coefficient: 0.50 or higher in accordance with ASTM C423. (1/2" thickness) a. Noise reduction coefficient will drive density for each manufacturer may vary by manufacturer to achieve. 6. Maximum Flame Spread/Smoke Developed Index: ASTM E84; 25/50 C. Adhesive: Adhesive: ASTM C916 adhesive as recommended by manufacturer. D. Liner Fasteners: Galvanized steel welded with integral head. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that ductwork has been tested before applying insulation materials. B. Verify that surfaces are clean, foreign material removed and dry. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Insulated Ductwork Conveying Air Below Ambient Temperature: 1. Provide insulation with vapor barrier jackets. 2. Finish with tape and vapor barrier jacket. 3. Continue insulation through walls, sleeves, hangers and other duct penetrations. 4. Insulate entire system including fittings,joints, flanges, fire dampers, flexible connections, expansion joints, reheat coils, and any other item exposed to ductwork air temperature. C. Insulated Ductwork Conveying Air Above Ambient Temperature: 1. Provide with standard vapor barrier jacket. 2. Insulate fittings and joints. Where service access is required, bevel and seal ends of insulation. D. Duct Liner Application: 1. Adhere insulation with adhesive for 100% coverage. 2. Secure insulation with mechanical liner fasteners. Refer to SMACNA Standards for spacing. Pin length as required to limit compression of liner. 3. Seal and smooth joints. Seal and coat all exposed edges. 4. Seal liner surface penetrations with adhesive. 3.03 SCHEDULES FIBERGLASS FLEXIBLE DUCT WRAP DUCTWORK THICKNESS Supply Ducts 1-1/2" FIBERGLASS DUCT LINER DUCTWORK THICKNESS Return Air Ducts 1/2" Exhaust Air Ducts (within 10 ft of exhaust fan) 1/2" Transfer Air Duct 1/2" A. Do not wrap or insulate any exposed supply, return or exhaust duct located in normally occupied areas. END OF SECTION Waterloo Center for the Arts Project#17113 230713 Toilet Room Renovation 2018 DUCT INSULATION Waterloo, Iowa Page 3 of 4 Page 262 of 513 Waterloo Center for the Arts Project#17113 230713 Toilet Room Renovation 2018 DUCT INSULATION Waterloo, Iowa Page 4 of 4 Page 263 of 513 SECTION 23 3100 HVAC DUCTS AND CASING PART 1 GENERAL 1.01 SECTION INCLUDES A. Materials B. Ductwork fabrication 1.02 RELATED SECTIONS A. Specification Section 23 0593 -Testing, Adjusting, and Balancing for HVAC B. Specification Section 23 0713 - Duct Insulation. C. Specification Section 23 3300 -Air Duct Accessories. D. Specification Section 23 3700 -Air Outlets and Inlets. 1.03 REFERENCES A. ASTM A 36-Structural Steel. B. ASTM A 90-Weight of Coating on Zinc-Coated (Galvanized) Iron or Steel Articles. C. ASTM A 167-Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. D. ASTM A 525- General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process. E. ASTM A 527-Steel Sheet, Zinc-Coated (Galvanized) by Hot-Dip Process, Lock Forming Quality. F. AWS D9.1 -Welding of Sheet Metal. G. NFPA 90A- Installation of Air Conditioning and Ventilating Systems. H. NFPA 90B - Installation of Warm Air Heating and Air Conditioning Systems. I. SMACNA- HVAC Air Duct Leakage Test Manual. J. SMACNA- HVAC Duct Construction Standards- Metal and Flexible. K. UL 181 - Factory-Made Air Ducts and Connectors. 1.04 PERFORMANCE REQUIREMENTS A. No variation of duct configuration or sizes permitted except by written permission. Size round ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts. 1.05 SUBMITTALS A. Product Data: Provide data for duct materials, duct liner, and duct connectors. 1.06 PROJECT RECORD DOCUMENTS A. Record actual locations of ducts and duct fittings. Record changes in fitting location and type. Show additional fittings used. 1.07 QUALITY ASSURANCE A. Perform work in accordance with SMACNA- HVAC Duct Construction Standards- Metal and Flexible. B. Maintain one copy of document on site. Waterloo Center for the Arts Project#17113 233100 Toilet Room Renovation 2018 HVAC DUCTS AND CASING Waterloo, Iowa Page 1 of 4 Page 264 of 513 1.08 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum three-years experience. B. Installer: Company specializing in performing the work of this section with minimum three-years experience. 1.09 REGULATORY REQUIREMENTS A. Construct ductwork to NFPA 90A Standards. 1.10 ENVIRONMENTAL REQUIREMENTS A. Do not install duct sealants when temperatures are less than those recommended by sealant manufacturers. B. Maintain temperatures during and after installation of duct sealants. 1.11 WARRANTY A. Pre-insulated weatherproof exterior ductwork shall have a 10 year warranty. PART 2 PRODUCTS 2.01 MATERIALS A. Galvanized Steel Ducts: ASTM A924 and ASTM A653 galvanized steel sheet, lock-forming quality, having G60 zinc coating of in conformance with ASTM A90. B. Insulated Flexible Duct 1. Manufacturers: a. Thermaflex G-KM b. Flexmaster c. Atco d. Engineer approved equal. 2. UL 181, Class 1, NFPA 90A and 90B compliant, interlocking spiral of steal wire, fiberglass insulation with R value of 4.2 or greater; core shall be chlorinated polyethylene vapor barrier film. (Polyester is not acceptable). Outer shell/vapor barrier shall be metalized polyester or polyethylene film. 3. Pressure Rating: Six inch (6") positive and one inch (1") negative. 4. Maximum Velocity: 5000 fpm. 5. Temperature Range: -20 to 180 deg F. 6. Vapor Transmission: 0.1 perms or less (ASTM E96) 7. Flex Elbows: Flex duct 90 degree elbow splines for connections to diffusers. Flex elbows shall prevent kinks in flex duct. Elbow spline shall be UL-2043 listed for use in plenums. C. Fasteners: Rivets, bolts or sheet metal screws. D. Duct Sealant 1. Manufacturers: a. Design Polymerics (DP1010) b. Ductmate c. Durodyne d. Engineer approved equal. 2. Description: Water based, non hardening, high velocity/high pressure duct sealant intended for indoor and outdoor HVAC ducts. 3. Pressure Rating: 10"water column minimum. 4. Service Temperature: -20 to 200F 5. Listings a. ASTM E-84/UL723 Flame/Smoke Spread: 25/50 or less. Waterloo Center for the Arts Project#17113 233100 Toilet Room Renovation 2018 HVAC DUCTS AND CASING Waterloo, Iowa Page 2 of 4 Page 265 of 513 b. UL-181 B listed for use on Flex Duct connections. c. Conforms to NFPA 90A&90B requirements. d. Approved for use on interior of ducts. 6. VOC Content a. 0 g/L b. CDPH Standard Method v1.1 (14 days): Less than 5.0 mg/m3. E. Hanger Rod: ASTM A36; steel, galvanized; threaded both ends, threaded one end. 2.02 DUCTWORK FABRICATION A. Fabricate and support in accordance with SMACNA HVAC Duct Construction Standards- Metal and Flexible, and as indicated. Provide duct material, gauges, reinforcing and sealing for operating pressures indicated. B. Increase duct sizes gradually, not exceeding 15 degree divergence wherever possible; maximum 30 degree divergence upstream of equipment and 45 degree convergence downstream. C. Construct T's, bends, and elbows with radius of not less than 1-1/2 times width of duct on centerline. Where not possible and where rectangular elbows are used, provide airfoil turning vanes. Where acoustical lining is indicated, provide turning vanes of perforated metal with fiberglass insulation. D. Fabricate continuously welded round and oval duct fittings two gauges heavier than duct gauges indicated in SMACNA Standard. Joints shall be minimum four inch (4") cemented slip joint, brazed or electric welded. Prime coat welded joints. E. Provide standard 45 degree lateral wye takeoffs or 90 degree conical tee takeoffs. F. Fabricate all exposed ductwork using paint grip galvanized sheet metal. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install and seal ducts in accordance with SMACNA HVAC Duct Construction Standards- Metal and Flexible. C. All ductwork shall be sealed to provide a SMACNA Seal Class A installation for all longitudinal seams, all transverse seams and all duct penetrations. Flame spread rating shall not exceed 25 and smoke developed shall not exceed 50 when tested in compliance with ASTM-E-84-87. D. Sealant shall be non-hardening and water resistant. Sealant shall be capable of being applied with a brush and shall be applied in accordance with manufacturer's instructions. Each seam or penetration shall be dressed after application of sealant for neat appearance. E. Ductwork shall be installed following essentially lines indicated on the drawings. Install offsets, and angles. Transitions may be required to avoid interference with other work and existing conditions. Maintain full capacity of ductwork. F. Flex Duct Installation: 1. Maximum length of flex duct: 5ft 2. Provide 90 deg elbow splines to prevent flex duct kinking, especially when connecting to ceiling diffusers 3. Connections to rigid ducts and fittings: Peal back insulation and place flexible inner core over fitting and seal with two layers of duct tape (minimum 2" overlap on fitting and flex duct core). Install clamps over the top of the duct tape. Stretch insulation back over fitting and wrap with two layers of duct tape. Duct Sealant/Mastic may be substituted for the tape Waterloo Center for the Arts Project#17113 233100 Toilet Room Renovation 2018 HVAC DUCTS AND CASING Waterloo, Iowa Page 3 of 4 Page 266 of 513 that seals the inner core to the fitting. Refer to manufacturer's instructions. Duct tape, mastic/sealant and clamps shall be UL181 listed. G. Duct sizes are net outside dimensions. Maintain outside sizes for lined ducts. Do not increase duct dimensions. H. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. I. Use crimp joints with or without bead for joining round duct sizes eight inch (8")and smaller with crimp in direction of airflow. J. Use double nuts and lock washers on threaded rod supports. K. Connect diffusers to low pressure ducts directly or with five foot(5) maximum length of flexible duct held in place with strap or clamp. L. Connect flexible ducts to metal ducts with draw bands. M. Set plenum doors six inch (6")to 12 inches above floor. Arrange door swing so that fan static pressure holds door in closed position. N. During construction, provide temporary closures of metal or taped polyethylene on open ductwork to prevent construction dust from entering ductwork system. O. All joints in rectangular rigid round or oval ductwork that exceeds 100 inches in perimeter length shall be made with the "Ductmate Industries"flanged and caulked joint system. 3.02 SCHEDULES DUCTWORK MATERIAL AIR SYSTEM MATERIAL Low Pressure Supply Galvanized Steel Return Galvanized Steel General Exhaust Galvanized Steel DUCTWORK PRESSURE CLASS AIR SYSTEM PRESSURE CLASS Supply 2" Return ill General Exhaust 1" END OF SECTION Waterloo Center for the Arts Project#17113 233100 Toilet Room Renovation 2018 HVAC DUCTS AND CASING Waterloo, Iowa Page 4 of 4 Page 267 of 513 SECTION 23 3300 AIR DUCT ACCESSORIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Air turning devices/extractors. B. Backdraft dampers. C. Duct access doors. D. Duct test holes. E. Volume control dampers. 1.02 RELATED SECTIONS A. Specification Section 23 3100 - HVAC Ducts and Casings. 1.03 REFERENCES A. NFPA 90A- Installation of Air Conditioning and Ventilating Systems. B. NFPA 70- National Electrical Code. 1.04 SUBMITTALS A. Shop Drawings: Indicate for shop fabricated assemblies including volume control dampers and all accessories. B. Product Data: Provide for shop fabricated assemblies including volume control dampers, duct access doors, and fire and smoke dampers. Include electrical characteristics and connection requirements. 1.05 PROJECT RECORD DOCUMENTS A. Record actual locations of access doors or test holes. 1.06 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum three years experience. 1.07 REGULATORY REQUIREMENTS A. Products Requiring Electrical Connection: Listed and classified by Underwriters' Laboratories Inc., as suitable for the purpose specified and indicated. 1.08 DELIVERY, STORAGE AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Architectural Specification Sections. B. Protect dampers from damage to operating linkages and blades. PART 2 PRODUCTS 2.01 AIR TURNING DEVICES/EXTRACTORS A. Multi-blade device with radius blades attached to pivoting frame and bracket, steel construction with push-pull operator strap. 2.02 BACKDRAFT DAMPERS A. Manufacturers: 1. Ruskin 2. United Air 3. Greenheck Waterloo Center for the Arts Project#17113 233300 Toilet Room Renovation 2018 AIR DUCT ACCESSORIES Waterloo, Iowa Page 1 of 4 Page 268 of 513 4. NCA 5. United Enertech 6. Engineer approved equal. B. Multi-Blade, Parallel Action Gravity Balanced Backdraft Dampers: Extruded aluminum with blades of maximum six inch (6")width with flexible vinyl sealed edges, linked together in rattle-free manner with 90 degree stop, bearings and plated steel pivot pin; adjustment device to permit setting for varying differential static pressure. 2.03 DUCT ACCESS DOORS A. Manufacturers: 1. Ruskin 2. Nailor 3. Engineer approved equal. B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards- Metal and Flexible, and as indicated. C. Fabrication: Rigid and close fitting of galvanized steel with sealing gaskets and quick fastening locking devices. Install minimum one inch (1")thick insulation with sheet metal cover for insulated ductwork. 1. Less Than 12 Inch Square: Secure with sash locks. 2. Up to 18 inch Square: Provide two hinges and two sash locks. 3. Up to 24 inch x 48 Inches: Three hinges and two compression latches with outside and inside handles. 4. Larger Sizes: Provide an additional hinge. D. Access doors with sheet metal screw fasteners are not acceptable. 2.04 DUCT TEST HOLES A. Temporary Test Holes: Cut or drill in ducts as required. Cap with neat patches or neoprene plugs. B. Permanent Test Holes: Factory fabricated, airtight flanged fittings with screw cap. Provide extended neck fittings to clear insulation. 2.05 VOLUME CONTROL DAMPERS A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards- Metal and Flexible, and as indicated. B. Single Blade Dampers: Fabricate for duct sizes up to 6"x 30 inches. C. Multi-Blade Damper: Fabricate of opposed blade pattern with maximum blade sizes 8 inches x 72 inches. Assemble center and edge crimped blades in prime coated or galvanized channel frame with suitable hardware. D. End Bearings: Except in round ductwork 12 inch and smaller, provide end bearings. On multiple blade dampers, provide oil-impregnated nylon or sintered bronze bearings. E. Quadrants: 1. Provide locking, indicating quadrant regulators on single and multi-blade dampers. 2. On insulated ducts mount quadrant regulators on standoff mounting brackets, bases or adapters. 3. Where rod lengths exceed 30 inches, provide regulator at both ends. Waterloo Center for the Arts Project#17113 233300 Toilet Room Renovation 2018 AIR DUCT ACCESSORIES Waterloo, Iowa Page 2 of 4 Page 269 of 513 PART 3 EXECUTION 3.01 INSTALLATION A. Install accessories in accordance with manufacturer's instructions, NFPA 90A, and follow SMACNA HVAC Duct Construction Standards- Metal and Flexible. B. Provide backdraft dampers on exhaust ducts nearest to outside and where indicated. C. Provide duct access doors for inspection and cleaning before and after filters, coils, fans, automatic dampers at fire dampers, combination fire and smoke dampers and elsewhere as indicated. Review locations prior to fabrication. D. Provide duct test holes where indicated and required for testing and balancing purposes. E. Provide volume balancing dampers at points on supply, return, and exhaust systems where branches are taken from larger ducts as required for air balancing. Install minimum two duct widths from duct take-off. Drawings may not indicate all volume damper locations. F. Provide volume balancing dampers on duct take-off to diffusers, grilles and registers, regardless of whether dampers are specified as part of the diffuser, grille or register assembly. Locate as close as possible yet accessible to the main trunk duct. Drawings may not indicate all volume damper locations. G. Provide turning vanes in all supply, return and exhaust ductwork unless noted otherwise. Turning vanes shall not be installed in kitchen hood exhaust, dishwasher hood exhaust and kiln hood exhaust. END OF SECTION Waterloo Center for the Arts Project#17113 233300 Toilet Room Renovation 2018 AIR DUCT ACCESSORIES Waterloo, Iowa Page 3 of 4 Page 270 of 513 Waterloo Center for the Arts Project#17113 233300 Toilet Room Renovation 2018 AIR DUCT ACCESSORIES Waterloo, Iowa Page 4 of 4 Page 271 of 513 SECTION 23 3423 HVAC POWER VENTILATORS PART 1 GENERAL 1.01 SECTION INCLUDES A. Roof exhausters. 1.02 RELATED SECTIONS A. Specification Section 23 3100 - HVAC Ducts and Casings. B. Specification Section 23 3300 -Air Duct Accessories. 1.03 REFERENCES A. AMCA 99-Standards Handbook. B. AMCA 210- Laboratory Methods of Testing Fans for Rating Purposes. C. AMCA 261 - Directory of Products Licensed to Bear the AMCA Certified Ratings Seal. D. AMCA 300-Test Code for Sound Rating Air Moving Devices. E. AMCA 301 - Method of Publishing Sound Ratings for Air Moving Devices. F. NEMA MG1 - Motors and Generators. G. UL 705- Power Ventilators. 1.04 SUBMITTALS A. Product Data: Provide data on fans and accessories including fan curves with specified operating point clearly plotted, power, RPM, sound power levels at rated capacity, and electrical characteristics and connection requirements. B. Manufacturer's Instructions: Indicate installation instructions. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years experience. 1.06 REGULATORY REQUIREMENTS A. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 ROOF EXHAUSTERS A. Manufacturers: 1. Greenheck 2. Carnes 3. Penn Ventilators 4. Cook 5. Twin City Fan 6. Acme 7. Engineer approved equal. B. Product Requirements: 1. Performance Ratings: Conform to AMCA 210 and bear the AMCA Certified Rating Seal. 2. Sound Ratings: AMCA 301, tested to AMCA 300 and bear AMCA Certified Sound Rating Seal. 3. Fabrication: Conform to AMCA 99. Waterloo Center for the Arts Project#17113 233423 Toilet Room Renovation 2018 HVAC POWER VENTILATORS Waterloo, Iowa Page 1 of 2 Page 272 of 513 4. UL Compliance: UL listed and labeled, designed, manufactured, and tested in accordance with UL 705. C. Performance: See drawings. D. Fan Unit: V-belt or direct driven as indicated with spun aluminum housing; resilient mounted motor; 1/2 inch mesh, 16 gauge aluminum wire birdscreen; square base to suit roof curb with continuous curb gaskets. E. Roof Curb: Self-flashing (14 inch high) aluminum or galvanized steel in here noted with continuously welded seams, built-in cant strips, one inch (1") insulation and curb bottom, curb bottom and factory installed nailer strip. The roof curb is to be approved by the building supplier when used on a metal roof. F. Disconnect Switch: Factory wired, non-fusible in housing for thermal overload protected motor and wall mounted. G. Backdraft Damper: Gravity actuated, aluminum multiple blade construction, felt edged with offset hinge pin, nylon bearings, blades linked. Where indicated on the drawings and schedules provide a powered back draft damper with line voltage motor drive, power open, and spring return. Verify voltage. H. Sheaves: Cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable and adjustable pitch motor sheave selected so required rpm is obtained with sheaves set at mid-position; fan shaft with self-aligning pre-lubricated ball bearings. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Secure roof exhausters with cadmium plated steel lag screws to roof curb or structure. C. Extend ducts to roof exhausters into roof curb or structure. Counterflash duct to roof or wall or opening. D. Provide sheaves required for final air balance. E. Install backdraft dampers on inlet to roof and wall exhausters. F. Do not operate fans until ductwork is clean, filters are in place, and bearings are lubricated. G. If equipment is to be operated prior to building turn over to the owner, the mechanical contractor must install filter media on all return and exhaust grilles. The contractor shall provide documentation that filters have been check on a daily basis. 3.02 SCHEDULES A. See drawings. END OF SECTION Waterloo Center for the Arts Project#17113 233423 Toilet Room Renovation 2018 HVAC POWER VENTILATORS Waterloo, Iowa Page 2 of 2 Page 273 of 513 SECTION 23 3700 AIR OUTLETS AND INLETS PART 1 GENERAL 1.01 SECTION INCLUDES A. Diffusers/registers/grilles. 1.02 REFERENCES A. ADC 1062 -Certification, Rating and Test Manual. B. AMCA 500-Test Method for Louvers, Dampers and Shutters. C. ARI 650-Air Outlets and Inlets. D. ASHRAE 70- Method of Testing for Rating the Air Flow Performance of Outlets and Inlets. E. SMACNA- HVAC Duct Construction Standard- Metal and Flexible. F. NFPA 70- National Electrical Code. G. NFPA 90A- Installation of Air Conditioning and Ventilating Systems. 1.03 SUBMITTALS A. Product Data: Provide data for equipment required for this project. Review outlets and inlets as to size, finish, and type of mounting prior to submission. Review ceiling type and style before submitting. Submit schedule of outlets and inlets showing type, size, location, application, and noise level. 1.04 PROJECT RECORD DOCUMENTS A. Record actual locations of air outlets and inlets. 1.05 QUALITY ASSURANCE A. Test and rate air outlet and inlet performance in accordance with ADC Equipment Test Code 1062 and ASHRAE 70. B. Test and rate louver performance in accordance with AMCA 500. 1.06 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum three years experience. PART 2 PRODUCTS 2.01 DIFFUSERS/REGISTERS/GRILLES A. Manufacturers: 1. Titus 2. Carnes 3. Tuttle & Bailey 4. Price Ind. 5. Krueger 6. Nailor 7. Engineer approved equal. B. Refer to schedule on drawings for style, size, and finish. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. Waterloo Center for the Arts Project#17113 233700 Toilet Room Renovation 2018 AIR OUTLETS AND INLETS Waterloo, Iowa Page 1 of 2 Page 274 of 513 B. Check location of outlets and inlets and make necessary adjustments in position and type to conform to architectural features, symmetry, and lighting arrangement. C. Install diffusers to ductwork with airtight connection. D. Provide balancing dampers on duct take-off to diffusers, grilles and registers, despite whether dampers are specified as part of the diffuser or grille and register assembly. E. Paint ductwork visible behind air outlets and inlets matte black. 3.02 SCHEDULES A. See drawings. END OF SECTION Waterloo Center for the Arts Project#17113 233700 Toilet Room Renovation 2018 AIR OUTLETS AND INLETS Waterloo, Iowa Page 2 of 2 Page 275 of 513 SECTION 23 8101 TERMINAL HEAT TRANSFER, CONVECTION HEATING,AND COOLING UNITS PART 1 GENERAL 1.01 SECTION INCLUDES A. Hydronic cabinet unit heaters. B. Electric radiant ceiling heaters. 1.02 REFERENCES A. NFPA 70- National Electrical Code. 1.03 SUBMITTALS A. Product Data: Provide typical catalog of information including arrangements. B. Shop Drawings: 1. Indicate cross sections of cabinets, grilles, bracing and reinforcing, and typical elevations. 2. Submit schedules of equipment and enclosures typically indicating length and number of pieces of element and enclosure, corner pieces, end caps, cap strips, access doors, pilaster covers and comparison of specified heat required to actual heat output provided. 3. Indicate mechanical and electrical service locations and requirements. C. Manufacturer's Instructions: Indicate installation instructions and recommendations. D. Project Record Documents: Record actual locations of components and locations of access doors in radiation cabinets required for access or valve. E. Operation and Maintenance Data: Include manufacturers descriptive literature, operating instructions, installation instructions, maintenance and repair data, and parts listings. F. Warranty: Submit manufacturer's warranty and ensure forms have been completed in owner's name and registered with manufacturer. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three-years experience. 1.05 REGULATORY REQUIREMENTS A. Products Requiring Electrical Connection: Listed and classified by Underwriters' Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 HYDRONIC CABINET UNIT HEATERS A. Manufacturers: 1. Sterling 2. The Trane Co. 3. Vulcan 4. Zehnder Rittling 5. Engineer approved equal. B. Coils: Heating elements shall be seamless copper tubing mechanically expanded into evenly spaced aluminum fins, factory air pressure tested at 300 psi at 200 deg F. Provide manual air vent. C. Cabinet: Steel 18 gauge with exposed corners and edges rounded, easily removed panels, fiberglass insulation and integral air outlets and inlet grilles. Provide protection panels for semi-recessed installation. Waterloo Center for the Arts Project#17113 238101 Toilet Room Renovation 2018 TERMINAL HEAT TRANSFER, CONVECTION HEATING, AND COOLING UNITS Waterloo, Iowa Page 1 of 4 Page 276 of 513 D. Finish: Factory applied baked enamel. Architect shall select color from standard color chart. E. Fans: Centrifugal forward-curved double-width wheels, statically and dynamically balanced, direct driven. F. Motor: Brushless DC/ECM with integral overload protection. G. Controls: To be used with a field supplied, low voltage thermostat by the FMS contractor. H. Filter: Easily removed one inch (1")thick fiberglass MERV 7 throw-away type located to filter air before coil. I. Access panels: Provide permanent hinged access covers to access valves and controls. J. Electrical Characteristics: Integral disconnect switch. 2.02 ELECTRIC CEILING RADIANT HEATERS A. Manufacturers: 1. Heatrex 2. I ndeeco 3. QMark 4. Engineer approved equal. B. Assembly: UL listed and labeled with thermal box and cover and cover. C. Heating Elements: Alloy resistance wire element rated at 390 deg F bonded to panel. Provide electrical junction box on back of panel with pigtail wires for field connection. D. Insulation: Two inch thick, four pound density mineral wool insulation. E. Ceiling Panels: Galvanized steel (22 gauge)with powder coat finish. F. Finish: [Powder coated white] [Silk screened to match ceiling tiles.] [Architect shall select color from standard color chart.] [Custom color shall be selected by Architect.] G. Mounting Hardware: Provide necessary mounting hardware for ceiling installation. Confirm ceiling type with architectural ceiling plan (surface or lay-in). H. Controls: [Provide wall mounted thermostat][with occupancy sensor.] [Low voltage relay for connection to FMS. Refer to Specification Section 23 0993- Sequence of Operation.] PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install equipment exposed to finished areas after walls and ceilings are finished and painted. Avoid damage. C. Protection: Provide finished cabinet units with protective covers during balance of construction. D. Cabinet Unit Heaters: Install as indicated. Coordinate to assure correct recess size for recessed units. E. Hydronic Units: Provide with shut off valve on supply and lock shield-balancing valve on return piping, unless otherwise shown on piping details. If not easily accessible, extend vent to exterior surface of cabinet for easy servicing. Provide manual air vents for all hydronic coils. 3.02 CLEANING A. After construction is completed, including painting, clean exposed surfaces of all units. Vacuum clean the coils and inside of the cabinets. B. Touch-up marred or scratched surfaces of factory-finished cabinets using finish materials furnished by the manufacturer. Waterloo Center for the Arts Project#17113 238101 Toilet Room Renovation 2018 TERMINAL HEAT TRANSFER, CONVECTION HEATING, AND COOLING UNITS Waterloo, Iowa Page 2 of 4 Page 277 of 513 3.03 SCHEDULES A. See drawings. END OF SECTION Waterloo Center for the Arts Project#17113 238101 Toilet Room Renovation 2018 TERMINAL HEAT TRANSFER, CONVECTION HEATING, AND COOLING UNITS Waterloo, Iowa Page 3 of 4 Page 278 of 513 Waterloo Center for the Arts Project#17113 238101 Toilet Room Renovation 2018 TERMINAL HEAT TRANSFER, CONVECTION HEATING, AND COOLING UNITS Waterloo, Iowa Page 4 of 4 Page 279 of 513 SECTION 26 0050 BASIC ELECTRICAL REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Basic Electrical Requirements specifically applicable to Electrical Division Specification Sections. B. Division 26 Specification requirements also include, by reference, all Division 00 and 01 specification sections. This contractor is responsible to review these specification sections. Requirements of these specification sections are included as a part of this contract. C. Division 26 Specification requirements also include, by reference, Specification Section 08 7100- Door Hardware. Review and inclusion of the electrical requirements of this specification section are included as a part of this contract. 1.02 OWNER OCCUPANCY A. The owner will occupy the premises during the construction period. B. Limit use of site and premises to allow owner occupancy. C. Cooperate with the owner to minimize conflict and to facilitate owner's operations. D. Schedule the work to accommodate this requirement. 1.03 REGULATORY REQUIREMENTS A. This contractor shall give proper authorities all requisite notices relating to work in his charge, obtain official permits, licenses for temporary construction and pay proper fees for it. B. This contractor is to be solely answerable for and shall promptly make good all damage, injury or delay to other contractors, to neighboring premises or to persons or property of the public by himself, by his employees or through any operation under his charge, whether in the contract or extra work. C. No attempt has been made to reproduce in these specifications any of the rules or regulations contained in city, state or federal ordinances and codes pertaining to the work covered by these specifications that the contractor be thoroughly familiar with all such ordinances and codes. D. The fact that said various rules, regulations and ordinances are not repeated in this specification does not relieve the contractor of the responsibility of making the entire installation in accordance with the requirement of those authorities having jurisdiction. E. All work shall comply with the applicable recommendations of: 1. The National Board of Fire Underwriters 2. The ANSI-NFPA 70 National Electrical Code 3. The National Fire Protection Association (NFPA) 4. The Occupations Safety and Health Act(OSHA) 5. IBC Building Code (current) and any current applicable city building and or electrical codes. 6. Fire Protection: Conform to International Fire Code (IFC)and NFPA. 7. International Energy Conservation Code (I ECC) F. Obtain permits and request inspections from authority having jurisdiction. G. Conform to latest approved versions of codes. 1.04 PROJECT/SITE CONDITIONS A. Install work in locations shown on drawings unless prevented by project conditions. Waterloo Center for the Arts Project#17113 260050 Toilet Room Renovation 2018 BASIC ELECTRICAL REQUIREMENTS Waterloo, Iowa Page 1 of 8 Page 280 of 513 B. Prepare drawings showing proposed rearrangement of work to meet project conditions, including changes to work specified in other sections. Obtain permission of owner and architect/engineer before proceeding. C. This contractor, before submitting his bid, shall visit the site of the project to familiarize himself with locations and conditions affecting his work. D. It is the intent of this specification that the contractor furnish all labor and material required to complete the installation as outlined in the drawings and specifications. No additions to the contract price will be allowed due to the failure of this contractor to properly evaluate the effect of existing conditions on the work to be done under this contract. E. Whenever renovation or remodeling or relocation of existing equipment is included in the contract, it is imperative that all locations of existing wiring conduits, electrical panels, equipment, services and grades be noted on the job site before bid is submitted and that all elevations and grades be verified before roughing in new work. 1.05 SEQUENCING AND SCHEDULING A. This contractor shall arrange his work in order that it progresses along with the general construction of the building. B. This contractor shall be kept informed as to the work of other trades engaged in the project and shall execute his work in such a manner so as not to delay or interfere with progress of other contractors. C. Where space for mechanical and electrical lines and piping is limited, it is imperative that all such trades coordinate their work so as to insure concealment in space provided. Where conflict exists, the engineer shall decide priority of space. If work is not properly coordinated, the engineer may require removal and relocation of work without additional compensation. 1.06 GUARANTEE A. This contractor shall guarantee all of the apparatus, materials, equipment furnished, and labor installed under this contract for a period of one year after date of final acceptance, unless a longer period is specified. B. Neither final certificate of payment nor any provisions in the contract documents nor partial or complete occupancy of premises by owner shall constitute an acceptance for work not done in accordance with contract documents or relieve the contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. C. Should any defects arise as the result of defective workmanship or material within the guarantee period set forth, this contractor shall make the necessary correction at his own expense. 1.07 ENGINEER APPROVED EQUAL PRODUCTS A. When the engineer, at the request of the interested parties, including the contractor, supplier and manufacturer approved "engineer approved equal' products for this project, such products are approved on the assumption that they will equal or exceed the performance of the products specified. B. If such products do not do so after being installed on this project, this contractor shall replace or modify the particular product as necessary to equal the performance of the products specified at no expense to the owner, architect or engineer. C. Request for"engineer approved equal" products shall be received by the architect/engineer prior to the last addendum being issued. Requests for substitutions received after this date will not be considered. Substitution requests shall clearly state which products are being considered for substitution. Substitution requests shall include all pertinent product information needed to evaluate the substitution as an "equal". Waterloo Center for the Arts Project#17113 260050 Toilet Room Renovation 2018 BASIC ELECTRICAL REQUIREMENTS Waterloo, Iowa Page 2 of 8 Page 281 of 513 D. Similar products shall be all of the same manufacturers and style. There is no exception to this unless prior approval has been granted from engineer. 1.08 OWNER'S RIGHT OF SALVAGE A. Before beginning construction, the contractor shall check and verify with the owner each item of existing equipment that must be removed. B. The owner will designate which items of material or equipment not reused that he may wish to keep. The contractor shall then remove these items with care and store in a location designated by the owner for the owner's disposal. C. All other items of equipment to be removed and not specified for reuse in new construction or reserved by the owner for his use shall become the property of the contractor and shall be removed from the site. 1.09 PROTECTION AND MAINTENANCE A. The work covered by these drawings and specifications may involve work in both new and remodeled areas of the building. B. Where necessary to connect to any existing utility service, this electrical contractor shall contact the owner and shall coordinate any building service connection with the owner so that normal operation to the building is disrupted as little as possible. C. Any work to be done in existing structures shall be coordinated with the owner and arrangements made so that traffic flow may be maintained and areas finished where possible before other areas are begun. D. This contractor shall protect existing equipment in finished areas from dirt, dust and damage as a result of his work. E. Coordinate protection requirements with department heads before beginning construction. F. Protect any building openings from unauthorized entry. Coordinate with owner where building entry must be controlled. 1.10 DEMOLITION A. This contractor shall be responsible for the demolition and removal of all existing electrical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be reused". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. 4. All elements to be removed are subject to the Owner's Right of Salvage. B. Preserve services to the existing facility. Extend/reroute/reconnect the existing systems as required providing for the continued function of these systems. 1.11 CUTTING AND PATCHING A. This contractor shall do all cutting and patching necessary for the installation of his work in all existing and new buildings unless otherwise noted. B. In areas where the integrity of new or existing fire separation assembly/wall is compromised by the work, this contractor shall be responsible to patch and/or seal openings as necessary to maintain and/or return fire separation to rating as required by applicable codes. C. This contractor shall do all cutting and patching required for his work beyond the remodeled areas unless otherwise noted. All finish work shall include patching to match existing adjacent surfaces. Painting shall be by others. Waterloo Center for the Arts Project#17113 260050 Toilet Room Renovation 2018 BASIC ELECTRICAL REQUIREMENTS Waterloo, Iowa Page 3 of 8 Page 282 of 513 1.12 CLEANING AND RUBBISH A. This contractor, upon completion of his work, shall remove all rubbish and debris resulting from his operation and shall remove it from site at his own expense. B. As far as his work is concerned, all equipment shall be cleaned and the premises left in first class condition. C. This contractor shall maintain the work area each day to prevent hazardous accumulation of waste from his work. 1.13 SEALING AND PENETRATION A. Clearance around the piping passing through fire or smoke rated construction shall be sealed to maintain the rated integrity of the construction (1 hr. 2 hrs. etc.). One and two-hour rated assemblies are to be patched on both sides of the assembly. B. This contractor shall verify rating and location of all such construction with the architectural drawings and seal all penetrations. C. Manufacturer offering products to comply with the requirements include the following: 1. Dow Corning "Silicone RTV Foam" 2. 3-M Corporation "Fire Barrier Caulk and Putty" 3. Thomas & Betts "Flame Safe Fire Stop System" D. Installation of these products are to be in strict accordance with the manufacturer's recommendations. E. This contractor shall submit shop drawings showing approved sealing assemblies to be utilized on this project. 1.14 ELECTRICAL CONNECTIONS A. This contractor shall mount and wire all magnetic starters, thermal protective switches, and speed changing switches furnished under the mechanical contract and install such starters and switches and wire them to their respective motors as a part of the electrical contract. B. All other magnetic starter switches, safety switches and speed control devices indicated on the electrical drawings or specifications are the responsibility of the electrical contractor to furnish and install. C. Unless specifically stated elsewhere, the wiring of the temperature control system shall be the responsibility of the mechanical contractor. 1.15 HAZARDOUS MATERIALS A. If the contractor stores any hazardous solvents or other materials on the site, he shall obtain copies of the safety data sheets for the materials and post them at the site. He shall inform the owner and all employed of any potential exposure to this material. B. At no time shall any product containing asbestos be incorporated into the work. 1. If asbestos materials are encountered, report to the owner. The owner will be responsible for asbestos removal. 1.16 AS-BUILT DRAWINGS A. This electrical contractor shall provide (at the conclusion of the project) one clean, non-torn, neat and legible "as-built" set of drawings to the owner. These drawings shall show the routing of conduit, wiring and equipment drawn in at scaled locations. All circuits shall be labeled and shall conform to labeled panel breakers. All dimensions indicated shall be referenced to a column line. A set of construction drawings will be furnished for this work. B. All electrical panels and electrical installed equipment shall be shown on the "as-built" drawings. C. Refer to General Specification Sections for additional requirements. Waterloo Center for the Arts Project#17113 260050 Toilet Room Renovation 2018 BASIC ELECTRICAL REQUIREMENTS Waterloo, Iowa Page 4 of 8 Page 283 of 513 D. This contractor shall update these drawings during the project at least once a week. 1.17 ALTERNATES A. Refer to description of alternate bids under General Specification Sections. 1.18 REVIEW OF MATERIALS A. This contractor shall submit to the engineer for review one (1) electronic copy giving a complete list of materials, fixtures, devices and panels he proposes to furnish. The brochure shall contain complete information as to the make of equipment, type, size, capacities, dimensions, and illustration. One of the returned copies shall be kept on the job at all times. B. Checking of submittal drawings by the engineer does not relieve the contractor of the responsibility for the accuracy of such drawings and for their conformity to drawings and specifications unless he notifies engineer, in writing, of such deviation at time such drawings are furnished. C. All submittals shall have the date marked on them when the contractor receives them from the supplier. Submittals shall be submitted through the contractor and shall not come direct from the supplier to the architect or engineer. D. This contractor shall mark the date and sign each set. This indicates that each of them have been checked in their entirety before submitting to the engineer. Submittals that are not dated and signed by the contractor will not be accepted or checked and will be marked "resubmit"and sent back to the contractor. 1.19 TEST OF SYSTEMS A. This contractor shall, before concealed, test all systems installed under this contract as called for in these specifications and as required by local codes. Tests shall be made in the presence of the engineer, local authorities or their duly authorized representative. Any defects discovered in testing shall be corrected and the tests repeated until all defects are eliminated. B. This contractor shall be held responsible for all damage resulting from defects in the system. C. Each individual feeder circuit shall be tested at the panel and in testing for insulation resistance to ground; the power equipment shall be connected for proper operation. In no case shall the insulation resistance to ground be less than that required by the National Electrical Code (NEC). 1.20 SCOPE OF WORK A. This contractor shall furnish all the labor and material necessary to install a complete electrical system for the building. The system shall include all items of work as outlined in these specifications and on the drawings. B. All work shall be performed by a well-qualified, licensed electrician with a thorough knowledge of the various systems involved in this building. It shall be this contractor's responsibility to see that his employees are familiar with all the various codes and tests applicable to this work. C. All equipment shall be new and of the type specified by the engineer unless otherwise noted in these specifications or on the drawings to remain and or be reused. D. The intent of the specifications and drawings is for complete installation of the systems outlined in the specifications and drawings so that at the conclusion of construction the system will be turned over to the owner complete and ready for safe and efficient operation. The specifications and drawings cannot deal individually with the many minute items that may be eventually required by the nature of the systems. E. This contractor is required to furnish and install all such items normally included on systems of this type, which, while not mentioned directly herein or on the drawings are obviously essential to the installation and operation of the system and which are normally furnished on quality installation of this type. Waterloo Center for the Arts Project#17113 260050 Toilet Room Renovation 2018 BASIC ELECTRICAL REQUIREMENTS Waterloo, Iowa Page 5 of 8 Page 284 of 513 F. This contractor, before proceeding with any work, shall review the architectural drawings. Any conflict between the electrical and architectural drawings shall be reported to the engineer for clarification. G. If there is a discrepancy between the drawings and the specifications or within either document, the more stringent requirement shall be estimated unless brought to the engineer's attention and an addendum is issued for clarification. 1.21 DAILY HOUSEKEEPING AND CLEANING A. At the end of each workday, the contractor shall remove all of his debris, rubbish, tools, and surplus materials from the project work area. The work area shall be broom cleaned and left in a neat and orderly condition. The contractor shall not use the owner's waste disposal facility for the removal of debris from the project. B. At end of construction, all equipment shall be cleaned and the premises left in first class condition as far as this contractor's work is concerned. 1.22 WALL CONTINUITY(1 HR.) A. All items mounted in 1 hr. rated walls requiring an opening larger than a four inch (4")square (16 sq. inches) require the 1 hr. rating not be degraded. B. Any branch panel in a 1 hr. wall will require the exterior of the recessed panel be covered with 5/8 inch fire rated gypsum board. This is true for any device requiring more than a 16 sq. inch opening. 1.23 LOW VOLTAGE CONDUIT INSTALLATION A. This contractor shall install conduit serving low voltage cables located in all mechanical rooms and non-accessible areas and exposed structural areas. Use cable trays in other areas as indicated on the drawings. Where cable trays are not accessible, use J-hooks equal to Caddy Cable CAT. Provide hooks with closure holes and cable ties. Mount hooks three foot(3')on center. B. This contractor shall install conduit sleeves serving low voltage cables through walls and floors. C. Refer to other specification sections for additional information. 1.24 TEMPORARY POWER AND LIGHTING A. Temporary electrical power and lighting necessary for the construction process is the responsibility of the electrical contractor and shall be included in the base bid amount. 1.25 HAND DRYER (#1) A. Hand dryer Model #Airblade V shall be manufactured by Dyson to include Polycabonate AVS-casing. Motor shall be Dyson digital V4. Decibel level shall be 79. B. Hand dryers shall be activated by means of a push button control device. C. Timer shall be the mechanical, cam-operated type. D. Hand dryer shall be UL listed. E. Nozzle shall be fixed. F. Dryer shall be 120 volt,1600 watt. G. Color shall be selected by architect during submittal phase. 1.26 DIGITAL MEDIA AGREEMENT A. Computer Aided Drafting (CAD)documents may be available to the contractor for some uses. Contact the engineer prior to bidding to determine what information is available to be transmitted to the contractor in digital form. Waterloo Center for the Arts Project#17113 260050 Toilet Room Renovation 2018 BASIC ELECTRICAL REQUIREMENTS Waterloo, Iowa Page 6 of 8 Page 285 of 513 B. When documents are determined to be available, and as requested by the contractor, they will be transmitted upon the completion and execution of the MODUS digital media agreement. A service fee for each document transmitted will be assessed to the contractor. Documents will be transmitted upon payment receipt. Current service fee is $100.00 per CAD sheet. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 260050 Toilet Room Renovation 2018 BASIC ELECTRICAL REQUIREMENTS Waterloo, Iowa Page 7 of 8 Page 286 of 513 Waterloo Center for the Arts Project#17113 260050 Toilet Room Renovation 2018 BASIC ELECTRICAL REQUIREMENTS Waterloo, Iowa Page 8 of 8 Page 287 of 513 SECTION 26 0051 PRE-BID SUBSTITUTION REQUEST FORM This document shall be submitted for all MODUS projects where a manufacturer's sales rep requests that additional products be considered where they are not currently listed on the lighting fixture schedule and/or specifications. Where "Engineer Approved Equal" is listed on the fixture schedule, the designer for the project was unable to find a product that matched the performance and/or aesthetic criteria required. Product submittals shall include notations on any variances so that they are brought to the attention of the designer for consideration. All substitution requests shall be submitted to the electrical engineer (10)ten business days prior to the project bid date. The electrical engineer contact information can be found on the first page of the MEP cover sheet. If information is not available, please contact MODUS directly at (515)251-7280 to identify the responsible party. Refer to the paragraphs below for product submittal requirements. However, only page 2 is to be completed and submitted with the required information. LIGHTING FIXTURE SUBSTITUTION REQUEST FOR CONSIDERATION: 1. Provide a summary, description, and any discrepancies of the lighting fixture(s) being submitted for consideration. - i.e. "submitting alternate fixtures for cove products", "submitting alternate LED troffer", etc. 2. Summarize any differences that you are aware of for each product: "has 3.5" aperture while 3"was specified", "fixture has slightly lower lumen package but better efficacy', "steel pole instead of aluminum", etc. 3. Provide a list of lighting fixtures being submitted on your company letterhead along with this form at the beginning of the submittal. The list shall include the TYPE, MANUFACTURER and MODEL NUMBER that is being submitted. 4. Submitter shall include a product page for each type(s) being submitted. The product page shall have all parts of the model number identified by highlighting or boxing in the specific components. If these items are not identified, we will not review the submittal request. 5. Submit IES files for all products submitted, re-named with the fixture type being submitted. Photopia or other software created files will not be accepted. ie: TYPE FA.ies LIGHTING CONTROLS SUBSTITUTION REQUEST FOR CONSIDERATION: 1. Provide a summary, description, and any discrepancies of the lighting control devices being submitted for consideration. ie- "submitting alternate control devices". 2. Please provide and review the sequence of operation located on our lighting drawings that outline the required control methods for each space. It is our expectation that the submitter completely understands the manufacturer's responsibility to make sure all parts and pieces are included is your submittal. 3. Provide manufacturer warranty and commissioning information. 4. Submitter shall include a product page for each type(s) being submitted. The product page shall have all parts of the model number identified by highlighting or boxing in the specific components. SUMMARY OF OTHER LIGHTING RELATED ITEMS BEING SUBMITTED: 1. This section is for battery packs, inverters or any other items that you would like us to consider where you believe that you have an equivalent product for us to consider. Again, please don't just include "generic" cutsheets—identify exactly what products you are submitting and if there are any differences that we should be aware of. Waterloo Center for the Arts Project#17113 260051 Toilet Room Renovation 2018 PRE-BID SUBSTITUTION REQUEST FORM Waterloo, Iowa Page 1 of 4 Page 288 of 513 Waterloo Center for the Arts Project#17113 260051 Toilet Room Renovation 2018 PRE-BID SUBSTITUTION REQUEST FORM Waterloo, Iowa Page 2 of 4 Page 289 of 513 PROJECT NAME: PROJECT LOCATION: DATE SUBMITTED: BID DATE: ELECTRICAL ENGINEER: FIXTURE SCHEDULE SHEET: LIGHTING FIXTURE SUBSTITUTION REQUEST FOR CONSIDERATION: Note that if a fixture is approved in our addendum, light fixtures will be approved only with the TYPE and MANUFACTURER listed. It shall be the responsibility of the submitter to verify that all information contained within the submittals after bids are awarded matches the dimensions, lumen outputs, voltages, dimming types, warranties, etc. LIGHTING CONTROLS SUBSTITUTION REQUEST FOR CONSIDERATION: SUMMARY OF OTHER LIGHTING RELATED ITEMS BEING SUBMITTED: Waterloo Center for the Arts Project#17113 260051 Toilet Room Renovation 2018 PRE-BID SUBSTITUTION REQUEST FORM Waterloo, Iowa Page 3 of 4 Page 290 of 513 END OF SECTION Waterloo Center for the Arts Project#17113 260051 Toilet Room Renovation 2018 PRE-BID SUBSTITUTION REQUEST FORM Waterloo, Iowa Page 4 of 4 Page 291 of 513 SECTION 26 0080 ELECTRICAL SCHEDULE OF VALUES PART 1 GENERAL 1.01 FORM COMPLETION A. The successful Electrical Contractor shall complete this form in its entirety within 30 days of receipt of signed contract from the General Contractor, and submit directly to MODUS. B. This information is confidential and will not be disclosed to any individual outside of MODUS. Data collected will be used in evaluating pay applications. 1.02 OVERALL CONTRACT Base Electrical Bid $ Add or deduct accepted alternates, negotiated changes, or other modifications to the contract $ Total Electrical Bid $ 1.03 SCHEDULE OF VALUES Interior Lighting - Material and Labor $ Wiring Devices - Material and Labor $ Lighting Control Devices- Material and Labor $ Total Electrical Bid (Sum of Schedule of Values) $ PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 260080 Toilet Room Renovation 2018 ELECTRICAL SCHEDULE OF VALUES Waterloo, Iowa Page 1 of 2 Page 292 of 513 Waterloo Center for the Arts Project#17113 260080 Toilet Room Renovation 2018 ELECTRICAL SCHEDULE OF VALUES Waterloo, Iowa Page 2 of 2 Page 293 of 513 SECTION 26 0090 MINOR ELECTRICAL DEMOLITION FOR REMODELING PART 1 GENERAL 1.01 SECTION INCLUDES A. The requirements of the Contract Forms, the Conditions of the Contract, Division 1 - General Requirements and Specification Section 26 0050 - Basic Electrical Requirements "General Provisions" apply to this section. 1.02 SCOPE A. This contractor shall be responsible for the demolition and removal of all existing electrical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be relocated". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. B. Preserve services to the existing facility. Extend, reroute, and reconnect existing systems as required providing for the continued function of these systems. C. Demolition shall be accomplished by the proper tools and equipment for the work to be removed. Personnel shall be experienced and qualified in the type of work to be performed. D. This electrical contractor shall remove all abandoned equipment, conduit, supports, equipment curbs and bases associated with the remodeled area unless noted otherwise. E. This contractor is responsible to provide temporary electrical protection during this project. 1.03 MATERIALS A. All elements to be removed are subject to the Owner's Right of Salvage. B. All materials removed shall be the property of the removing contractor and shall be removed from the site by him, unless otherwise specified. C. The owner may designate and have salvage rights to any material herein demolished by this contractor. It will be the owner's responsibility to designate such salvageable items and remove them prior to the contractor working in that area. 1.04 WORK BY OTHERS A. Unless specifically noted under other contracts, the electrical contractor shall assume he will perform all required work. In general, the following will be performed by others: 1. The mechanical contractor shall be responsible for the cutting and capping of all existing gas, water, sewer, and any other utility service. 1.05 EXISTING CONDITIONS A. If any existing fixtures or devices that are to remain are disturbed by operations under this contract, the contractor is required to re-establish continuity of such systems. B. The electrical contractor shall arrange for the general contractor to repair and patch all construction with material necessary to match surrounding due to removal of equipment and conduit. C. The electrical contractor shall furnish all required labor and material, where required, to extend new work to connect to similar work for extension of existing systems. D. Demolition plans are based on casual field observations and existing record documents. Report discrepancies to the owner before disturbing existing installation. Beginning of demolition means installer accepts existing conditions. Waterloo Center for the Arts Project#17113 260090 Toilet Room Renovation 2018 MINOR ELECTRICAL DEMOLITION FOR REMODELING Waterloo, Iowa Page 1 of 4 Page 294 of 513 E. Floor slabs may contain conduit systems. This Contractor is responsible for taking any measures required to ensure no conduits or other services are damaged. This includes x-ray or similar non-destructive means. Where conduit is in concrete slab, cut conduit flush with floor, pull out conductors, and plug conduit ends. F. This Contractor is responsible for all costs incurred in repair, relocations, or replacement of any cables, conduits, or other services if damaged without proper investigation. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 EXAMINATION A. Verify field-circuiting arrangements and reconnect as necessary. B. Verify that abandoned wiring and equipment serve only abandoned facilities. Reconnect circuits, as required, to prevent de-energizing of remaining receptacles and lights. C. Demolition drawings are based on casual field observation and existing record documents. Report discrepancies to the owner before disturbing existing installation. D. Beginning of demolition means installer accepts existing conditions. E. Review existing panels to remain in the area of construction. Notify the design team of any damaged circuit breakers or missing closure plates. F. Review existing lighting to remain in the area of construction. Notify the design team of any non-functional lamps, ballasts, or electrical parts. 3.02 PREPARATION A. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. Disconnect circuits at the source. B. Coordinate utility service outage with local utility company. C. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits use personnel experienced in such operations. This shall include 600 volt or less systems and low voltage signal circuits. D. Existing Electrical Service: Maintain existing system in service. Disable system only to make switchover connections. Obtain permission from the owner, at least 48 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections as required. E. Existing Fire Alarm System: Maintain existing system in service. Disable system only to make switch over and connections. Notify owner and local fire service at least 24 hours before partially or completely disabling the system. Minimize outage duration. Make temporary connections to maintain service within construction areas and in areas adjacent to work area. F. Existing Telephone System: Maintain existing system in service. G. Existing Paging, TV Antenna, and Intercoms Systems: 1. Maintain existing system in service. 2. Disable system only to make switch over and connections. 3. Obtain permission from the owner at least 24 hours before partially or completely disabling system. 4. Minimize outage duration. 5. Make temporary connections to maintain service in areas adjacent to work areas. Waterloo Center for the Arts Project#17113 260090 Toilet Room Renovation 2018 MINOR ELECTRICAL DEMOLITION FOR REMODELING Waterloo, Iowa Page 2 of 4 Page 295 of 513 3.03 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Demolish and extend existing electrical work under provisions of this section. B. Remove, relocate, and extend existing installations to accommodate new construction. C. Remove abandoned wiring to source of supply. D. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors and patch surfaces. E. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide a blank cover for abandoned outlets that have not been removed. F. Disconnect and remove electrical devices and equipment serving utilization removed equipment. G. Disconnect and remove abandoned luminaires, brackets, stems, hangers, and other accessories. This contractor shall include in his bid, associated fees for disposal of ballasts and lamps. H. Repair adjacent construction and finishes damaged during demolition and extension work. I. Maintain access to existing electrical installations that remain active. Modify installation or provide access panel as appropriate. J. Extend existing installation using materials and methods compatible with existing electrical installations or as specified. K. The electrical contractor is responsible for removal of lamps and ballast from existing fixtures to be demolished. The electrical contractor is to properly dispose of these items in accordance with codes for hazardous materials. 3.04 CLEANING AND REPAIR A. Clean and repair existing materials that remain or are to be reused. B. Panelboards: Clean exposed surfaces and check tightness of electrical connections. Provide typed circuit directory showing revised circuiting arrangement. C. Luminaires: Remove existing luminaires for cleaning. Use mild detergent to clean all exterior and interior surfaces; rinse with clean water and wipe dry. 3.05 INSTALLATION A. Install relocated materials and equipment. END OF SECTION Waterloo Center for the Arts Project#17113 260090 Toilet Room Renovation 2018 MINOR ELECTRICAL DEMOLITION FOR REMODELING Waterloo, Iowa Page 3 of 4 Page 296 of 513 Waterloo Center for the Arts Project#17113 260090 Toilet Room Renovation 2018 MINOR ELECTRICAL DEMOLITION FOR REMODELING Waterloo, Iowa Page 4 of 4 Page 297 of 513 SECTION 26 0519 ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 GENERAL 1.01 SECTION INCLUDES A. Building wire B. Wiring connectors. 1.02 RELATED SECTIONS A. Specification Section 26 0553 - Identification for Electrical Systems 1.03 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS-Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70- National Electrical Code. D. Product Data: Provide for each cable assembly type. E. Test Reports: Indicate procedures and values obtained. F. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.04 SUBMITTALS A. Project Record Documents: Record actual locations of components and circuits. B. Project Record Documents: Provide documentation of the manufacturer's recommended lug torque value for aluminum conductors, the date the lugs were torqued, and installed torque readings. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. 1.06 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. 1.07 PROJECT CONDITIONS A. Verify that field measurements are as indicated. B. Wire and cable routing indicated is approximate unless dimensioned. Include wire and cable lengths within 10 foot of length shown. 1.08 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 PRODUCTS 2.01 BUILDING WIRE A. Manufacturers: 1. Okanite 2. Bell/Hubbell#BICC Waterloo Center for the Arts Project#17113 260519 Toilet Room Renovation 2018 ELECTRICAL POWER CONDUCTORS AND CABLES Waterloo, Iowa Page 1 of 4 Page 298 of 513 3. American Insulated Wire 4. General Cable 5. Southwire 6. United Copper Industries 7. Engineer approved equal. B. Description: Insulated conductor wire. 1. All wire shall be stranded. 2. Wire sizes#12 AWG and smaller shall be solid. Wire sizes#10 AWG and larger shall be stranded. a. Insulation colors for 120/208V shall be as follows: phase A shall be black, phase B shall be red, and phase C shall be blue. b. For conductors that are too large to be provided in the required color install wire markers per the requirements of Section 26 0553 Identification for Electrical Systems. 3. Provide solid wire pigtails at all wiring devices and lighting control devices. C. Conductor: 1. Copper D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, type#THHN/THWN-2. All cable installation procedures or sizing shall be based on 75 deg C temperature rating. 2.02 WIRING CONNECTORS A. Split Bolt Connectors: 1. Burndy 2. Engineer approved equal. B. Spring Wire Connectors: 1. Thomas & Betts 2. Engineer approved equal. C. Compression Connectors: 1. Burndy 2. Thomas & Betts 3. Engineer approved equal. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. 3.02 PREPARATION A. Completely and thoroughly swab raceway over two inch (2") in size or buried below grade before installing wire. 3.03 WIRING METHODS A. Concealed Dry Interior Locations: Use only building wire, type#THHN/THWN-2 insulation in raceway. Use type#NMC cable in residential areas where approved for use. B. Exposed Dry Interior Locations: Use only building wire, type#THHN/THWN-2 insulation in raceway. C. Above Accessible Ceilings: Use only building wire, type#THHN/THWN-2 insulation in raceway. Use type#NMC cable in residential areas where approved for use. Waterloo Center for the Arts Project#17113 260519 Toilet Room Renovation 2018 ELECTRICAL POWER CONDUCTORS AND CABLES Waterloo, Iowa Page 2 of 4 Page 299 of 513 D. Wet or Damp Interior Locations: Use only building wire, type#THHN/THWN-2 insulation in raceway. E. Exterior Locations: Use only building wire, type#THHN/THWN-2 insulation, in raceway. Use liquid-tight wiring methods. Use liquid-tight connections. F. Underground Installations: Use only building wire, type#THHN/THWN-2 insulation, in raceway. Use liquid-tight wiring methods. G. Interior Installations: Use only building wire, type#THHN/THWN-2 insulation, in raceway. H. Use wiring methods indicated. 3.04 INSTALLATION A. Route wire and cable as required meeting project conditions. B. Install cable in accordance with the NECA"Standard of Installation." C. Use stranded conductors for feeders and branch circuits larger than 12 AWG. D. Use conductors not smaller than 12 AWG for power and lighting circuits. Only pre-manufactured fixture whips are allowed to be 14 AWG. E. Use#10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. F. Use#10 AWG conductors for 20 ampere, 208/240 volt branch circuits longer than 200 feet. G. It shall be the responsibility of the electrical contractor to verify all voltage drop and size all wire accordingly. H. Pull all conductors into raceway at same time. I. Use suitable wire pulling lubricant for building wire#4 AWG and larger. J. Protect exposed cable from damage. K. Use suitable cable fittings and connectors. L. Neatly train and lace wiring inside boxes, equipment and panel boards. M. Clean conductor surfaces before installing lugs and connectors. N. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. O. Use suitable reducing connectors or mechanical connector adaptors for connecting aluminum conductors to copper conductors. P. Use split bolt connectors for copper conductor splices and taps, #6 AWG and larger. Tape non-insulated conductors and connector with electrical tape to 150% of insulation rating of conductor. 0. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, #8 AWG and smaller. R. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, #10 AWG and smaller. All connections in exterior hand holes shall have liquidtight connections. S. Identify and color code wire and cable under provisions of Specification Section 26 0553- Identification for Electrical Systems. Identify each conductor with its circuit number or other designation indicated. T. Do not install multi-wire branch circuits. No sharing of neutral shall be permitted. U. Install all conductors and make final connections in accordance with all manufacturer's recommendations. Waterloo Center for the Arts Project#17113 260519 Toilet Room Renovation 2018 ELECTRICAL POWER CONDUCTORS AND CABLES Waterloo, Iowa Page 3 of 4 Page 300 of 513 3.05 FIELD QUALITY CONTROL A. Perform field inspection and testing. B. Inspect wire and cable for physical damage and proper connection. C. Measure tightness of bolted connections and compare torque measurements with manufacturer's recommended values. D. Verify continuity of each branch circuit conductor. END OF SECTION Waterloo Center for the Arts Project#17113 260519 Toilet Room Renovation 2018 ELECTRICAL POWER CONDUCTORS AND CABLES Waterloo, Iowa Page 4 of 4 Page 301 of 513 SECTION 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Mechanical connectors. B. W i re. 1.02 RELATED SECTIONS A. Specification Section 27 0526 - Grounding and Bonding for Communication Systems 1.03 SUBMITTALS A. Product data and manufacturer's installation instructions for non-approved manufacturers shall be submitted for review prior to the bid date. B. Submittals shall include: 1. Dimensional drawing for each planned device. 2. Exothermic Connection Certification for installers. 1.04 SUMMARY A. Provide all labor, materials, and equipment necessary to properly install a grounding system conductor in all new branch wiring and feeder installations, which shall be in full compliance with all applicable codes as accepted by the authorities having jurisdiction. The secondary distribution system shall include a grounding conductor in all raceways in addition to the return path of the metallic conduit. B. In general, all electrical equipment(metallic conduit, motor frames, panelboards, etc.)shall be bonded together with a green insulated or bare copper system grounding conductor in accordance with specific rules of Article 250 of the NEC and local codes. The bonding conductor through the raceway system shall be continuous from main switch ground bus to panel ground bar of each panelboard, and from panel grounding bar of each panelboard to branch circuit equipment and devices. C. All raceways shall have an insulated copper system ground conductor throughout the entire length of circuit installed within conduit in strict accordance with NEC. The grounding conductor shall be included in total conduit fill determining conduit sizes, even though not included or shown on drawings. All grounding conductors that run with feeders in PVC conduit outside of building shall be bare only. D. Provide and install all grounding and bonding as required by the National Electrical Code (NEC) including but not limited to Article 800 of the NEC. 1.05 REFERENCES A. ANSI/NFPA 70- National Electrical Code. B. IEEE 837-2014: Standard for Qualifying Permanent Connections Used in Substation Grounding. C. IEEE Emerald Book D. IEEE Green Book 1.06 PROJECT RECORD DOCUMENTS A. Submit record documents to accurately record actual locations of grounding electrodes. B. Submit test results of each ground rod. 1.07 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. Waterloo Center for the Arts Project#17113 260526 Toilet Room Renovation 2018 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 1 of 4 Page 302 of 513 B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 PRODUCTS 2.01 MECHANICAL CONNECTORS A. All grounding connectors shall be in accordance with UL 467 and UL listed for use with rods, conductors, reinforcing bars, etc., as appropriate. B. Connectors and devices used in the grounding systems shall be fabricated of copper or bronze materials, and properly applied for their intended use. All connectors and devices shall be compatible with the surfaces being bonded and shall not cause galvanic corrosion by dissimilar metals. C. Lugs: Substantial construction, of cast copper or bronze with "ground" (micro-flat) surfaces, twin clamp, and two-hole tongue equal to Burndy QQA Series. D. Grounding and Bonding Bushings: Malleable iron. 1. Manufacturers: a. Thomas & Betts b. Engineer approved equal. E. Piping Clamps: Burndy GAR-TC Series with a two-hole compression terminal. F. Grounding Screw and Pigtail: Raco#983. G. Building Structural Steel: Thompson #701 Series heavy duty bronze "C" clamp with two-bolt vise-grip cable clamp or equal. H. Mechanical lugs or wire terminals shall be used to bond ground wires together or to junction boxes and panel cabinets. 2.02 WIRE A. Material: Stranded copper. B. Size to meet NFPA 70 requirements as a minimum. Increase size if called for on drawings or in these specifications. C. Insulated THWN (or bare as noted elsewhere). PART 3 EXECUTION 3.01 GENERAL A. Install products in accordance with manufacturer's instructions. B. Install grounding electrodes conductor, bonding conductors, ground rods, etc. with all required accessories. C. Grounding shall meet(or exceed as required to meet these specifications)all the requirements of the N.E.C., the NFPA, and applicable standards of IEEE. D. Where there is a conflict between these specifications and the above applicable codes/standards or between this section of these specifications and other sections, then the most stringent or excessive requirement shall govern. Where there is an omission of a code/standard requirement in these specifications then the current code/standard requirements shall comply. E. Requirement in these specifications to comply with a specific code/standard article, etc. is not to be construed as deleting of requirements of other applicable codes/standards and their articles, etc. Waterloo Center for the Arts Project#17113 260526 Toilet Room Renovation 2018 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 2 of 4 Page 303 of 513 3.02 GROUNDING CONDUCTORS A. Grounding conductors shall be provided with every circuit to meet(or exceed as required to meet these specifications and/or drawings)the requirements of NEC 250. B. At every voltage level, new portions of the electrical power distribution system shall be grounded with a dedicated copper conductor, which extends from termination back to power source in supply panelboard. C. Provide separate, insulated (bare if with feeder in PVC conduit outside of building) conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug. D. Except as otherwise indicated, each feeder raceway on the load side of the service entrance shall contain a ground conductor sized as indicated and where not shown shall be sized to meet (or exceed as required)these specifications and/or drawings the requirements of NEC 250. The conductor shall be connected to the equipment grounding bus in switchboards and panelboards, to the grounding bus in all motor control centers, and as specified to lighting fixtures, motors, and other types of equipment and outlets. The ground shall be in addition to the metallic raceway and shall be properly connected thereto, using a lug device located within each item enclosure at the point of electric power connections to permit convenient inspection. E. Provide green insulated ground wire for all receptacles and for equipment of all voltages. In addition to grounding strap connection to metallic outlet boxes, a supplemental grounding wire and screw equal to Raco No. 983 shall be provided to connect receptacle ground terminal to the box. F. All plug strips and metallic surface raceway shall contain a green insulation ground conductor from supply panel ground bus connected to grounding screw on each receptacle in strip and to strip channel. Conductor shall be continuous. G. Where integral grounding conductor is specified elsewhere in bus duct construction, provide equivalent capacity conductor from supply switchboard or panelboard grounding bus to the bus duct grounding conductor. Bond integral conductor to bus duct enclosure at each tap and each termination. H. All motors, all heating coil assemblies, and all building equipment requiring flexible connections shall have a green grounding conductor properly connected to the frames and extending continuously inside conduit with circuit conductors to the supply source bus with accepted connectors regardless of conduit size or type. 3.03 LIGHT FIXTURES A. All new and removed/reinstalled fixtures in building interior, and exterior fixtures shall be provided with green grounding conductor, solidly connected to unit. Individual fixture grounds shall be with lug to fixture body, generally located at point of electrical connection to the fixture unit. B. All suspended fixtures and those supplied through flexible metallic conduit shall have green ground conductor from outlet box to fixture. Cord connected fixtures shall contain a separate green ground conductor. C. Installation shall exceed minimum requirements of NFPA 780. 3.04 MISCELLANEOUS GROUNDING CONNECTIONS A. Provide bonding to meet regulatory requirements. B. Required connections to building steel shall be with UL accepted non-reversible crimp type ground lugs exothermically welded to bus bar that is either exothermically welded or bolted to steel in locations where weld will affect the structural properties of the steel. Required connections to existing building structural steel purlins/i beams shall be with heavy duty bronze "C" clamp with two bolt vise-grip cable clamp. Waterloo Center for the Arts Project#17113 260526 Toilet Room Renovation 2018 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 3 of 4 Page 304 of 513 C. Grounding conductors shall be so installed as to permit shortest and most direct path from equipment to ground; be installed in conduit; be bonded to conduit at both ends when conduit is metal; have connections accessible for inspection; and made with accepted solderless connectors brazed or bolted to the equipment or to be grounded; in NO case be a current carrying conductor; have a green jacket unless it is bare copper; be run in conduit with power and branch circuit conductors. The main grounding electrode conductor shall be exothermically welded to ground rods, water pipe, and building steel. D. All surfaces to which grounding connections are made shall be thoroughly cleaned to maximum conductive condition immediately before connections are made thereto. Metal rust proofing shall be removed at grounding contact surfaces, for 0 ohms by digital Vm. Exposed bare metal at the termination point shall be painted. E. All ground connections that are buried or in otherwise inaccessible locations, shall be welded exothermically. The weld shall provide a connection which shall not corrode or loosen and which shall be equal or larger in size than the conductors joined together. The connection shall have the same current carrying capacity as the largest conductor. F. Install ground bushings on all metal conduits entering enclosures where the continuity of grounding is broken between the conduit and enclosure (i.e. metal conduit stub-up into a motor control center enclosure or at ground bus bar). Provide an appropriately sized bond jumper from the ground bushing to the respective equipment ground bus or ground bus bar. G. Install ground bushings on all metal conduits where the continuity of grounding is broken between the conduit and the electrical distribution system (i.e. metal conduit stub-up from wall outlet box to ceiling space. Provide an appropriately sized bond jumper from the ground bushing to the respective equipment ground bus or ground bus bar. H. Grounding provisions shall include double locknuts on all heavy wall conduits. 3.05 TESTING AND REPORTS A. Raceway Continuity: Metallic raceway system as a component of the facilities ground system shall be tested for electrical continuity. Resistance to ground throughout the system shall not exceed specified limits. B. Ground resistance measurements shall be made on each system utilized in the project. The ground resistance measurements shall include building structural steel, driven grounding system, water pipe grounding system and other accepted systems as may be applicable. Ground resistance measurements shall be made in normally dry weather, not less than 24 hours after rainfall, and with the ground under test isolated from other grounds and equipment. Resistances measured shall not exceed specified limits. C. Upon completion of testing, the testing conditions and results shall be certified by the electrical contractor and submitted to the engineer. 3.06 INTERFACE WITH OTHER PRODUCTS A. Interface with communications system installed under other specification sections. 3.07 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. B. Use suitable test instrument with current certificate of calibration to measure resistance to ground of system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method or signal injection method. END OF SECTION Waterloo Center for the Arts Project#17113 260526 Toilet Room Renovation 2018 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 4 of 4 Page 305 of 513 SECTION 26 0529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Product requirements. 1.02 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NFPA 70- National Electrical Code. 1.03 SUBMITTALS A. Product Data: Provide manufacturers catalog data for fastening systems. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of products. 1.04 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Materials and Finishes: 1. Corrosion resistant. 2. Select materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit, including weight of wire in conduit. B. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps and welded fasteners. 3. Concrete Surfaces: Use self-drilling anchors and expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle bolts and hollow wall fasteners. 5. Solid Masonry Walls: Use expansion anchors and preset inserts. 6. Sheet Metal: Use sheet metal screws. 7. Wood Elements: Use wood screws. PART 3 EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions and utility company regulations where applicable. B. Provide anchors, fasteners and supports in accordance with NECA"Standard of Installation". 1. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. 2. Do not use spring steel clips and clamps. 3. Do not use powder-actuated anchors. 4. Do not drill or cut structural members. C. Fabricate supports from structural steel or formed steel members or steel channel. Rigidly weld members or use hexagon-head bolts to present neat appearance with adequate strength and rigidity. Use spring lock washers under all nuts. Waterloo Center for the Arts Project#17113 260529 Toilet Room Renovation 2018 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 1 of 2 Page 306 of 513 D. Install surface-mounted cabinets and panelboards with minimum of four anchors. E. Use steel channel supports to stand cabinets and panelboards one inch (1") off wall in all wet and damp locations. F. Use sheet metal channel to bridge studs above and below cabinets and panelboards recessed in hollow partitions. G. Reinforce outdoor concrete pads with 1/2 inch steel reinforcing bars on 12 inch centers or as shown on the drawings. H. All pathways and hangers shall be independently hung. END OF SECTION Waterloo Center for the Arts Project#17113 260529 Toilet Room Renovation 2018 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 2 of 2 Page 307 of 513 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Conduit requirements. B. Conduit types. C. Box types. 1.02 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3- Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70- National Electrical Code. E. NEMA 250- Enclosures for Electric Equipment. F. NEMA WD 6-Wiring Device Configurations. G. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. H. NECA(National Electrical Contractor's Association) Standard of Installation. I. NEMA WD 6-Wiring Device Configurations. J. TIA-569-B- Commercial Building Standard for Telecommunications Pathways and Spaces. 1.03 RELATED SECTIONS A. Specification Section 27 0526 - Grounding and Bonding for Communications Systems 1.04 PROJECT RECORD DOCUMENTS A. Accurately record actual routing of conduits larger than two inches. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.05 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.06 SUBMITTALS A. Product Data: Provide dimensions, knockout sizes and locations, materials, fabrication details, finishes, and accessories. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.07 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. 1.08 DELIVERY, STORAGE,AND HANDLING A. Deliver, store, protect, and handle products to the site. Waterloo Center for the Arts Project#17113 260533 Toilet Room Renovation 2018 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 1 of 6 Page 308 of 513 B. Accept products on site. Inspect for damage. C. Protect products from corrosion and entrance of debris by storing above grade. Provide appropriate covering. 1.09 PROJECT CONDITIONS A. Verify that field measurements are as shown on the drawings. B. Verify routing and termination locations of conduit prior to rough in. C. Conduit routing is shown on the drawings in approximate locations unless dimensioned. Route as required completing the wiring system. PART 2 PRODUCTS 2.01 CONDUIT REQUIREMENTS A. Minimum Size: 1/2 inch for power wiring and 1 inch for low voltage wiring unless noted otherwise. B. Size conduit per ANSI/NFPA 70. C. Wet and Damp Locations: 1. Use rigid steel conduit and intermediate metal conduit. D. Dry Locations: 1. Concealed: Use rigid steel conduit, intermediate metal conduit or electrical metallic tubing. 2. Exposed: Use rigid steel conduit, intermediate metal conduit or electrical metallic tubing. 2.02 CONDUIT TYPES A. Metal Conduit: 1. Rigid Steel Conduit: ANSI C80.1. 2. Rigid Aluminum Conduit: ANSI C80.5. 3. Intermediate Metal Conduit (IMC): Rigid steel. 4. Fittings and Conduit Bodies: ANSI/NEMA FB 1; material to match conduit. B. Flexible Metal Conduit: 1. Description: Interlocked steel construction. 2. Fittings: ANSI/NEMA FB 1. C. Liquidtight Flexible Metal Conduit: 1. Description: Interlocked steel construction with PVC jacket. 2. Fittings: ANSI/NEMA FB 1. D. Electrical Metallic Tubing (EMT): 1. Description: ANSI C80.3; galvanized tubing. 2. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel compression type with steel lock nut, and ring or steel setscrew fittings. Install compression type fittings in all wet and damp areas. E. Colored Electrical Metallic Tubing (EMT) 1. Conduit installed in areas where ceiling/structure will be painted by the general contractor, standard (non-colored)conduit shall be provided and installed. 2. Conduit for the following systems shall be Allied EZ-Pull True Color EMT. a. Colored Conduit Schedule: 1) Red: Fire Alarm 2) Blue: Temperature Controls/Door Access F. Pre-manufactured Fixture Whips: 1. Manufacturers: a. Southwire. Waterloo Center for the Arts Project#17113 260533 Toilet Room Renovation 2018 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 2 of 6 Page 309 of 513 b. EPCO. c. Engineer approved equal. 2. Description: UL listed flexible conduit with conductors and die-cast screw connectors on the end. 3. Size: no longer than 6', 3/8" diameter. 4. Wire: 14 AWG minimum for lighting and required by the load. 5. Install between junction box and light fixture only in concealed and unfinished spaces. Use interior raceway or surface raceway where exposed in finished spaces. G. Fittings and Conduit Bodies: 1. NEMA TC 3 2. Install offsets at surface boxes. 3. Install single hole strap connectors on all exposed conduit one inch (1") and smaller. 2.03 BOX TYPES A. General Requirements: 1. Do not use boxes and associated accessories for applications other than as permitted by NFPA 70 and product listing. 2. Provide all boxes, fittings, supports, and accessories required for a complete raceway system and to accommodate devices and equipment to be installed. 3. Provide a low voltage partition divider plate for applications where low voltage and line voltage circuits share the same outlet box. B. Outlet Boxes: 1. Sheet Metal Outlet Boxes: ANSI/NEMA OS 1, galvanized steel. a. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported. Include 1/2 inch male fixture studs where required. b. Concrete Ceiling Boxes: Concrete Type. 2. Sheet Metal Communications Boxes: ANSI/NEMA OS 1, galvanized steel. Minimum of 4-11/16 inch square with a depth of 2-1/8 inch. a. Refer to the drawings for plaster ring size/opening. C. Pull and Junction Boxes: 1. Sheet Metal Boxes: NEMA OS 1 galvanized steel. 2. Surface Mounted Cast Metal Box: NEMA 250, type#4 and #6, flat-flanged, surface mounted junction box: a. Material: Galvanized cast iron. 3. Cover: Furnish with ground flange, neoprene gasket and stainless steel cover screws. PART 3 EXECUTION 3.01 CONDUIT INSTALLATION A. Install conduit in accordance with NECA"Standard of Installation." B. Arrange supports to prevent misalignment during wiring installation. C. Support conduit using coated steel, malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. D. Group related conduit support using conduit rack. Construct rack using steel channel and provide space on each for 25% additional conduits. E. Fasten conduit supports to building structure and surfaces. F. Do not support conduit with perforated pipe straps. Remove wire used for temporary supports. G. Do not use spring steel clips and clamps for support. H. Do not attach conduit to ceiling support wires. Waterloo Center for the Arts Project#17113 260533 Toilet Room Renovation 2018 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 3 of 6 Page 310 of 513 I. Arrange conduit to maintain headroom and present neat appearance. J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings, parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degree F. N. Cut conduit square using saw or pipe cutter; de-burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. P. Use conduit hubs to fasten conduit to cast boxes. Q. Install no more than the equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction (as around beams). Use hydraulic one-shot bender to fabricate bends in metal conduit larger than two inch (2") size. All conduit shall be held right to structure. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond all conduits. W. Identify conduit. X. Use flexible and liquidtight conduits where required by NEC. Y. Flexible conduit length shall be limited to six feet(6') unless directed by the engineer. Flexible conduit longer than six feet(6) is allowed in existing walls and shall be terminated above accessible ceiling. Z. Install insulated bushings on all conduits and sleeves serving low voltage wiring prior to pulling wire unless otherwise noted. AA. Install grounded insulated bushings on all conduits and sleeves serving data wiring prior to pulling wire unless otherwise noted. AB. All low voltage conduits shall be sized to have less than 40% fill. Each penetration through a surface of any kind shall have a conduit sleeve with insulated bushings. AC. Junction boxes shall not be installed over four foot(4')above accessible ceiling without prior written approval by owner. AD. Minimum bend radius for communications conduits: 1. For conduits 2" or less, maintain a minimum bend radius of(6)times the actual inside diameter of the conduit. 2. For conduits greater than 2", maintain a minimum bend radius of(10)times the actual inside diameter of the conduit. AE. No continuous section of conduit may exceed 100 feet. Utilize pull boxes as necessary. Refer to the pull box execution section for more information. AF. No continuous section of conduit may include more than (2) 90 degree bends (or equivalent). 1. An offset is considered a 90 degree bend. 2. A pull box is required wherever a reverse (180 degree) bend is installed. Waterloo Center for the Arts Project#17113 260533 Toilet Room Renovation 2018 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 4 of 6 Page 311 of 513 AG. All wiring in the same conduit shall be from the same source and have the same voltage except where approved by the owner. AH. Exterior rooftop pathways shall be supported above roofing membrane. Adjust height as necessary for compliance with NEC. 3.02 BOX INSTALLATION A. Install boxes in accordance with NECA"Standard of Installation." B. Install electrical boxes in locations as shown on the drawings and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights as indicated. D. Electrical boxes are shown on the drawings in approximate locations unless dimensioned. Adjust box location up to ten foot (10') if required to accommodate intended purpose. Verify with architectural drawings and elevations for additional information. E. Orient boxes to accommodate wiring device orientation. F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. Junction boxes shall not be installed over four foot(4') above accessible ceilings. H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than six inches (6")from ceiling access panel or from removable recessed luminaire. I. Fire-stop boxes to preserve fire resistance rating of partitions and other elements. Boxes may be installed within a minimum of 24 inch separation with written approval prior to installation. J. Coordinate mounting heights and locations of outlets mounted above counters, benches, and back splashes. K. Locate outlet boxes to allow luminaires positioned as shown on the drawings. If light fixture locations conflict with ceiling plans, the electrical contractor shall document discrepancies and send to the engineer for clarification. L. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. M. Use flush mounting outlet box in finished areas. N. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. O. Do not install flush mounting box back-to-back in wall, provide minimum six inch (6") separation. P. Provide minimum 24 inch separation for receptacles in acoustic rated walls. Provide sound blocking putty where lighting control devices are located in the same stud cavity. Q. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. R. Install flush mounting box without damaging wall insulation or reducing its effectiveness. S. Use adjustable steel channel fasteners for hung ceiling outlet box. T. Do not fasten boxes to ceiling support wires. U. Support boxes independently of conduit. V. Use gang box where more than one device is mounted together. Do not use sectional box. W. Use gang box with plaster ring for single device outlets. X. Use cast outlet box in exterior locations exposed to the weather and wet locations. Waterloo Center for the Arts Project#17113 260533 Toilet Room Renovation 2018 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 5 of 6 Page 312 of 513 Y. Use cast iron floor boxes for installation in slab on-grade, formed steel boxes are acceptable for other installations unless otherwise noted. Z. Large Pull Boxes: Use set screw enclosure in interior dry locations, surface-mounted cast metal box in other locations. AA. Use stamped steel bridges to fasten flush mounting outlet box between studs. AB. Group devices associated with each other eight inches (8")on center(i.e. receptacle, data, voice outlet). 3.03 PULLBOXES A. Size communications cabling pull boxes according to the following: Conduit Width Length Depth Width Increase Trade Size for Additional Conduit 1" 4" 16" 3" 2" 1-1/4" 6" 20" 3" 3" 1-1/2" 8" 28" 4" 4" 2" 8" 36" 4" 5" B. Directional changes within a pullbox shall not be allowed. Conduit entering the box shall have conduit leaving the box from the opposite side. Do not use a pull box to make 90 degree turns. C. Install pullboxes in conveniently accessible locations. D. Where identified on drawings as lockable, key all pullboxes the same. E. Label all pull boxes. Handwritten labels shall not be accepted. 3.04 INTERFACE WITH OTHER PRODUCTS A. Install conduit using materials and method to preserve fire resistance rating of partitions and other elements. B. Piping and Ductwork: Route conduits through roof openings or through suitable roof jack with pitch pocket. Coordinate location with roofing installation specified. C. Coordinate installation of outlet and junction boxes for equipment connection. 3.05 ADJUSTING A. Adjust flush-mounting outlets to make front flush with finished wall material. B. Install knockout closures in unused box openings. 3.06 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. END OF SECTION Waterloo Center for the Arts Project#17113 260533 Toilet Room Renovation 2018 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Waterloo, Iowa Page 6 of 6 Page 313 of 513 SECTION 26 0923 LIGHTING CONTROL DEVICES PART 1 GENERAL 1.01 SECTION INCLUDES A. Light switches. B. LED dimmers. C. Occupancy sensors. D. Wall face plates. 1.02 RELATED SECTIONS A. Specification Section 26 0533 - Raceway and Boxes for Electrical Systems B. Specification Section 26 2726 -Wiring Devices 1.03 SUBMITTALS A. Product Data: Provide catalog data for nameplates, labels and markers. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.04 REFERENCES A. NECA- Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6- Dimensional Requirements for Wiring Devices. D. NFPA 70- National Electrical Code. 1.05 QUALIFICATIONS A. Product Data: Provide manufacturer's catalog information showing dimensions, colors and configurations. B. Submit manufacturer's installation instructions. C. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum three years experience. 1.06 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. 1.07 APPROVED MANUFACTURERS A. All equipment specified in this specification shall be manufactured by one of the below listed companies unless specified elsewhere. Model numbers stated in this specification are for basis of design information only. 1. Light Switches: a. Pass &Seymour b. Hubbell c. Cooper d. Lutron e. Engineer approved equals. 2. LED Dimmers: Waterloo Center for the Arts Project#17113 260923 Toilet Room Renovation 2018 LIGHTING CONTROL DEVICES Waterloo, Iowa Page 1 of 4 Page 314 of 513 a. Lutron b. Engineer approved equals. 3. Occupancy Sensors: a. WattStopper b. SensorSwitch c. Lutron d. Engineer approved equals. PART 2 PRODUCTS 2.01 LIGHT SWITCHES A. Toggle Style: 1. Basis of Design: Pass & Seymour#PS20AC 2. Description: NEMA WD 1, heavy-duty, AC only general-use, toggle switch. 3. Ratings: Match branch circuit and load characteristics. Default rating to be 20 amps. 4. Provide two-way, three-way, four-way or lighted switch configurations as needed. Refer to drawings. 2.02 LED DIMMERS A. Low Voltage Wiring: 1. Basis of Design: Lutron "Diva" 2. Description: NEMA WD 1, heavy-duty, low voltage, "Diva" style. 3. Ratings: Match branch circuit and load characteristics. Wire per manufacturer's directions. Device is to be fully recessed into a single-gang box. 4. Coordinate requirements of dimming ballasts with dimmer configuration. 2.03 OCCUPANCY SENSORS A. See drawings for schedule: 1. Default device rating to be 20 amp. 2. Wire all per manufacturer's recommendations. 3. Wire multiple sensors serving the same area to operate as a single unit. 4. Provide and install power packs as required to obtain switching pattern shown on the drawings. 2.04 WALL FACE PLATES A. Cover Plate: 1. Basis of Design: Pass & Seymour#SL (Metal), to be confirmed by architect. 2. Provide cover plate for all devices and provide multiple gang plates where required. B. Jumbo Cover Plate: 1. Basis of Design: Pass & Seymour#SLO (Metal)to be confirmed by architect. 2. Provide cover plate for all devices and provide multiple gang plates where required. 3. Provide jumbo plates on masonry rough-in. Verify with architect prior to work being performed. PART 3 EXECUTION (RESPONSIBILITY OF THE ELECTRICAL CONTRACTOR) 3.01 SAMPLES A. Upon request, electrical contractor is to provide a sample of any device specified in any available color. 3.02 COLOR A. All colors of devices, flanges, and faceplates shall be determined during the submittal process by the Architect. In the electrical bid, include any allowances needed to allow for selection of all cataloged colors. Waterloo Center for the Arts Project#17113 260923 Toilet Room Renovation 2018 LIGHTING CONTROL DEVICES Waterloo, Iowa Page 2 of 4 Page 315 of 513 3.03 OCCUPANCY SENSOR OVERSIGHT AND COMMISSIONING A. Supplier to verify layout of occupancy sensor devices during submittal process and all suggestions are to be brought to the engineer's attention immediately. B. Supplier is to give instructions to the electrical contractor for installation locations. Locations, shown on the drawings, are intended to provide device count for bidding. All placement must be per manufacturer's recommendations. C. Supplier is to visit site, calibrate, and verify proper operation of all automatic occupancy devices at substantial completion of building. Coordinate this meeting with project engineer. D. Supplier is to visit site and confirm proper operation of all automatic occupancy devices one week after owner occupancy. Supplier shall make modifications and calibrations as needed. 3.04 EXAMINATION A. Verify that boxes are installed at proper height. B. Verify that wall openings are neatly cut and will be completely covered by wall plates. C. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.05 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 3.06 INSTALLATION A. Install in accordance with NECA"Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Install wall dimmers to achieve full rating specified and indicated after de-rating for ganging as instructed by manufacturer. E. Do not share neutral conductor on load side of dimmer. F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. G. Install wall plates on switches in finished areas. H. Connect wiring devices by wrapping conductor around screw terminal. I. All Lighting Control wiring shall be installed in J-hooks and independently supported. 3.07 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Specification Section 26 0533- Raceway and Boxes for Electrical Systems to obtain mounting heights indicated on the drawings. Before roughing in any floor devices the electrical contractor shall obtain a dimensioned drawing signed by the owner showing device locations. B. Install wall switch 48 inches to top of device above finished floor. C. Install dimmer 48 inches to top of device above finished floor. 3.08 FIELD QUALITY CONTROL A. Inspect each wiring device for defects. B. Operate each wall switch with circuit energized and verify proper operation. 3.09 ADJUSTING A. Adjust devices and wall plates to be flush and level. Waterloo Center for the Arts Project#17113 260923 Toilet Room Renovation 2018 LIGHTING CONTROL DEVICES Waterloo, Iowa Page 3 of 4 Page 316 of 513 3.10 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. 3.11 CLOSEOUT ACTIVITIES A. Training Visit 1. Lighting Control Local Representative shall provide 1 day additional on-site system training to site personnel. END OF SECTION Waterloo Center for the Arts Project#17113 260923 Toilet Room Renovation 2018 LIGHTING CONTROL DEVICES Waterloo, Iowa Page 4 of 4 Page 317 of 513 SECTION 26 2726 WIRING DEVICES PART 1 GENERAL 1.01 SECTION INCLUDES A. Wall switches B. Duplex receptacles C. Ground fault circuit interrupting receptacles D. USB charge duplex receptacles E. Wall Plates 1.02 RELATED REQUIREMENTS A. Specification Section 26 0533 - Raceway and Boxes for Electrical Systems B. Specification Section 26 0923 - Lighting Control Devices 1.03 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2010. B. NEMA WD 1 - General Color Requirements for Wiring Devices; National Electrical Manufacturers Association; 1999 (R 2005). C. NEMA WD 6-Wiring Device-- Dimensional Requirements; National Electrical Manufacturers Association; 2002 (R 2008). D. NFPA 70- National Electrical Code; National Fire Protection Association; 2011. E. UL Standard 943-Standard for Safety for Ground-Fault Circuit Interrupters (GFCls). 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturer's Installation Instructions. 1. Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 2. Include instructions for storage, handling, protection, examination, preparation, and installation of product. D. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 6000- Product Requirements, for additional provisions. 2. Extra Wall Plates: One of each style, size, and finish. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. Products: Provide products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 WALL SWITCHES A. Description: Waterloo Center for the Arts Project#17113 262726 Toilet Room Renovation 2018 WIRING DEVICES Waterloo, Iowa Page 1 of 6 Page 318 of 513 1. Heavy Duty, AC only general-use snap switch, complying with NEMA WD 6 and WD 1. 2. Body and Handle: Impact-resistant plastic with toggle handle. Auto-grounding strap. 3. Ratings: Match branch circuit and load characteristics. Default rating is 20A, 120/277V, 1 HP. 4. Wiring: Back and side wire connections. Accepts#14410 AWG solid and stranded copper conductors. 5. Provide#12 AWG solid pigtails at each device. Splice to building wire within outlet box. 6. Color: Selected during submittal phase. Provide color chart upon request. B. Types: 1. Toggle Switches a. Approved Manufacturers and Models: 1) Pass &Seymour#PS20AC 2) Cooper#2221 3) Hubbell#1221 4) Leviton #1221-2 b. Description: Single pole, double pole, 3-way, and 4-way toggle switches as indicated on plans. 2.02 DUPLEX RECEPTACLES A. Description 1. Style: Hard use specification grade 2. Device Body: Impact resistant plastic with impact-resistant nylon face. Auto-grounding strap. 3. Configuration: NEMA WD 6, type as specified and indicated. 4. Rating: Match branch circuit and load characteristics. Default rating is 5-20R, 125V, 20A. 5. Standards: Receptacles comply with NEMA WD 6 and WD 1. 6. Wiring: Back and side wire connections. Accepts#14410 AWG solid and stranded copper conductors. 7. Provide#12 AWG solid pigtails at each device. Splice to building wire within outlet box. 8. Color: Selected during submittal phase. Provide color chart upon request. B. Types 1. Duplex Receptacles a. Manufacturers: 1) Pass &Seymour#5362 2) Cooper#5362C 3) Hubbell#5362 4) Leviton #5362-S b. Description: Traditional style, hard use specification grade duplex receptacle with wraparound grounding/mounting strap. 2. Tamper-Resistant Duplex Receptacles a. Manufacturers: 1) Pass &Seymour#TR5362 2) Cooper#TRSGF 3) Hubbell#HBL5362TR 4) Leviton #5362-SG b. Description: UL listed tamper-resistant receptacle with thermoplastic shutters. c. Receptacles in all areas as noted in the 2014 NEC 406.12. 2.03 GROUND FAULT CIRCUIT INTERRUPTING RECEPTACLES A. Receptacles: Complying with NEMA WD 6 and WD 1. Class A GFCI rated. 1. Style: Hard use specification grade Waterloo Center for the Arts Project#17113 262726 Toilet Room Renovation 2018 WIRING DEVICES Waterloo, Iowa Page 2 of 6 Page 319 of 513 2. Device Body: Impact resistant plastic with impact-resistant nylon face. Auto-grounding strap. 3. Configuration: NEMA WD 6, type as specified and indicated. 4. Rating: Match branch circuit and load characteristics. Default rating is 5-20R, 125V, 20A. 5. Standards: Receptacles comply with NEMA WD 6 and WD 1. 6. Wiring: Back and side wire connections. Accepts#14410 AWG solid and stranded copper conductors. 7. Provide#12 AWG solid pigtails at each device. Splice to building wire within outlet box. 8. Color: Selected during submittal phase. Provide color chart upon request. B. Types 1. GFCI Duplex Receptacles a. Manufacturers: 1) Pass &Seymour#2097 2) Cooper SGF20 3) Hubbell GFRST20 4) Leviton GFNT2 b. Description: Specification grade duplex GFCI receptacle. c. Receptacles noted as "GFI" on plans. 2. GFCI Tamper Resistant Receptacles a. Manufacturers: 1) Pass & Seymour 2097TR 2) Cooper TRSGF20 3) Hubbell GFTRST20 4) Leviton GFTR2 b. Description: Specification grade tamper-resistant duplex GFCI receptacle. c. Receptacles in all areas as noted in 2014 NEC 406 and "GFI"on plans. 2.04 USB CHARGE DUPLEX RECEPTACLES A. Receptacles: Complying with NEMA WD 6 and WD 1. 1. Style: Hard use specification grade. Dual USB charging ports rated at 3.1A. 2. Device Body: Impact resistant plastic with impact resistant nylon face. Auto grounding strap. 3. Ratings: Match branch circuit and load characteristics. Default rating is 5-20R, 125V, 20A. 4. Wiring: Three (3) pre-stripped 6"wire leads for line, neutral, and ground. Splice to building wire within outlet box. 5. Color: Selected during submittal phase. Provide color chart upon request. B. USB Duplex Receptacle: Type A&C 1. Manufacturers: a. Hubbell USB20 b. Eaton c. Pass &Seymour d. Leviton 2. Receptacles shall be Tamper Resistant in all areas as noted in the NEC 406. 2.05 WALL PLATES A. Standard Cover Plates: 1. Type 302 stainless steel cover plates. Cover plate style to be confirmed during submittal phase. 2. Basis of Design: Pass & Seymour#SS (Metal), to be confirmed during submittal phase. 3. Provide coverplate for all devices and provide multiple gang plates where required. Waterloo Center for the Arts Project#17113 262726 Toilet Room Renovation 2018 WIRING DEVICES Waterloo, Iowa Page 3 of 6 Page 320 of 513 B. Jumbo Cover Plates: 1. Type 302 stainless steel oversize cover plates. Cover plate style to be confirmed during submittal phase. 2. Basis of Design: Pass & Seymour#SSO (Metal)to be confirmed during submittal phase. 3. Provide coverplate for all devices and provide multiple gang plates where required. 4. Provide oversize plates on all masonry rough-ins. Verify with architect prior to work being performed. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that outlet and switch boxes are installed at proper height. B. Verify that wall openings are neatly cut and will be completely covered by wall plates. C. Verify that floor boxes are adjusted properly. D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.02 PREPARATION A. Provide extension rings as needed to bring outlet and switch boxes flush with finished surface. B. Clean debris from outlet and switch boxes prior to device installation. 3.03 INSTALLATION A. Install securely, in a neat and workmanlike manner, as specified in NECA 1. B. Install devices plumb and level. C. Install switches with OFF position down. D. Install wall dimmers to achieve full rating specified and indicated after derating for ganging as instructed by manufacturer. E. Install receptacles with grounding pole on top. F. Connect wiring device grounding terminal to outlet box with bonding jumper. G. Install decorative plates on switch, receptacle, and blank outlets in finished areas. H. Connect wiring devices by wrapping conductor around screw terminal. I. Use oversize plates for outlets installed in masonry walls. J. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. K. The electrical contractor shall verify floor finish and location before ordering floor devices. L. The feeding of receptacles downstream of GFI receptacles for protection in lieu of providing multiple GFI receptacles is NOT allowed. 3.04 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 26 0533 to obtain mounting heights specified. B. Install wall switches 48 inches above finished floor. C. Install convenience receptacle 18 inches above finished floor. D. Install above-counter convenience receptacle 6 inches above counter. E. Install telephone jack 18 inches above finished floor. Waterloo Center for the Arts Project#17113 262726 Toilet Room Renovation 2018 WIRING DEVICES Waterloo, Iowa Page 4 of 6 Page 321 of 513 F. In masonry walls, switches and receptacle heights shall be adjusted as required such that outlets are at nearest mortar joint to specified height. 3.05 FIELD QUALITY CONTROL A. Perform field inspection, testing, and adjusting in accordance with Section 01 4000. B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify that each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.06 ADJUSTING A. Adjust devices and wall plates to be flush and level. 3.07 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. 3.08 EXTRA MATERIALS AND LABOR A. The electrical contractor shall include in their bid an allowance to install an additional two duplex receptacles including an average 50 feet of raceway, associated wiring, back box and labor, and all accessories required to energize each receptacle requested. Receptacle(s) may be added anytime during the construction process as requested by the owner or design team. Any unused devices shall be turned over to the owner at the final acceptance of building. END OF SECTION Waterloo Center for the Arts Project#17113 262726 Toilet Room Renovation 2018 WIRING DEVICES Waterloo, Iowa Page 5 of 6 Page 322 of 513 Waterloo Center for the Arts Project#17113 262726 Toilet Room Renovation 2018 WIRING DEVICES Waterloo, Iowa Page 6 of 6 Page 323 of 513 SECTION 26 5100 INTERIOR LIGHTING PART 1 GENERAL 1.01 SECTION INCLUDES A. Drivers. B. Lamps. 1.02 REFERENCES A. ANSI C78.379-American National Standard for Electric Lamps-- Reflector Lamps-- Classification of Beam Patterns; 1994 (R 2003). B. NECA/IESNA 500- Recommended Practice for Installing Indoor Commercial Lighting Systems; National Electrical Contractors Association; 1998. C. NECA/IESNA 502 - Recommended Practice for Installing Industrial Lighting Systems; National Electrical Contractors Association; 1999. D. NEMA WD 6-Wiring Devices- Dimensional Requirements; National Electrical Manufacturers Association; 2002. E. NFPA 70- National Electrical Code; National Fire Protection Association; 2005. F. NFPA 101 -Code for Safety to Life from Fire in Buildings and Structures; National Fire Protection Association; 2003. G. IESNA LM-79-08-Approved Method for the Electrical and Photometric Measurement of Solid-State Lighting Products. H. IESNA LM-80-08-Approved Method for Measuring Lumen Maintenance of LED Light Sources. I. IESNA TM-21-11 - Projecting Long Term Lumen Maintenance of LED Light Sources. J. EU Directive 2002/95/EC- Restriction of Hazardous Substances in Electrical and Electronic Equipment(RoHS), as amended by directive 2005/618/EC. 1.03 SUBMITTALS A. Provide cut sheet indicating dimensions and components for each luminaire. B. Provide ballast schedule for all ballasts used. Include manufacturer's data sheet for each type of ballast. C. Provide lamp schedule for all lamps used. Include manufacturer's data sheet for each type of lamp. D. Submit manufacturer's installation instructions. Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Submit manufacturer's operation and maintenance instructions for each product. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70 and NFPA 101. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. Waterloo Center for the Arts Project#17113 265100 Toilet Room Renovation 2018 INTERIOR LIGHTING Waterloo, Iowa Page 1 of 4 Page 324 of 513 1.05 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70 and 101 B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. C. Products with Light Emitting Diodes: 1. Fixtures shall comply with LM-79-08: Electrical and Photometric Measurements of Solid-State Lighting Products. 2. Interior fixture diode arrays shall maintain +/-100 degrees Kelvin (K); exterior fixture diode arrays shall maintain +/- 500 K color temperature range through the life of the fixture. 3. Diode arrays shall be wired so that if one diode fails, at least 90% of the remaining diodes will operate. PART 2 PRODUCTS 2.01 DRIVERS A. LED Drivers: 1. Manufacturers a. Osram/Sylvania b. Magtech c. Phillips Advance d. Samsung Accudriver e. Engineer approved equal. 2. Drivers shall be provided with light emitting diodes as a modular replaceable system. The system shall be fully designed and tested for operation throughout warranted period. 3. Driver shall be Underwriters Laboratories (UL) listed, Class 2 Outdoor recognized. 4. Driver shall be suitable for damp locations. 5. Driver shall operate from -20 to 60 deg C. 6. Refer to fixture schedule on drawings for additional requirements. 7. Driver shall operate from 50 to 60 Hz input source of 120 V, 208 V, 240V, 277 V and/or 480 V, as required in plans, with sustained variations of+/-10% (voltage and frequency) with no damage to the driver. 8. Driver output shall be regulated to +/- 5% across published load range. 9. Driver shall have an "A" sound rating. 10. Driver shall have a power factor greater than 0.9. 11. Driver input current shall have Total Harmonic Distortion (THD) of less than +/-20% at all operating voltages. 12. Driver shall tolerate sustained open circuit and short circuit output conditions without damage and without need for external fuses or trip devices. 13. Driver shall carry a five-year warranty from the date of manufacture against defects in material or workmanship, including replacement for operation at a maximum case temperature of 90 deg C. 14. Driver shall have an efficiency greater than or equal to 85%. 15. Driver shall comply with Federal Communications Commission (FCC) rules and regulations, Title 47 CFR part 15, Non-consumer(Class A)for EMI/RFI (conductive and radiated). 16. Driver shall not contain any Polychlorinated Biphenyl (PCB). 2.02 LAMPS A. Light Emitting Diodes (LEDs): 1. Manufacturers Waterloo Center for the Arts Project#17113 265100 Toilet Room Renovation 2018 INTERIOR LIGHTING Waterloo, Iowa Page 2 of 4 Page 325 of 513 a. Nichia b. Lumileds c. Cree d. Samsung e. Citizen f. Engineer approved equals. 2. Light Emitting Diodes shall be provided with a driver as a modular replaceable system. The system shall be fully designed and tested for operation throughout warranted period. 3. Diode arrays shall maintain +/-100K color temperature through the life of the fixture. 4. Diodes shall have a minimum color rendering index of 78. 5. Diodes and associate circuitry shall be RoHS compliant. 6. Diodes shall be photometrically tested for compliance with IESNA LM-80-08, with projections calculated in accordance with IESNA TM-21-11. 7. Diode arrays shall maintain 70% lumen output through an average operating life of 50,000 hours. 8. Diodes and associated printed circuit boards shall be RoHS compliant. 9. The design team shall select the color temperature of all LED lamps from the following options: a. Alternative color temperature options will require samples for further review and evaluation by the design team and owner during the submittal process. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Furnish products as specified in schedule on the drawings. C. Install ballasts, lamps, and specified accessories at factory. D. Install suspended luminaires and exit signs using pendants supported from swivel hangers. Provide pendant length required suspending luminaire at indicated height. E. Support luminaires larger than 2'x 4'size independent of ceiling framing. F. Locate recessed ceiling luminaires as indicated on reflected ceiling drawing and electrical lighting drawings. G. Install surface mounted luminaires and exit signs plumb and adjust to align with building lines and with each other. Secure to prevent movement. H. Exposed Grid Ceilings: Support surface mounted luminaires on grid ceiling directly from building structure. Provide auxiliary members spanning ceiling grid members to support surface mounted luminaires. I. Install recessed luminaires to permit removal from below. J. Install recessed luminaires using accessories and fire stopping materials to meet regulatory requirements for fire rating. K. Install clips to secure recessed grid-supported luminaires in place. L. Install recessed can luminaires to fit in ceiling. Provide all necessary trim ring extenders or other accessories for proper installation of luminaire in ceiling. M. Install wall mounted luminaires, emergency lighting units and exit signs at height as scheduled. N. Install accessories furnished with each luminaire. O. Fixture whips utilizing THHN/THWN-2 wire in flexible metal conduit shall be used to connect all luminaires, emergency lights, and exit signs. Minimum wire size for all fixture whips shall be 14 Waterloo Center for the Arts Project#17113 265100 Toilet Room Renovation 2018 INTERIOR LIGHTING Waterloo, Iowa Page 3 of 4 Page 326 of 513 AWG. Fixture whips shall be wired directly from the luminaire to an accessible junction box. Fixture to fixture whips are not allowed. Maximum length for any fixture whip shall be 6'. P. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. Q. Bond products and metal accessories to the branch circuit equipment grounding conductor. R. Install specified lamps in each emergency lighting unit, exit sign, and luminaire. 3.02 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for proper connection and operation. 3.03 ADJUSTING A. Aim and adjust luminaires as directed. B. Position exit sign directional arrows as indicated. 3.04 WARRANTIES A. All warranties shall remain as an agreement between the installing contractor and the manufacturer. No third parties shall be involved with warranty repairs or replacements of installed products without the written consent of the installing contractor and the owner or their representative. B. Labor for warranty repairs shall be billed by the contractor directly to the manufacturer or distributor during the duration of the labor warranty on the originally installed products. Labor work required on warrantied parts, but outside of the 1-year labor warranty shall be the responsibility of the owner. 3.05 CLEANING A. Clean all electrical parts to remove all of the conductive and deleterious materials. B. Remove dirt and debris from enclosures. C. Clean photometric control surfaces as recommended by manufacturer. D. Clean finishes and touch up damage. 3.06 PROTECTION OF FINISHED WORK A. Re-lamp all luminaires that have failed lamps within 6 months after the substantial complete date. 3.07 SCHEDULES A. See the drawings. END OF SECTION Waterloo Center for the Arts Project#17113 265100 Toilet Room Renovation 2018 INTERIOR LIGHTING Waterloo, Iowa Page 4 of 4 Page 327 of 513 SECTION 27 0050 BASIC COMMUNICATIONS REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Basic Communications Requirements specifically applicable to Electrical Division Specification Sections. B. Division 27 Specification requirements also include, by reference, all Division 00 and 01 specification sections. This contractor is responsible to review these specification sections. Requirements of these specification sections are included as a part of this contract. C. Division 27 Specification requirements also include, by reference, Specification Section 08 7100- Door Hardware. Review and inclusion of the electrical requirements of this specification section are included as a part of this contract. 1.02 OWNER OCCUPANCY A. The owner will occupy the premises during the construction period. B. Limit use of site and premises to allow owner occupancy. C. Cooperate with the owner to minimize conflict and to facilitate owner's operations. D. Schedule the work to accommodate this requirement. 1.03 REGULATORY REQUIREMENTS A. This contractor shall give proper authorities all requisite notices relating to work in his charge, obtain official permits, licenses for temporary construction and pay proper fees for it. B. This contractor is to be solely answerable for and shall promptly make good all damage, injury or delay to other contractors, to neighboring premises or to persons or property of the public by himself, by his employees or through any operation under his charge, whether in the contract or extra work. C. No attempt has been made to reproduce in these specifications any of the rules or regulations contained in city, state or federal ordinances and codes pertaining to the work covered by these specifications that the contractor be thoroughly familiar with all such ordinances and codes. D. The fact that said various rules, regulations and ordinances are not repeated in this specification does not relieve the contractor of the responsibility of making the entire installation in accordance with the requirement of those authorities having jurisdiction. E. All work shall comply with the applicable recommendations of: 1. The National Board of Fire Underwriters 2. The ANSI-NFPA 70 National Electrical Code 3. The National Fire Protection Association (NFPA) 4. The Occupations Safety and Health Act(OSHA) 5. IBC Building Code (current) and any current applicable city building and or electrical codes. 6. Fire Protection: Conform to International Fire Code (IFC)and NFPA. 7. International Energy Conservation Code (I ECC) 8. ANSI/NFPA 70 National Electrical Code. F. Obtain permits and request inspections from authority having jurisdiction. G. Conform to latest approved versions of codes. 1.04 PROJECT/SITE CONDITIONS A. Install work in locations shown on drawings unless prevented by project conditions. Waterloo Center for the Arts Project#17113 270050 Toilet Room Renovation 2018 BASIC COMMUNICATIONS REQUIREMENTS Waterloo, Iowa Page 1 of 8 Page 328 of 513 B. Prepare drawings showing proposed rearrangement of work to meet project conditions, including changes to work specified in other sections. Obtain permission of owner and architect/engineer before proceeding. C. This contractor shall, before submitting his bid, visit the site of the project to familiarize himself with locations and conditions affecting his work. D. It is the intent of this specification that the contractor furnishes all labor and material required to complete the installation as outlined in the drawings and specifications. No additions to the contract price shall be allowed due to the failure of this contractor to properly evaluate the effect of existing conditions on the work to be done under this contract. E. Whenever renovation or remodeling or relocation of existing equipment is included in the contract, it is imperative that all locations of existing wiring conduits, electrical panels, equipment, services and grades be noted on the job site before bid is submitted and that all elevations and grades be verified before roughing in new work. F. This contractor shall provide holes as necessary for the installation of his work and in accordance with materials other than the structure. 1.05 SEQUENCING AND SCHEDULING A. This contractor shall arrange his work in order that it progresses along with the general construction of the building. B. This contractor shall be kept informed as to the work of other trades engaged in this project and shall execute his work in such a manner so as not to delay or interfere with progress of other contractors. C. Where space for electrical lines and conduit is limited, it is imperative that all such trades coordinate their work so as to insure concealment in space provided. Where conflict exists, the engineer shall decide priority of space. If work is not properly coordinated, the engineer may require removal and relocation of work without additional compensation. 1.06 GUARANTEE A. This contractor shall guarantee all of the apparatus, materials, equipment furnished and labor installed under this contract for a period of one year after date of final acceptance, unless a longer period is specified. B. Neither final certificate of payment nor any provisions in the contract documents nor partial or complete occupancy of premises by owner shall constitute an acceptance for work not done in accordance with contract documents or relieve the contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. C. Should any defects arise as the result of defective workmanship or material within the guarantee period set forth, this contractor shall make the necessary correction at his own expense. 1.07 ENGINEER APPROVED EQUAL PRODUCTS A. When the engineer, at the request of the interested parties, including the contractor, supplier and manufacturer approved "engineer approved equal' products for this project, such products are approved on the assumption that they will equal or exceed the performance of the products specified. B. If such products do not do so after being installed on this project, this contractor shall replace or modify the particular product as necessary to equal the performance of the products specified at no expense to the owner, architect or engineer. C. Request for"engineer approved equal" products shall be received by the architect/engineer prior to the last addendum being issued. Requests for substitutions received after this date will Waterloo Center for the Arts Project#17113 270050 Toilet Room Renovation 2018 BASIC COMMUNICATIONS REQUIREMENTS Waterloo, Iowa Page 2 of 8 Page 329 of 513 not be considered. Substitution requests shall clearly state which products are being considered for substitution. Substitution requests shall include all pertinent product information needed to evaluate the substitution as an "equal". D. Similar products shall be all of the same manufacturers and style. There is no exception to this unless prior approval has been granted from engineer. 1.08 OWNER'S RIGHT OF SALVAGE A. Before beginning construction, the contractor shall check and verify with the owner each item of existing equipment that must be removed. B. The owner will designate which items of material or equipment not reused that he may wish to keep. The contractor shall then remove these items with care and store in a location designated by the owner for the owner's disposal. C. All other items of equipment to be removed and not specified for reuse in new construction or reserved by the owner for his use shall become the property of the contractor and shall be removed from the site. 1.09 PROTECTION AND MAINTENANCE A. The work covered by these drawings and specifications involves all work in the existing building. B. Where necessary to connect to any existing utility service, this electrical contractor shall contact the owner and shall coordinate any building service connection with the owner so that normal operation to the building is disrupted as little as possible. C. Any work to be done in existing structures shall be coordinated with the owner and arrangements made so that traffic flow may be maintained and areas finished where possible before other areas are begun. D. This contractor shall protect existing equipment in finished areas from dirt, dust, and damage as a result of his work. E. Coordinate protection requirements with department heads before beginning construction. F. Protect any building openings from unauthorized entry. Coordinate with owner where building entry must be controlled. 1.10 DEMOLITION A. This contractor shall be responsible for the demolition and removal of all existing system elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be reused". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. 4. All elements to be removed are subject to the Owner's Right of Salvage. B. Preserve services to the existing facility. Extend/reroute/reconnect the existing systems as required providing for the continued function of these systems. 1.11 CUTTING AND PATCHING A. This contractor shall do all cutting and patching necessary for the installation of his work in all existing and new buildings unless otherwise noted. B. In areas where the integrity of new or existing fire separation assembly/wall is compromised by the work, this contractor shall be responsible to patch and/or seal openings as necessary to maintain and/or return fire separation to rating as required by applicable codes. C. This contractor shall do all cutting and patching required for his work beyond the remodeled areas unless otherwise noted. All finish work shall include patching to match existing adjacent surfaces. Painting shall be by others. Waterloo Center for the Arts Project#17113 270050 Toilet Room Renovation 2018 BASIC COMMUNICATIONS REQUIREMENTS Waterloo, Iowa Page 3 of 8 Page 330 of 513 1.12 CLEANING AND RUBBISH A. This contractor, upon completion of his work, shall remove all rubbish and debris resulting from his operation and shall remove it from site at his own expense. B. As far as his work is concerned, all equipment shall be cleaned and the premises left in first class condition. C. This contractor shall maintain the work area each day to prevent hazardous accumulation of waste from his work. 1.13 SEALING AND PENETRATION A. Clearance around the piping passing through fire or smoke rated construction shall be sealed to maintain the rated integrity of the construction (1 hr. 2 hrs. etc.). One and two-hour rated assemblies are to be patched on both sides of the assembly. B. This contractor shall verify rating and location of all such construction with the architectural drawings and seal all penetrations. C. Manufacturer offering products to comply with the requirements include the following: 1. Dow Corning "Silicone RTV Foam" 2. 3-M Corporation "Fire Barrier Caulk and Putty" 3. Specified Technologies "EZ-Path" D. Installation of these products are to be in strict accordance with the manufacturer's recommendations. E. This contractor shall submit shop drawings showing approved sealing assemblies to be utilized on this project. 1.14 HAZARDOUS MATERIALS A. If the contractor stores any hazardous solvents or other materials on the site, he shall obtain copies of the safety data sheets for the materials and post them at the site. He shall inform the owner and all employed of any potential exposure to this material. B. At no time shall any product containing asbestos be incorporated into the work. 1. If asbestos materials are encountered, report to the owner. The owner will be responsible for asbestos removal. 1.15 AS-BUILT DRAWINGS A. This contractor shall provide (at the conclusion of the project) one clean, non-torn, neat and legible "as-built"set of drawings to the owner. These drawings shall show the routing of conduit, wiring and equipment drawn in at scaled locations. All circuits shall be labeled and shall conform to labeled panel breakers. All dimensions indicated shall be referenced to a column line. A set of construction blue prints will be furnished for this work. B. All system head-end equipment and devices shall be shown on the "as-built" drawings. C. Refer to Architectural Specification Sections for additional requirements. D. This contractor shall update these drawings during the project at least every week. 1.16 ALTERNATES A. Refer to description of alternate bids under Architectural Specification Sections. 1.17 REVIEW OF MATERIALS A. This contractor shall submit to the engineer, for review one (1) electronic copy giving a complete list of materials, fixtures, devices and panels he proposes to furnish. The brochure shall contain complete information as to the make of equipment, type, size, capacities, dimensions, and illustration. One of the returned copies shall be kept on the job at all times. Waterloo Center for the Arts Project#17113 270050 Toilet Room Renovation 2018 BASIC COMMUNICATIONS REQUIREMENTS Waterloo, Iowa Page 4 of 8 Page 331 of 513 B. Checking of submittal drawings by the engineer does not relieve the contractor of the responsibility for the accuracy of such drawings and for their conformity to drawings and specifications unless he notifies engineer, in writing, of such deviation at time such drawings are furnished. C. All submittals shall have the date marked on them when the contractor receives them from the supplier. Submittals shall be submitted through the contractor and shall not come direct from the supplier to the architect or engineer. D. This contractor shall mark the date and sign each set. This indicates that each of them have been checked in their entirety before submitting to the engineer. Submittals that are not dated and signed by the contractor will not be accepted, or checked and will be marked "resubmit" and sent back to the electrical contractor. 1.18 TEST OF SYSTEMS A. This contractor, before concealed, shall test all systems installed under this contract as called for in these specifications and as required by local codes. Tests shall be made in the presence of the engineer, local authorities or their duly authorized representative. Any defects discovered in testing shall be corrected and the tests repeated until all defects are eliminated. B. This contractor shall coordinate all testing of systems within Division 27 specification section. Follow manufacturer's recommended testing procedures as a minimum unless the following related specification section has further detail of testing procedures. The more stringent testing procedure shall be used. 1.19 SCOPE OF WORK A. This contractor shall furnish all the labor and material necessary to install a complete electrical system for the remodeled building. B. This contractor shall furnish all the labor and material to install a complete communication system in the new building. The system shall include all items of work as outlined in these specifications and on the drawings. C. All work shall be performed by a well-qualified, licensed or certified technician with a thorough knowledge of the various systems involved in this building. It shall be this contractor's responsibility to see that his technicians are familiar with all the various codes, installation procedures and tests applicable to this work. D. All equipment shall be new and of the type specified by the engineer unless otherwise noted in these specifications or on the drawings to remain and or be reused. E. The intent of the specifications and drawings is for complete installation of the systems outlined in the specifications and drawings so that at the conclusion of construction the system will be turned over to the owner complete and ready for safe and efficient operation. The specifications and drawings cannot deal individually with the many minute items that may be eventually required by the nature of the systems. F. This contractor is required to furnish and install all such items normally included on systems of this type, which, while not mentioned directly herein or on the drawings are obviously essential to the installation and operation of the system and which are normally furnished on quality installation of this type. G. This contractor, shall before proceeding with any work, review the architectural drawings and specifications. Any conflict between the electrical and architectural drawings and specifications shall be reported to the engineer for clarification. H. If there is a discrepancy between the drawings and the specifications or within either document, the more stringent requirement shall be estimated unless brought to the engineer's attention and an addendum is issued for clarification. Waterloo Center for the Arts Project#17113 270050 Toilet Room Renovation 2018 BASIC COMMUNICATIONS REQUIREMENTS Waterloo, Iowa Page 5 of 8 Page 332 of 513 1.20 DAILY HOUSEKEEPING AND CLEANING A. At the end of each workday, the contractor shall remove all of his debris, rubbish, tools, and surplus materials from the project work area. The work area shall be broom cleaned and left in a neat and orderly condition. The contractor, for the removal of debris from the project, shall not use the owner's waste disposal facility. B. At end of construction, all equipment shall be cleaned and the premises left in first class condition as far as this contractor's work is concerned. 1.21 OWNER'S RIGHT OF WORK CESSATION A. The owner reserves the right to order an immediate cessation of work without giving advance notice. 1.22 WALL CONTINUITY(1 HR.) A. All items mounted in 1 hr. rated walls requiring an opening larger than a four inch (4")square (16 sq. inches) require the 1 hr. rating not be degraded. B. Any system panels in a 1 hr. wall will require the exterior of the recessed panel be covered with 5/8 inch fire rated gypsum board. This is true for any device requiring more than a 16 sq. inch opening. 1.23 LOW VOLTAGE CABLE INSTALLATION A. This contractor is to install if they are licensed to, or contract with a licensed electrician to install conduit serving low voltage cables located in all mechanical rooms and non-accessible areas and exposed structural areas. Use cable trays in other areas as indicated on the drawings. Where cable trays are not accessible, use J-hooks equal to Caddy Cable CAT. Provide hooks with closure holes and cable ties. Mount hooks 32 inch on center. 1.24 DIGITAL MEDIAAGREEMENT A. Computer Aided Drafting (CAD)documents may be available to the contractor for some uses. Contact the engineer prior to bidding to determine what information is available to be transmitted to the contractor in digital form. B. When documents are determined to be available, and as requested by the contractor, they will be transmitted upon the completion and execution of the MODUS digital media agreement. A service fee for each document transmitted will be assessed to the contractor. Documents will be transmitted upon payment receipt. Current service fee is $100.00 per CAD sheet. 1.25 SECURE NETWORKABLE DEVICES A. Update network devices to the most current software/firmware. B. Change default password of all networkable devices. 1. Passwords shall have at least eight characters. 2. Include uppercase and lowercase letters, numerals, and special characters C. Supply MAC address and serial number of all networkable devices. D. Work with the Owner's IT department to align to existing IT standards. E. Provide to the owner a printed and/or electronic spreadsheet log of all network information including, IP addresses, MAC addresses, Iogins and password information during system training. 1.26 SYSTEM CONFIGURATION AND PROGRAMMING FILES A. Supply system configuration and programming files where export is available. B. Supply uncompiled programming for systems applicable. C. All configuration and programming shall be property of the owner at conclusion of the project. Waterloo Center for the Arts Project#17113 270050 Toilet Room Renovation 2018 BASIC COMMUNICATIONS REQUIREMENTS Waterloo, Iowa Page 6 of 8 Page 333 of 513 PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 270050 Toilet Room Renovation 2018 BASIC COMMUNICATIONS REQUIREMENTS Waterloo, Iowa Page 7 of 8 Page 334 of 513 Waterloo Center for the Arts Project#17113 270050 Toilet Room Renovation 2018 BASIC COMMUNICATIONS REQUIREMENTS Waterloo, Iowa Page 8 of 8 Page 335 of 513 SECTION 27 0090 MINOR COMMUNICATION DEMOLITION FOR REMODELING PART 1 GENERAL 1.01 SECTION INCLUDES A. The requirements of the Contract Forms, the Conditions of the Contract, Division 1 - General Requirements and Specification Section 26 0050- Basic Electrical Requirements "General Provisions" apply to this section. 1.02 SCOPE A. This contractor shall be responsible for the demolition and removal of all existing communication elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be relocated". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. B. Preserve services to the existing facility. Extend, reroute, and reconnect existing systems as required providing for the continued function of these systems. C. Demolition shall be accomplished by the proper tools and equipment for the work to be removed. Personnel shall be experienced and qualified in the type of work to be performed. D. This contractor shall remove all abandoned equipment, cabling and boxes associated with the remodeled area unless noted otherwise. E. This contractor is responsible for providing communication cabling protection for all existing systems to remain during this project. 1.03 MATERIALS A. All elements to be removed are subject to the Owner's Right of Salvage. B. All materials removed shall be the property of the removing contractor and shall be removed from the site by him, unless otherwise specified. C. The owner may designate and have salvage rights to any material herein demolished by this contractor. It will be the owner's responsibility to designate such salvageable items and remove them prior to the contractor working in that area. 1.04 EXISTING CONDITIONS A. Demolition plans are based on casual field observations and existing record documents. Report discrepancies to the owner before disturbing existing installation. Beginning of demolition means installer accepts existing conditions. B. If any existing equipment, cabling or devices that are to remain are disturbed by operations under this contract, this contractor is required to re-establish continuity of such systems according to owner approved standards and methods. C. This contractor shall arrange for the general contractor to repair and patch all construction with material necessary to match surrounding due to removal of equipment and conduit. D. This contractor shall furnish all required labor and material for extension of existing systems. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 EXAMINATION A. Beginning of demolition means installer accepts existing conditions. Waterloo Center for the Arts Project#17113 270090 Toilet Room Renovation 2018 MINOR COMMUNICATION DEMOLITION FOR REMODELING Waterloo, Iowa Page 1 of 2 Page 336 of 513 B. Verify existing structured cabling, special systems wiring topology, and reconnect as necessary. C. Verify that abandoned cabling being removed is disconnected from the source and is not actively serving other areas of the existing building. Reconnect as required to prevent any system downtime. D. Demolition drawings are based on casual field observation and existing record documents. Report discrepancies to the owner before disturbing existing installation. 3.02 PREPARATION A. Disconnect structured cabling and special systems components in walls, floors, and ceilings scheduled for removal. Disconnect circuits at the source. B. Coordinate any service outage with all of the owner's existing telecommunications service providers. C. Existing Communication Network: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchover connections. Obtain permission from the owner, at least 48 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections as required. D. Existing Telephone System: Maintain existing system in service. E. Existing Paging, TV Antenna, and Intercoms Systems: 1. Maintain existing system in service until new systems are accepted. 2. Disable system only to make switch over and connections. 3. Obtain permission from the owner at least 24 hours before partially or completely disabling system. 4. Minimize outage duration. 5. Make temporary connections to maintain service in areas adjacent to work areas. F. Maintain all existing communication lines to the building fire alarm system, elevators and intrusion system. 3.03 DEMOLITION AND EXTENSION OF EXISTING COMMUNICATIONS WORK A. Demolish and extend existing communications work under provisions of this section. B. Remove, relocate, and extend existing installations to accommodate new construction. C. Remove abandoned wiring to source of supply. D. Disconnect abandoned cable and remove devices. Provide a blank cover for abandoned devices that have not been removed. E. Disconnect and remove abandoned patch panels, cross connect fields and special systems distribution equipment. F. Disconnect and remove devices and equipment serving abandoned special systems. G. Repair adjacent construction and finishes damaged during demolition and extension work. H. Extend existing installation using materials and methods compatible with existing communications installations or as specified. 3.04 CLEANING AND REPAIR A. Clean and repair existing materials that remain or are to be reused. 3.05 INSTALLATION A. Install relocated materials and equipment. END OF SECTION Waterloo Center for the Arts Project#17113 270090 Toilet Room Renovation 2018 MINOR COMMUNICATION DEMOLITION FOR REMODELING Waterloo, Iowa Page 2 of 2 Page 337 of 513 SECTION 27 0528 PATHWAYS FOR COMMUNICATION SYSTEMS PART 1 GENERAL 1.01 REFERENCES A. EIA/TIA-568B- Commercial Building Wiring Standard. B. EIA/TIA-569B- Commercial Building Standard for Telecommunication Pathways and Spaces. C. NFPA 70- National Electrical Code. 1.02 SUBMITTALS A. Product Data: Provide catalog data for nameplates, labels and markers. B. Samples: Submit two nameplates 4"x 4" in size illustrating materials and engraving quality. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.03 SYSTEM DESCRIPTION A. Pathway: Conform to EIA/TIA 5698, using raceway as indicated. B. Premises Wiring: By contractor. 1.04 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and indicated. PART 2 PRODUCTS PART 3 EXECUTION 3.01 INSTALLATION A. Support raceways. B. Install polyethylene pulling string in each empty conduit over ten feet (10') in length or containing a bend. C. This contractor shall provide blank cover plates for all indicated telephone and computer outlets. D. All conduit sizes shall be verified with the owner prior to installation. E. Provide 1 inch conduit with box from each outlet location to above nearest accessible ceiling. END OF SECTION Waterloo Center for the Arts Project#17113 270528 Toilet Room Renovation 2018 PATHWAYS FOR COMMUNICATION SYSTEMS Waterloo, Iowa Page 1 of 2 Page 338 of 513 Waterloo Center for the Arts Project#17113 270528 Toilet Room Renovation 2018 PATHWAYS FOR COMMUNICATION SYSTEMS Waterloo, Iowa Page 2 of 2 Page 339 of 513 SECTION 27 1005 TELECOMMUNICATIONS CABLING INFRASTRUCTURE PART 1 GENERAL 1.01 SECTION INCLUDES A. Horizontal Copper B. Work Area Outlets C. Grounding and Bonding Products 1.02 SUMMARY A. Work included, but not limited to: 1. Data network horizontal cable installation. 2. Infrastructure cabling management. 3. Data patch cables. 4. Ground and Bonding. 5. Testing requirements. 1.03 GENERAL REQUIREMENTS A. The drawings and specifications indicate the intent and direction of the installation. Items and their location are shown diagrammatic and are to be field verified by the cabling contractor prior to completing work associated with the item. B. All cabling work shall be performed in strict accordance with all applicable laws, ordinances, codes of local, state and federal government, or other authorities having lawful jurisdiction. The cabling contractor is required to verify all requirements. C. The cabling contractor shall furnish all required labor, material, and associated tools to facilitate the installation of all the infrastructure cables and associated items specified herein and with respect to the infrastructure design drawings without damage to the cables, associated items, and/or facilities. D. Qualified personnel, utilizing state-of-the-art equipment and techniques shall complete all installation work. E. All cables routed outside of the cable runway installed shall be properly supported. F. All wall and/or floor penetrations shall be via metal conduit sleeves properly sized, supported and fire stopped. G. All materials shall be installed in accordance with the manufacturer's specified recommendations and practices. 1.04 QUALITY ASSURANCE A. Standards: All telecommunications wiring, cabling devices, and other associated items and work shall conform to the most recent requirements of the following codes, standards, and organizations where applicable: 1. American National Standards Institute (ANSI) 2. Electronic Industries Association (EIA) 3. Federal Communications Commission (FCC) 4. Institute of Electrical and Electronic Engineers (IEEE) 5. International Organization for Standardization (ISO) 6. National Electric Code (NEC) 7. National Fire Protection Association (NFPA) 8. BOCA National Building Code 9. Underwriter's Laboratories (UL) Waterloo Center for the Arts Project#17113 271005 Toilet Room Renovation 2018 TELECOMMUNICATIONS CABLING INFRASTRUCTURE Waterloo, Iowa Page 1 of 6 Page 340 of 513 10. Telecommunications Industry Association (TIA) 11. Building Industry Consulting Services International 12. Society of Cable Telecommunications Engineers (SCTE) B. The copper data infrastructure cable system shall have a manufacturer's material and labor performance certification for the installed cable and components. The certification shall be that UTP Category 6 cabling infrastructure will perform to TIA's specifications for that Category. A manufacturer's written certification document shall be submitted at the completion of the project. C. A matched solution shall be provided end-to-end for all cabling infrastructure. No third party components shall be provided unless otherwise noted elsewhere in the project specification or drawings. D. The installer must be able to provide a warranty to the owner. Duration of the warranty shall be a minimum of ten years from the date of project completion and acceptance. It shall cover all of the product as well as their performance for the warranty period. E. The cabling contractor shall be in business for a minimum of five (5) years. F. The contractor must be registered with BICSI and have at least one Registered Communications Distribution Designer(RCDD)on full-time staff or be approved by the project engineer during the bidding process. Prospective contractors shall seek written approval from project engineer no later than seven days prior to bidding. Include in request to project engineer a list of full-time staff with certifications and references to three projects of similar size and scope in previous two years. G. The contractor must possess current liability insurance certificates. H. Provide a complete and detailed test plan for the telecommunications cabling system including a complete list of test equipment for the components and accessories for each cable type specified, 30 days prior to the proposed test date. Include procedures for certification, validation, and testing. 1.05 SUBMITTALS A. The cabling contractor shall not begin any installation of materials that require a material fact sheet and/or sample to be submitted and approved by the project engineer. If material is installed prior to approval, the bidder is liable for the cost of removal and replacement if the material is not approved. B. The cabling is to provide material cut-sheet for all products (including cabling)listed in this specification, and any other material not listed but required for proper installation. C. Provide both the manufacturer's certification for all installers and technicians that will have a role in this project as well as all BICSI certifications as outlined in the sections above. 1.06 CLOSE-OUT AND FINAL ACCEPTANCE A. Operations and Maintenance Manuals 1. Commercial off the shelf manuals shall be furnished for operation, installation, configuration, and maintenance of products provided as a part of this project. Submit operations and maintenance data not later than 2 months prior to the date of occupancy. B. Drawings and As-Builts 1. Provide drawings including documentation on cables and termination hardware in accordance with TIA/EIA-606. Drawings shall include schedules to show information for cut-overs and cable plant management, patch panel layouts and cover plate assignments, cross-connect information and connecting terminal layout as a minimum. Drawings shall be provided in hard copy format and on electronic media for project engineer's review and final delivery to owner. Provide the following drawing documentation as a minimum: Waterloo Center for the Arts Project#17113 271005 Toilet Room Renovation 2018 TELECOMMUNICATIONS CABLING INFRASTRUCTURE Waterloo, Iowa Page 2 of 6 Page 341 of 513 a. Cables-A record of installed cable shall be provided in accordance with TIA/EIA-606. The cable records shall include only the required data fields in accordance with TIA/EIA-606. Include manufacture date of cable with submittal. b. Termination Hardware-A record of installed patch panels, cross-connect points, distribution frames, terminating block arrangements and type, and outlets shall be provided in accordance with TIA/EIA-606. Documentation shall include the required data fields only as a minimum in accordance with TIA/EIA-606. c. Working Red Line Drawings-A hand completed set of drawings indicating the general cable routing of the backbone cables and the primary routes of the horizontal cables shall be provided. Also indicate all wall and floor sleeves utilized. The drawings for this information shall be a non-working, clean set of drawings. 1.07 DELIVERY, STORAGE,AND HANDLING A. The cabling contractor shall coordinate all delivery, storage and handling concerns with the general contractor. B. Provide protection from weather, moisture, extreme heat and cold, dirt, dust, and other contaminants for telecommunications cabling and equipment placed in storage. 1.08 APPROVED CABLING VENDORS A. All cabling and connectivity products provided by the structured cabling contractor shall be part of the following complete end-to-end systems: 1. Commscope 2. Superior Essex/Ortronics 3. Berk-Tek/Leviton 4. Engineer approved equal B. All components in the cabling channel shall meet or exceed the performance characteristics of the horizontal cabling. 1.09 JACKET TYPE A. As per NEC, this building is to have plenum-rated cable and products used exclusively. No "non-plenum" parts shall be installed. 1.10 COLORS A. The owner shall determine all colors of cables,jack inserts, and other visible components during the submittal process from the standard colors available by each individual manufacturer. No custom colors will be used. PART 2 PRODUCTS 2.01 HORIZONTAL COPPER A. Data and Voice: 1. Provide unshielded Twisted Pair(UTP), Category 6 4/pair, 23 AWG to locations identified on the plans. a. Commscope Uniprise- UltraMedia 7504 b. Superior Essex- DataGain 6+ c. Berk-Tek- LANmark 1000 d. Engineer approved equal e. Cabling shall be also provided to each video surveillance camera shown on the plans unless otherwise noted. f. Color to be determined by the owner. B. Patch Cables- Data Racks (Copper): Waterloo Center for the Arts Project#17113 271005 Toilet Room Renovation 2018 TELECOMMUNICATIONS CABLING INFRASTRUCTURE Waterloo, Iowa Page 3 of 6 Page 342 of 513 1. Provide pre-connectorized copper patch cables that match performance and configuration of horizontal data and voice cabling. Length as required for installation per BICSI standards. 2. Quantity: Structured cabling subcontractor shall provide sufficient patch cords for 75% of horizontal cable runs. For bidding purposes, use an average cord length of 10 feet for patch cords. 3. Color and exact length shall be determined by the owner. C. Patch Cables-Workstations: 1. Match performance and configuration of horizontal data and voice cabling. Length as required for installation per BICSI standards 2. Quantity: Structured cabling subcontractor shall provide a workstation patch cord quantity equal to 50% of all wall-terminated data outlets. For bidding purposes, use an average cord length of 10 feet for patch cords. Patch cords shall be turned over to owner. 3. Color and exact length shall be determined by the owner. 2.02 WORK AREA OUTLETS A. Work Area Data/Voice Jacks: 1. Jacks shall be modular RJ-45 style and meet performance requirements of horizontal cabling. a. Product shall be a matched solution from cabling manufacturer. B. Work Area Outlet Cover Plate: 1. Telecommunications cover plates shall comply with TIA-568-C.1 and shall be flush design constructed of stainless steel and match the style and color of receptacles and switch cover plates. Provide any blank inserts as required for all unused openings. a. Product shall be a matched solution from cabling manufacturer. C. Voice Wall-Mounted Outlet: 1. Provide stainless steel phone faceplate with steel screw terminals and information outlet capable of RJ45 connection to normal phone. a. Product shall be a matched solution from cabling manufacturer. 2.03 GROUNDING AND BONDING PRODUCTS A. Provide in accordance with UL 467, TIA J-STD-607, and NFPA 70. Components shall be identified as required by TIA/EIA-606. Provide ground rods, bonding conductors, and grounding busbars as specified in specification section 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS. PART 3 EXECUTION 3.01 GENERAL A. The drawings and specifications are considered to reflect the intent and direction for a complete data cable system. B. Quantities shown are for general information and may be incorrect. The bidder is to verify all quantities and is to report any count differences to the engineer prior to submission of their installation response. The cabling contractor will be held responsible for all required quantities to complete the project to the intent and direction of the drawings and specifications. C. Material description and manufacturer's part numbers are shown. The cabling contractor is expected and has the responsibility to verify that the part number matches the description. Any discrepancy is to be noted to the engineer prior to response submittal. The cabling contractor is responsible for the correct materials being furnished and installed. D. Install telecommunications cabling and pathway systems, including the horizontal and backbone cable, pathway systems, telecommunications outlet/connector assemblies, and associated Waterloo Center for the Arts Project#17113 271005 Toilet Room Renovation 2018 TELECOMMUNICATIONS CABLING INFRASTRUCTURE Waterloo, Iowa Page 4 of 6 Page 343 of 513 hardware in accordance with TIA-568-C.1, TIA-568-C.2, TIA-569, NFPA 70 and UL standards as applicable. Provide cabling in a star topology network. Pathways and outlet boxes shall be installed as specified in specification section 26. Install telecommunications cabling with copper media in accordance with the following criteria to avoid potential electromagnetic interference between power and telecommunications equipment. The interference ceiling shall not exceed 3.0 volts per meter measured over the usable bandwidth of the telecommunications cabling. E. Install UTP telecommunications cabling system as detailed in TIA-568-C.1. Screw terminals shall not be used except where specifically indicated on plans. Use an approved insulation displacement connection tool kit for copper cable terminations. Do not exceed manufacturers' cable pull tensions for copper and optical fiber cables. Provide a device to monitor cable pull tensions. Do not exceed 25 pounds pull tension for four pair copper cables. Do not chafe or damage outer jacket materials. Use only lubricants approved by cable manufacturer. Do not over cinch cables, or crush cables with staples. For UTP cable, bend radii shall not be less than four times the cable diameter. Cables shall all be terminated. There shall be no cable with unterminated elements. Cabling shall be continuous with no splices. Label cabling in accordance with paragraph titled LABELING. 3.02 HORIZONTAL CABLING A. Install horizontal cabling as indicated on drawings. Do not untwist Category 6/6A UTP cables more than one half inch from the point of termination to maintain cable geometry. Provide slack cable in the form of a figure eight(not a service loop)on each end of the cable, 10 feet in the telecommunications room, and 12 inches in the work area outlet. 3.03 PATHWAYS A. Provide in accordance with TIA-569 and NFPA 70. Provide building communications cabling pathway as specified in Section 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS and Section 26 0536 CABLE TRAYS FOR ELECTRICAL SYSTEMS. 3.04 WORK AREA OUTLETS A. Terminate UTP cable in accordance with TIA-568-C, TIA-568-C.2 and wiring configuration as specified. All fiber optic cabling shall be terminated in accordance with TIA-568-C.3. Follow manufacturer's installation guidelines for all specific requirements related to work area outlet termination. 3.05 COVER PLATES A. As a minimum, each outlet shall be labeled as to its function and a unique number to identify cable link in accordance with the section titled LABELING. 3.06 PULL CORDS A. Pull cords shall be installed in conduit serving telecommunications outlets that do not have cable installed. 3.07 GROUNDING AND BONDING A. Provide in accordance with TIA J-STD-607, NFPA 70 and as specified in Section 26 0526 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS. 3.08 LABELING A. Provide labeling in accordance with TIA/EIA-606. Handwritten labeling is unacceptable. Stenciled lettering for voice and data circuits shall be provided using either thermal ink transfer or laser printing. B. Cables shall be labeled using color labels on both ends with identifiers in accordance with TIA/EIA-606. Waterloo Center for the Arts Project#17113 271005 Toilet Room Renovation 2018 TELECOMMUNICATIONS CABLING INFRASTRUCTURE Waterloo, Iowa Page 5 of 6 Page 344 of 513 C. Workstation outlets and patch panel connections shall be labeled using color coded labels with identifiers in accordance with TIA/EIA-606. 3.09 CABLE TESTING A. General: Cables are to be tested after installation is complete with Fluke DTX tester or equivalent and delivered in electronic format for engineer review. If for any reason, the drop location, raceway and/or drop location box is removed for additional work of any nature, the drop location is to be re-tested if previously tested.All cables associated with the drop location are to be re-tested. The cost of re-testing is the responsibility of the cabling contractor. B. Category 6/6A Data- Unshielded Twisted Pair(UTP) Cable: 1. Each UTP CAT 6 data cable installed shall be tested and a test result printout sheet shall be furnished at the completion of the project. 2. The test shall be performed after the final cable and device termination has been completed and the faceplate installed. The test shall be of the "Basic Link"from completed end to completed end. 3. The test shall be conducted utilizing a scanner that will generate a sweet frequency 1-250 megahertz signal on all pairs of the cable and test each pair of the cable for: a. Pair mapping b. Cable length c. Insertion loss d. Near-End-Cross Talk (NEXT) e. Attenuation to Near-End-Cross Talk Ration (ACR) f. Return loss (RL) g. Power Sum Near-End-Cross Talk(PSNEXT) h. Power Sum Equal Level Far-End-Cross Talk (PSELFEXT) i. Far End Cross Talk (FEXT) j. Propogation Delay& Delay Skew k. Impedance I. Capacitance m. Resistance 4. Each data cable shall be tested to EIA/TIA-568, Category 6, compliance for acceptance. 5. Each test result shall indicate the cable number, test date and tester name. All test results are to be submitted to the project engineer in electronic format for review during closeout and final acceptance. 6. No hand written test results will be accepted by the project engineer. 3.10 EXTRA MATERIALS AND LABOR A. This contractor shall include in their bid an allowance to install two (2) additional data outlets with an average length of 200 feet as directed by the project engineer at any time during the construction process. Any materials that are not used during construction shall be turned over to the owner at the final acceptance of the building. END OF SECTION Waterloo Center for the Arts Project#17113 271005 Toilet Room Renovation 2018 TELECOMMUNICATIONS CABLING INFRASTRUCTURE Waterloo, Iowa Page 6 of 6 Page 345 of 513 SECTION 28 0050 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Basic Electronic Safety and Security Requirements specifically applicable to Electrical Division Specification Sections. B. Division 28 Specification requirements also include, by reference, all Division 00 and 01 specification sections. This contractor is responsible to review these specification sections. Requirements of these specification sections are included as a part of this contract. C. Division 28 Specification requirements also include, by reference, Specification Section 08 7100- Door Hardware. Review and inclusion of the electrical requirements of this specification section are included as a part of this contract. 1.02 OWNER OCCUPANCY A. The owner will occupy the premises during the construction period. B. Limit use of site and premises to allow owner occupancy. C. Cooperate with the owner to minimize conflict and to facilitate owner's operations. D. Schedule the work to accommodate this requirement. 1.03 REGULATORY REQUIREMENTS A. This contractor shall give proper authorities all requisite notices relating to work in his charge, obtain official permits, licenses for temporary construction and pay proper fees for it. B. This contractor is to be solely answerable for and shall promptly make good all damage, injury or delay to other contractors, to neighboring premises or to persons or property of the public by himself, by his employees or through any operation under his charge, whether in the contract or extra work. C. No attempt has been made to reproduce in these specifications any of the rules or regulations contained in city, state or federal ordinances and codes pertaining to the work covered by these specifications that the contractor be thoroughly familiar with all such ordinances and codes. D. The fact that said various rules, regulations and ordinances are not repeated in this specification does not relieve the contractor of the responsibility of making the entire installation in accordance with the requirement of those authorities having jurisdiction. E. All work shall comply with the applicable recommendations of: 1. The National Board of Fire Underwriters 2. The ANSI-NFPA 70 National Electrical Code 3. The National Fire Protection Association (NFPA) 4. The Occupations Safety and Health Act(OSHA) 5. IBC Building Code (current) and any current applicable city building and or electrical codes. 6. Fire Protection: Conform to UFC and NFPA. 7. ANSI/NFPA 70 National Electrical Code. F. Obtain permits and request inspections from authority having jurisdiction. G. Conform to latest approved versions of codes. 1.04 PROJECT/SITE CONDITIONS A. Install work in locations shown on drawings unless prevented by project conditions. Waterloo Center for the Arts Project#17113 280050 Toilet Room Renovation 2018 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS Waterloo, Iowa Page 1 of 8 Page 346 of 513 B. Prepare drawings showing proposed rearrangement of work to meet project conditions, including changes to work specified in other sections. Obtain permission of owner and architect/engineer before proceeding. C. This contractor shall, before submitting his bid, visit the site of the project to familiarize himself with locations and conditions affecting his work. D. It is the intent of this specification that the contractor furnishes all labor and material required to complete the installation as outlined in the drawings and specifications. No additions to the contract price shall be allowed due to the failure of this contractor to properly evaluate the effect of existing conditions on the work to be done under this contract. E. Whenever renovation or remodeling or relocation of existing equipment is included in the contract, it is imperative that all locations of existing wiring conduits, electrical panels, equipment, services and grades be noted on the job site before bid is submitted and that all elevations and grades be verified before roughing in new work. F. This contractor shall provide holes as necessary for the installation of his work and in accordance with materials other than the structure. 1.05 SEQUENCING AND SCHEDULING A. This contractor shall arrange his work in order that it progresses along with the general construction of the building. B. This contractor shall be kept informed as to the work of other trades engaged in this project and shall execute his work in such a manner so as not to delay or interfere with progress of other contractors. C. Where space for electrical lines and conduit is limited, it is imperative that all such trades coordinate their work so as to insure concealment in space provided. Where conflict exists, the engineer shall decide priority of space. If work is not properly coordinated, the engineer may require removal and relocation of work without additional compensation. 1.06 GUARANTEE A. This contractor shall guarantee all of the apparatus, materials, equipment furnished and labor installed under this contract for a period of one year after date of final acceptance, unless a longer period is specified. B. Neither final certificate of payment nor any provisions in the contract documents nor partial or complete occupancy of premises by owner shall constitute an acceptance for work not done in accordance with contract documents or relieve the contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. C. Should any defects arise as the result of defective workmanship or material within the guarantee period set forth, this contractor shall make the necessary correction at his own expense. 1.07 ENGINEER APPROVED EQUAL PRODUCTS A. When the engineer, at the request of the interested parties, including the contractor, supplier and manufacturer approved "engineer approved equal' products for this project, such products are approved on the assumption that they will equal or exceed the performance of the products specified. B. If such products do not do so after being installed on this project, this contractor shall replace or modify the particular product as necessary to equal the performance of the products specified at no expense to the owner, architect or engineer. C. Request for"engineer approved equal" products shall be received by the architect/engineer prior to the last addendum being issued. Requests for substitutions received after this date will Waterloo Center for the Arts Project#17113 280050 Toilet Room Renovation 2018 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS Waterloo, Iowa Page 2 of 8 Page 347 of 513 not be considered. Substitution requests shall clearly state which products are being considered for substitution. Substitution requests shall include all pertinent product information needed to evaluate the substitution as an "equal". D. Similar products shall be all of the same manufacturers and style. There is no exception to this unless prior approval has been granted from engineer. 1.08 OWNER'S RIGHT OF SALVAGE A. Before beginning construction the contractor shall check and verify with the owner each item of existing equipment that must be removed. B. The owner will designate which items of material or equipment not reused that he may wish to keep. This contractor shall then remove these items with care and store in a location designated by the owner for the owner's disposal. C. All other items of equipment to be removed and not specified for reuse in new construction or reserved by the owner for his use shall become the property of the contractor and shall be removed from the site. 1.09 PROTECTION AND MAINTENANCE A. The work covered by these drawings and specifications involves all work in the [new] [existing] building. B. Where necessary to connect to any existing utility service, this contractor shall contact the owner and shall coordinate any building service connection with the owner so that normal operation to the building is disrupted as little as possible. C. Any work to be done in existing structures shall be coordinated with the owner and arrangements made so that traffic flow may be maintained and areas finished where possible before other areas are begun. D. This contractor shall protect existing equipment in finished areas from dirt, dust and damage as a result of his work. E. Coordinate protection requirements with department heads before beginning construction. F. Protect any building openings from unauthorized entry. Coordinate with owner where building entry must be controlled. 1.10 DEMOLITION A. This contractor shall be responsible for the demolition and removal of all existing electrical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be reused". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. 4. All elements to be removed are subject to the Owner's Right of Salvage. B. Preserve services to the existing facility. Extend/reroute/reconnect the existing systems as required providing for the continued function of these systems. 1.11 CUTTING AND PATCHING A. This contractor shall do all cutting and patching necessary for the installation of his work in all existing and new buildings unless otherwise noted. B. In areas where the integrity of new or existing fire separation assembly/wall is compromised by the work, this contractor shall be responsible to patch and/or seal openings as necessary to maintain and/or return fire separation to rating as required by applicable codes. Waterloo Center for the Arts Project#17113 280050 Toilet Room Renovation 2018 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS Waterloo, Iowa Page 3 of 8 Page 348 of 513 C. This contractor shall do all cutting and patching required for his work beyond the remodeled areas unless otherwise noted. All finish work shall include patching to match existing adjacent surfaces. Painting shall be by others. 1.12 CLEANING AND RUBBISH A. This contractor, upon completion of his work, shall remove all rubbish and debris resulting from his operation and shall remove it from site at his own expense. B. As far as his work is concerned, all equipment shall be cleaned and the premises left in first class condition. C. This contractor shall maintain the work area each day to prevent hazardous accumulation of waste from his work. 1.13 SEALING AND PENETRATION A. Clearance around the piping passing through fire or smoke rated construction shall be sealed to maintain the rated integrity of the construction (1 hr. 2 hrs. etc.). One and two-hour rated assemblies are to be patched on both sides of the assembly. B. This contractor shall verify rating and location of all such construction with the architectural drawings and seal all penetrations. C. Manufacturer offering products to comply with the requirements include the following: 1. Dow Corning "Silicone RTV Foam" 2. 3-M Corporation "Fire Barrier Caulk and Putty" 3. Thomas & Betts "Flame Safe Fire Stop System" D. Installation of these products are to be in strict accordance with the manufacturer's recommendations. E. This contractor shall submit shop drawings showing approved sealing assemblies to be utilized on this project. 1.14 HAZARDOUS MATERIALS A. If this contractor stores any hazardous solvents or other materials on the site, he shall obtain copies of the safety data sheets for the materials and post them at the site. He shall inform the owner and all employed of any potential exposure to this material. B. At no time shall any product containing asbestos be incorporated into the work. 1. If asbestos materials are encountered, report to the owner. The owner will be responsible for asbestos removal. 1.15 AS-BUILT DRAWINGS A. This contractor shall provide (at the conclusion of the project) one clean, non-torn, neat and legible "as-built"set of drawings to the owner. These drawings shall show the routing of conduit, wiring and equipment drawn in at scaled locations. All circuits shall be labeled and shall conform to labeled panel breakers. All dimensions indicated shall be referenced to a column line. A set of construction blue prints will be furnished for this work. B. All electrical panels and electrical installed equipment shall be shown on the "as-built" drawings. C. Refer to Architectural Specification Sections for additional requirements. D. This contractor shall update these drawings during the project at least every week. 1.16 ALTERNATES A. Refer to description of alternate bids under General Specification Sections. Waterloo Center for the Arts Project#17113 280050 Toilet Room Renovation 2018 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS Waterloo, Iowa Page 4 of 8 Page 349 of 513 1.17 REVIEW OF MATERIALS A. This contractor shall submit to the engineer for review one (1) electronic copy giving a complete list of materials, fixtures, devices and panels he proposes to furnish. The brochure shall contain complete information as to the make of equipment, type, size, capacities, dimensions, and illustration. Three copies reviewed by the engineer shall be returned to the contractor. One copy shall be kept on the job at all times. B. Checking of submittal drawings by the engineer does not relieve the contractor of the responsibility for the accuracy of such drawings and for their conformity to drawings and specifications unless he notifies engineer, in writing, of such deviation at time such drawings are furnished. C. All submittals shall have the date marked on them when the contractor receives them from the supplier. Submittals shall be submitted through the contractor and shall not come direct from the supplier to the architect or engineer. D. This contractor shall mark the date and sign each set. This indicates that each of them have been checked in their entirety before submitting to the engineer. Submittals that are not dated and signed by the contractor will not be accepted, or checked and will be marked "resubmit" and sent back to the electrical contractor. 1.18 TEST OF SYSTEMS A. This contractor, before concealed, shall test all systems installed under this contract as called for in these specifications and as required by local codes. Tests shall be made in the presence of the engineer, local authorities or their duly authorized representative. Any defects discovered in testing shall be corrected and the tests repeated until all defects are eliminated. B. This contractor shall be held responsible for all damage resulting from defects in the system. C. Each individual feeder circuit shall be tested at the panel and in testing for insulation resistance to ground; the power equipment shall be connected for proper operation. In no case shall the insulation resistance to ground be less than that required by the National Electrical Code (NEC). 1.19 SCOPE OF WORK A. This contractor shall furnish all the labor and material necessary to install a complete safety and security system for the remodeled building. B. This contractor shall furnish all the labor and material to install a complete safety and security system in the new building. The system shall include all items of work as outlined in these specifications and on the drawings. C. All work shall be performed by a well-qualified and licensed technician with a thorough knowledge of the various systems involved in this building. It shall be this contractor's responsibility to see that his electricians are familiar with all the various codes and tests applicable to this work. D. All equipment shall be new and of the type specified by the engineer unless otherwise noted in these specifications or on the drawings to remain and or be reused. E. The intent of the specifications and drawings is for complete installation of the systems outlined in the specifications and drawings so that at the conclusion of construction the system will be turned over to the owner complete and ready for safe and efficient operation. The specifications and drawings cannot deal individually with the many minute items that may be eventually required by the nature of the systems. F. This contractor is required to furnish and install all such items normally included on systems of this type, which, while not mentioned directly herein or on the drawings are obviously essential to the installation and operation of the system and which are normally furnished on quality installation of this type. Waterloo Center for the Arts Project#17113 280050 Toilet Room Renovation 2018 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS Waterloo, Iowa Page 5 of 8 Page 350 of 513 G. This contractor, shall before proceeding with any work, review the architectural drawings. Any conflict between the electrical and architectural drawings shall be reported to the engineer for clarification. H. If there is a discrepancy between the drawings and the specifications or within either document, the more stringent requirement shall be estimated unless brought to the engineer's attention and an addendum is issued for clarification. 1.20 DAILY HOUSEKEEPING AND CLEANING A. At the end of each workday, the contractor shall remove all of his debris, rubbish, tools, and surplus materials from the project work area. The work area shall be broom cleaned and left in a neat and orderly condition. The contractor, for the removal of debris from the project, shall not use the owner's waste disposal facility. B. At end of construction, all equipment shall be cleaned and the premises left in first class condition as far as this contractor's work is concerned. 1.21 OWNER'S RIGHT OF WORK CESSATION A. The owner reserves the right to order an immediate cessation of work without giving advance notice. 1.22 WALL CONTINUITY(1 HR.) A. All items mounted in 1 hr. rated walls requiring an opening larger than a four inch (4")square (16 sq. inches) require the 1 hr. rating not be degraded. B. Any branch panel in a 1 hr. wall will require the exterior of the recessed panel be covered with 5/8 inch fire rated gypsum board. This is true for any device requiring more than a 16 sq. inch opening. 1.23 CABLE A. The fire alarm system manufacturer shall approve low voltage cable. All low voltage electrical cable, installed as part of a new fire alarm system, shall be plenum rated cable. B. Cable installed without using raceway shall be neatly routed and supported every 32 inch by no less than a nylon wire tie or supported in bridle rings. All wiring in mechanical rooms shall be in conduit. All exposed wiring shall be in raceways. No cable shall be allowed to lie on the accessible ceiling tile. 1.24 LOW VOLTAGE CABLE INSTALLATION A. This contractor is to install if they are licensed to, or contract with a licensed electrician to install conduit serving low voltage cables located in all mechanical rooms and non-accessible areas and exposed structural areas. Use cable trays in other areas as indicated on the drawings. Where cable trays are not accessible, use J-hooks equal to Caddy Cable CAT. Provide hooks with closure holes and cable ties. Mount hooks 32 inch on center. 1.25 DIGITAL MEDIA AGREEMENT A. Computer Aided Drafting (CAD) Documents may be available to the contractor for some uses. Contact the engineer prior to bidding to determine what information is available to be transmitted to the contractor in digital form. B. When documents are determined to be available, and as requested by the contractor, they will be transmitted upon the completion and execution of the MODUS digital media agreement. A service fee for each document transmitted will be assessed to the contractor. Documents will be transmitted upon payment receipt. Current service fee is $100.00 per CAD sheet. 1.26 SECURE NETWORKABLE DEVICES A. Update network devices to the most current software/firmware. Waterloo Center for the Arts Project#17113 280050 Toilet Room Renovation 2018 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS Waterloo, Iowa Page 6 of 8 Page 351 of 513 B. Change default password of all networkable devices. 1. Passwords shall have at least eight characters. 2. Include uppercase and lowercase letters, numerals, and special characters C. Supply MAC address and serial number of all networkable devices. D. Work with the Owner's IT department to align to existing IT standards. E. Provide to the owner a printed and/or electronic spreadsheet log of all network information including, IP addresses, MAC addresses, Iogins and password information during system training. 1.27 SYSTEM CONFIGURATION AND PROGRAMMING FILES A. Supply system configuration and programming files where export is available. B. Supply uncompiled programming for systems applicable. C. All configuration and programming shall be property of the owner at conclusion of the project. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 280050 Toilet Room Renovation 2018 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS Waterloo, Iowa Page 7 of 8 Page 352 of 513 Waterloo Center for the Arts Project#17113 280050 Toilet Room Renovation 2018 BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS Waterloo, Iowa Page 8 of 8 Page 353 of 513 SECTION 28 0080 ELECTRONIC SAFETY AND SECURITY SCHEDULE OF VALUES PART 1 GENERAL 1.01 FORM COMPLETION A. The successful Electrical Contractor shall complete this form in its entirety within 30 days of receipt of signed contract from the General Contractor, and submit directly to MODUS. B. This information is confidential and will not be disclosed to any individual outside of MODUS. Data collected will be used in evaluating pay applications. 1.02 OVERALL CONTRACT Base Electronic Safety and Security Bid $ Add or deduct accepted alternates, negotiated changes, or other modifications to the contract $ Total Electronic Safety and Security Bid $ 1.03 SCHEDULE OF VALUES Fire Alarm System - Material and Labor $ Total Electronic Safety and Security Bid (Sum of Schedule $ of Values) PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Waterloo Center for the Arts Project#17113 280080 Toilet Room Renovation 2018 ELECTRONIC SAFETY AND SECURITY SCHEDULE OF VALUES Waterloo, Iowa Page 1 of 2 Page 354 of 513 Waterloo Center for the Arts Project#17113 280080 Toilet Room Renovation 2018 ELECTRONIC SAFETY AND SECURITY SCHEDULE OF VALUES Waterloo, Iowa Page 2 of 2 Page 355 of 513 SECTION 28 0090 MINOR ELECTRONIC SAFETY AND SECURITY DEMOLITION FOR REMODELING PART 1 GENERAL 1.01 SECTION INCLUDES A. The requirements of the Contract Forms, the Conditions of the Contract, Division 1 - General Requirements and Specification Section 26 0050- Basic Electrical Requirements "General Provisions" apply to this section. 1.02 SCOPE A. This contractor shall be responsible for the demolition and removal of all existing electrical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be relocated". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. B. Preserve services to the existing facility. Extend, reroute, and reconnect existing systems as required providing for the continued function of these systems. C. Demolition shall be accomplished by the proper tools and equipment for the work to be removed. Personnel shall be experienced and qualified in the type of work to be performed. D. This contractor shall remove all abandoned equipment, conduit, and supports associated with the remodeled area unless noted otherwise. E. This contractor is responsible to provide temporary electronic safety and security protection during this project. 1.03 MATERIALS A. All elements to be removed are subject to the Owner's Right of Salvage. B. All materials removed shall be the property of the removing contractor and shall be removed from the site by him, unless otherwise specified. C. The owner may designate and have salvage rights to any material herein demolished by this contractor. It will be the owner's responsibility to designate such salvageable items and remove them prior to the contractor working in that area. 1.04 EXISTING CONDITIONS A. If any existing devices that are to remain are disturbed by operations under this contract, the contractor is required to re-establish continuity of such systems. B. This contractor shall arrange for the general contractor to repair and patch all construction with material necessary to match surrounding due to removal of equipment and conduit. C. This contractor shall furnish all required labor and material, where required, to extend new work to connect to similar work for extension of existing systems. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 EXAMINATION A. Beginning of demolition means installer accepts existing conditions. B. Demolition drawings are based on casual field observation and existing record documents. Report discrepancies to the owner before disturbing the existing installation. Waterloo Center for the Arts Project#17113 280090 Toilet Room Renovation 2018 MINOR ELECTRONIC SAFETY AND SECURITY DEMOLITION FOR REMODELING Waterloo, Iowa Page 1 of 4 Page 356 of 513 C. Verify field-circuiting arrangements and reconnect as necessary. D. Verify that abandoned wiring and devices serve only abandoned facilities. Reconnect circuits, as required, to prevent de-energizing of remaining receptacles of lights. 3.02 PREPARATION A. Disconnect safety&security in walls, floors, and ceilings scheduled for removal. B. Coordinate service outage with local utility company, inspectors, owners, and design team. C. Provide temporary wiring and connections to maintain existing systems in service during construction. D. Existing safety and security services: Maintain existing system in service until new systems are complete and ready for deployment. Disable systems only to make switchover connections. Obtain permission from the owner, at least 24 hours before partially or completely disabling any system. To minimize outage, duration, make temporary connections as required. E. Existing Fire Alarm System: Maintain existing system in service until new system is accepted. Disable system only to make switch over and connections. To minimize outage, duration, make temporary connections to main tan service within construction areas and in areas adjacent to work area. F. Existing Telephone system: maintain existing system in service. G. Existing Building Security System, Video Surveillance, Door Access, and Fire Alarm Systems: 1. Maintain existing system in service until new systems are accepted. 2. Disable system only to make switch over and connections 3. Obtain permission from the owner at least 24 hours before partially or completely disabling system. 4. Minimize outage duration. 5. Make temporary connections to maintain service in areas adjacent to work areas. 3.03 DEMOLITION AND EXTENSION OF EXISTING SAFETY AND SECURITY A. Demolish and extend existing safety and security work under provisions of this section. B. Remove, relocate, and extend existing installations to accommodate new construction. C. Remove abandoned wiring to source of supply. D. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors and patch surfaces. E. Disconnect abandoned cable and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide a blank cove for abandoned devices that have not been removed. F. Disconnect and remove abandoned control panels and head end equipment. G. Disconnect and remove devices and equipment service abandoned safety and security system. H. Repair adjacent construction and finishes damaged during demolition and extension work. I. Maintain access to existing safety and security installations that remain active. Modify installation or provide access panel as appropriate. J. Extend existing installation using materials and methods compatible with existing electrical installations or as specified. 3.04 CLEANING AND REPAIR A. Clean and repair existing materials that remain or are to be reused. Waterloo Center for the Arts Project#17113 280090 Toilet Room Renovation 2018 MINOR ELECTRONIC SAFETY AND SECURITY DEMOLITION FOR REMODELING Waterloo, Iowa Page 2 of 4 Page 357 of 513 B. Control Panels: Clean exposed surfaces and check tightness of all connections. replace damaged items and equipment. Provide typed directory showing revised changes or programming. 3.05 INSTALLATION A. Install relocated materials and equipment. END OF SECTION Waterloo Center for the Arts Project#17113 280090 Toilet Room Renovation 2018 MINOR ELECTRONIC SAFETY AND SECURITY DEMOLITION FOR REMODELING Waterloo, Iowa Page 3 of 4 Page 358 of 513 Waterloo Center for the Arts Project#17113 280090 Toilet Room Renovation 2018 MINOR ELECTRONIC SAFETY AND SECURITY DEMOLITION FOR REMODELING Waterloo, Iowa Page 4 of 4 Page 359 of 513 SECTION 28 3100 FIRE DETECTION AND ALARM PART 1 GENERAL 1.01 SECTION INCLUDES A. Fire alarm and smoke detection control panel B. Peripheral devices C. Fire alarm wire and cable 1.02 RELATED SECTIONS A. Specification Section 26 0533 - Raceways and Boxes for Electrical Systems 1.03 REFERENCES A. NFPA 70- National Electrical Code B. NFPA 72—National Fire Alarm Code C. NFPA 101 - Life Safety Code D. International Building Code 2015 E. International Existing Building Code 2015 F. International Fire Code 2015 G. NFPA 90A-Standard for the Installation of Air-Conditioning and Ventilating Systems 1.04 SYSTEM DESCRIPTION A. Fire Alarm System: NFPA 72, manual and automatic local fire alarm system. B. Fire alarm system shall include the system wiring, raceways, pull boxes, terminal cabinets, outlet and mounting boxes, control equipment, alarm and supervisory signal initiating devices, alarm notification appliances and other accessories required for a complete operating system. 1.05 SUBMITTALS A. Shop Drawings: Provide a building layout showing each device and wiring connection required. B. Product Data: Provide electrical characteristics and connection requirements. C. Test Reports: Indicate satisfactory completion of required tests and inspections. D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation and starting of products. E. Contractor shall submit software logic, flow diagrams, battery calculations and one line diagrams illustrating device loops. F. Contractor shall be responsible for submitting a copy of these documents to the local Authority Having Jurisdiction or state for required review. G. Submit copies of NICET certifications as described in this specification section. 1.06 PROJECT RECORD DOCUMENTS A. Record actual locations of initiating devices, signaling appliances, shut down relays, power supplies, and end-of-line devices. B. Indicate device addresses on this drawing. C. Deliver to owner as both hard copy and electronic file. Waterloo Center for the Arts Project#17113 283100 Toilet Room Renovation 2018 FIRE DETECTION AND ALARM Waterloo, Iowa Page 1 of 4 Page 360 of 513 1.07 OPERATION AND MAINTENANCE DATA A. Operation Data: Operating instructions. B. Maintenance Data: Maintenance and repair procedures. C. Configuration Data: Printouts of configuration settings for all devices. D. Routine Maintenance Checklist. 1.08 QUALIFICATIONS A. Contractor: The contractor shall have a fully equipped, factory trained, and manufacturer certified service and installation organization. B. Supervisor: The job supervisor shall be a NICET Level II (or higher)technician and be a full-time employee of the certified reseller. Supervisor shall be responsible for programming and testing. C. A job site supervisor is to be present on-site at all times during installation. The supervisor shall be a NICET Level II (or higher)technician. D. Installer: All work relating to the fire alarm shall be performed by a NICET Level I (or higher) technician. E. A list of technicians with any level of responsibility with this project shall be submitted for review and acceptance during the submittal process. A copy of their NICET Certification and manufacturer's training certificate for the system to be installed shall also be included. F. Installer shall be capable of answering trouble calls from a permanently maintained location less than 100 miles from project site. 1.09 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70 and NFPA 101. B. Furnish products listed and classified by UL, FM as suitable for purpose specified and indicated. 1.10 EXTRA LABOR AND MATERIALS A. Provide one (1) installed automatic smoke detectors including 40 feet of wiring each per device to be positioned by the owner or engineer. B. Provide one (1) installed audible/visual alarms including 40 feet of wiring each per device to be positioned by the owner or engineer. C. Provide one (1) installed visual alarms including 40 feet of wiring each per device to be positioned by the owner or engineer. D. Devices not installed at the direction of the owner or engineer shall be turned over to the owner at the completion of the project. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Match existing. Silent Knight B. No engineer approved equal. 2.02 FIRE ALARM AND SMOKE DETECTION CONTROL PANEL A. Main Control Panel: Existing panel to remain. Expand panel as necessary to provide sufficient initiating and indicating circuits. B. Test and verify automatic telephone dialer module. Notify the design team of any issues. Waterloo Center for the Arts Project#17113 283100 Toilet Room Renovation 2018 FIRE DETECTION AND ALARM Waterloo, Iowa Page 2 of 4 Page 361 of 513 2.03 PERIPHERAL DEVICES A. Manual Fire Alarm Station: Fire alarm pull stations semi-flush compatible with existing fire alarm control panel. B. Thermo-Detectors: Area thermo-detectors shall be 135 deg F rate of rise and fixed. They shall cover 2500 sq. ft. Detectors shall be compatible with existing fire alarm control panel. C. Automatic Smoke Detectors: Area smoke detectors shall operate on the photo-electric principle using a stable LED light source and a silicone photodiode to form a very highly accurate means of smoke detection and shall be so designed for a 360 degree smoke entry for optimum response. Regardless of sensitivity setting the detector stability shall be unaffected by high air velocity. Detectors shall be compatible with existing fire alarm control panel. D. Horn/Strobe Indicators: Wall mounted shall comply with Americans with Disabilities Act and compatible with existing fire alarm control panel. E. Horn/Strobe Combination Unit: Flush mounted combination unit with red thermoplastic faceplate, "FIRE" in white letters. F. Strobe Only Unit: Xenon light. 2.04 FIRE ALARM WIRE AND CABLE A. Fire Alarm Power Branch Circuits: Building wire as specified. B. Initiating Device and Indicating Appliance Circuits: All fire alarm wiring shall be in metallic conduit or open raceway system as specified. Concealed in finished area. Wiring shall be as specified by the manufacturer. C. Total load carrier by conductors in each conduit at any voltage shall be limited to 5 amperes. Voltage above 30 VAC-DC shall be in a separate conduit. Wire shall be color coded as follows: 1. Detector Power Circuit: Violet(+) and Blue (-) 2. Signal Circuit: Red (+) and Black (-) PART 3 EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install manual station with operating handle 48 inch on center above finished floor. Install audible and visual signal devices 80 inches above floor or six inches (6") below ceiling, whichever is lower in compliance with ADA standards. C. Make conduit and wiring connections to door release, devices, sprinkler flow switches, and sprinkler valve tamper switches. This contractor is responsible for all wiring and conduit to the sprinkler system post indicating valve, when this valve is provided. See drawings for location. D. Automatic Detector Installation: Conform to NFPA 72. E. This contractor shall relocate all existing devices from existing ceilings and mount on new ceilings. New ceilings are indicated on the drawings. F. This contractor shall be responsible for installing an indication system that results in a tone reaching 15 dB over ambient or louder. Horns shall not reach a volume that is greater than 105dB in any room. G. This contractor shall be responsible for installing an indication system that meets or exceeds the required strobe intensity per NFPA 72. H. Install wiring in conduit where wiring is inaccessible or exposed locations. Open raceway system may be provided where wiring is above accessible ceilings or other accessible, concealed locations. Waterloo Center for the Arts Project#17113 283100 Toilet Room Renovation 2018 FIRE DETECTION AND ALARM Waterloo, Iowa Page 3 of 4 Page 362 of 513 3.02 FIELD QUALITY CONTROL A. Test in accordance with NFPA 72. B. Upon completion of the fire alarm system installation, this contractor shall provide a written statement advising the architect of completion and to be in compliance with fire and electrical codes and in accordance with wiring diagrams, instructions and directions provided by the manufacturer. C. Representative of the manufacturer shall certify the system complete and that the owner has received adequate instructions in system operation. 3.03 MANUFACTURER'S FIELD SERVICES A. Prepare and start system. B. Include services of certified technician to supervise installation, adjustments, final connections, and system testing. 3.04 ADA HEIGHT A. The new fire alarm devices will require new back boxes for the new audio/visual alarm signals. Install at the new ADA height of 80 inches to the center of the flashing light. ADA requires 48 inches to the operating mechanism of any pull station, which is newly installed in order to comply with a wheel chair bound person's forward reaching. B. The devices mounted below 80 inches shall not protrude from the wall over four inch (4") to comply with ADA. 3.05 CABLE A. The fire alarm system manufacturer shall approve the low voltage cable. All low voltage electrical cable that is installed as part of the new fire alarm system shall be plenum rated cable where required. B. The cable that is installed without using raceway shall be neatly routed and supported every three foot(3') by no less than a nylon wire tie or supported in bridge rings. All wiring in mechanical rooms shall be in conduit. All exposed wiring shall be in raceway. No cable shall be allowed to lie on the accessible ceiling tile. 3.06 EXISTING FIRE ALARM STATUS A. The electrical contractor shall document all alarms associated to the fire alarm system and contact owner prior to performing general demolition. B. Electrical contractor shall respond to and resolve any nuisance trouble conditions from fire alarm system due to related construction project. Nuisance troubles shall be resolved with maintenance staff within 24 hours of notification of trouble. END OF SECTION Waterloo Center for the Arts Project#17113 283100 Toilet Room Renovation 2018 FIRE DETECTION AND ALARM Waterloo, Iowa Page 4 of 4 Page 363 of 513 ZW o °o 8 �m d M o �y �a Poo z3a° it a e \ — o- � r POWS 1 O O ry o o o==a LU w LU C �f�3a3 QJ o <�W O z oC-4 O 3 �N LL o 0 O O Q 6 a \ 2 U W Q O o N a a 3 Z 0 ^3 z LU 3 ULU °N a Z w 0- _ _ _ [OL03Hl0011GIDW}SI0I0Iaww0JSZZ NOIlVAON]d - O Z WOOd AllO18IU:VOM o`o oo�aamMdow� o woo _ 'V _ sp HEW T o W 5 �o z Z $ Q Q o_ Q w a9 H - z LL a o --gu - _ _ a.,..dddddarcrcrcrcrzwwwhweyyymww,nr..��������C»>�"�......_szz� .aiu 3 - ffi N u� z 2p o w —2���==�sEtt� ««�����0000 s w w - oo z0w www w .z U o �<f - - 3� > s3s2s ����mma�?ss���as`s`s��se, ,��oa0000000000wwwwwww w - 's r e a s'sx ���s��<mmmmmm� 0 a l 0 o00000000000wwwwwww Q z o u = o� Z O o o Sw - o Q W- _ N o ,.3 �s. S W CD 12 2 0 Oz L.L vim./ O w 3 LU Z .d O rc - - qac O O S 8 a3�e s xn ry P. 0 Mm OO PH O - - m _oda a a _ _ = WH - O F z Ga y _ V L o w =` WO N a wo J O ¢ w- N U Z N O `. a � � N O $? -A S A- o� ... w o yom» a cq U o — Z„ - -O IOLOS HI oope}nM'{S ID!DJawwoJ SZZ NOUVAON3d o a O >- V 0Ood ]lOi 81M VDM ° Z'. ��� oo�aamM�o w� foo z �Q w a5 m 14 an 5 ZO kph imp - p Fn al n - W � - - Z a" _ __ _ yIn ''IS ,.maw W H, - _ -H w y ho moo doo a,e - wa arse �w .c-.rc 22w out _who --_- ---- - - of �----� in 19 C op � + y p Lj z z g a g z j a S a z z 5 0 � s z � � o = o ~ w o a o 0 F w wo poz` z q i ¢a ma wa 9 � a rvjA a i Z„ Q; - - IOLOS VI OOpe}OM'}S IOiOIawwOJ SZZ zo z NOUVAON3d >- WMZ Ood Al10181VDM OOId'31VM IO AllJ w�oipp Z sk Z p i12 .,n Z tm w _� c Z - _- »¢ H�'p - W _rF ag o.ww eF hLL mo U' ay rd�wLL w���€mos �a ac.�a�-- r 0 I w o a o u�wi / g = .61 a L ----------------------------------------------------------- 70 _Fo 3 --r O l eNidN11M�f ng7M m 4 a a� 3= M sv e. � Z, - - [OLDS vi 0011GIDW}S I DIDIG W W OJ SZZ °= O w z NOUVAON3d w° Z V 0Ood Alloi 81MZ VDM Q; o z �ou�nvomv O - W -- p Ok r Biu e3 6a+o3 O W llllll 06~ W w ° m } s.e y U 7 o 0 z z a o w w K w is a aaa3aooi iv o OO m4 2 L O oa a w i sz pz» taw o — F Li O O O �I z z O4 w9 OQ MH HIFA _ J � J O J O OILLz = I w N w pO r m 7 & 2 Q O F w �H - 9"a O z 00O w O w z Id O z O a w N w }_ 2E .m;*� >y ww=q Q} = G z N9w3o+a y 11. z} aoo4llloi e y VDM : /1 2 \o \ \ ©v \ \oo \� \f ID E � \ 4- r - ------ --- - - _ m \ (& 7 / / \) 3 \ - }\ L 7- ID oo o .� \}H! !. D D z. Q; - - IOLOS HI oopa}nM'}$IoiDIawwoJ SZZ 'nNOUVAON3d z O >I WOod A]10181OZ VDM J Q o oo�aamMIo w� Hoo � Rs O 3 maw cD (7 z K W E - w r mmwr uz m � m 0 W z Z W � a o a x r :mom. 4 I a N Q �= 4 Z ian ° s J � m sr U 0, m O O H CD O O O O Z b - O D in N 0 0 �= a a z J _ W U 11I W I ` � z z w W a ry Z i G a d f �IR Z„ Q; - - IOLOS VI oope}oM'}$IoiDIawwoJ SZZ z NOUVAON3d O >- V flood lloi 81MZ VDM Z=, o �o oo-11 foo _ Q p It w s a y z - _ p - - O a w 41, I z ^' S Z z z w Q (? o� w wa Q� 4A. y a a Z.° n j 0, ]_o`i; IOLOS VI ooPa1cm"1SloID)GLUuao0 S(6 `" z CD ` ]C" NOI1VAON321 4 0 Zi x : NOON E11019107,VOM �"� p Ow o foo _u - z O =s p z ES �g3 xa� z� ti _ =„5�5ogos3 Z - 8 _ ay��p,3wtjG z K LL w YG m O T V I I J �1 0 m Il�lll;l;lll� ;° ill l ;,.. lul �o J Q U z � a U � - W MEINo�� ���®®®®®®e®®aag � � � a G� Z ey W < ,) J J \\ o J LU O / o J O Q o z 0 m Q op J W Q °voe4y O� x ® m� O ry 3 J LL N Q o u LU ~ UO 0 w U04 W sqpwIII WIP.Ooo 6'El -aao �j m\ /{ , \ �m;x� >± wm=� d ? { 9�zoma\{ - Nwooa2mo g y va» : -(10x0i: K \ \ ©© \ \ \\ w ) \ ( $ Q a } t ) J \ } : } : rg , : ' a 4 a mƒ) ƒ / L5 g\ ƒ _(} O\O 17 \ o - -- ----2-----PT --- 2 } & �- \} . o �- {���- \ � . [ ! \ \ \ \ b eCl _ ---- � _ � { z o ]_eaS IOLOS VI oopalpM"1S lolaaauauao�SZZ i — O o O '�' 4 NOIlVAONIN o Zi x . NOON Ell0l910L VOM o ° -oo w - a m e s s 8 ys a" o 0 G sge s B m s W eE8 a a2 § ao - i x g E's -- s €y c7 s 5e 3 by G�83E 8 s S 9 Gf C ww � „� Popo �o p� e oda pie ro H p� s p€' e�3 pG ,.s 5s� p_x 7 u z� x S� m3 ~moo em - F- --T- 0 p r-I X O G s 5 Z! ®\ p! [m;x� >± wm=� { g/\ 9�zoma _ : S \( X\ - wooa2m No gyva » 11 \\\\(\�/ \ \ ©© \ \ \\ \\ {7\ ( \ \ � \ ° K \ \ } \ } \ [ lJGy; a f §/2 � � � | ;. . : ` } Z.° n Oc ]_°':; IOLOS VI o01I"1S loID)OLULU00 S(6 Ln 4 NOIlVAONIN Zi x0i: NOON Ellol 910L VOM z CNO 0 nz Ud ' S ymy� Z> L7ko ^ 7 L_ ���/��VLLLLLIIILII�VVVVV� _ p a ! Il,c AL AL .I N 7 - ��„'BILI 5 — �� - e� - n Z IOLOS VI o°p01cm"1Slo!Daeuauao0 S(6 ° O cY) '�' �� 4 NOIIVAONIN ° o O Zi x NOON 131101810�VOM ° o foo _w - z x E _ 0 dot k � � Ul It ° 30 ^w .5 3� WE n� rat E 0 2 y epi e Y ° rc__ o _ 0 m L D p � his 5 m f �� G CU F, -0 em's �f-mss 08 e� Z! ®\ p! [m;x� >± wm=s N9�zona { gc\ - « o \( - }7 X\ - wooa2mo gyva» 11 \\\\( El - ƒ , : \ [ f/ = 1 « $ : ) ) q 9 / ) \ \ [ § § ƒ[ \ - ° / y; § §) � . - r --/- - . q C) /\ ! - --:- , -` 12� } ! � .� , 1O0S VI 0011e1pM 4S loiDaauaua00 SZZz LO — x 4 NOIlVAON321 W O Z: ��° : NOON 131101910L VOM � 0 IM ooiaaivm ao w� foo f� _ z c c i 3is i =i G, a o O 5O = C O b Sas of G G 5 L"_' a � m MUM x -a p o ° 3 a ^ £ = a ' o Z.° n j 06 ]_o`i; IOLOS VI oopeipM"1S loID)GLUUJo0 S(6 Ln4 NOIlVAONIN Z x a NOON Ellol 910L VOM IEII 3, d o w _moo 0 s 0o NidMJowo �8O „W z w = x 5. IT,17 ---- wAi Q J 0 aW I (D < 0 r5� -w ® g rJ o ° = J u o m D 1 •y —4- 7[ a„I I I 1 I I W h J s c Z.° IONS VI 001101C IM 4S 11Maauaua00 SZZ NOI1VAONIN 4 ° Z! �Ck NOON E1I01910z VOM E2,. d o oo w�ws ooiaaivmao w� f LJ.J x t[C7 pz X03L Le oAj H agW ;�� h h ° ds '� $ o. G Go y € i� e 11 4 g z d M H 0 wo 5 on Ell 5 o '" M. �x Mow a z>3 s_- s_> HH 0�s n��z - k k 2 l 8 9c ®� G Q 0 5 � 8 ®8 G4 0 �5c = Ra 3G x s�zo Ll Hz J 8jao D P� m II° 00 0 Z�p � - Z.° nu 0- IOLOS VI OOpOipM"1S IoID)GLULUO0 S(6 Ln4 NOIlVAON321 Z Xk : NOON Ellol91oz VOM � p 0 N ooiaaivm ao w� _oo Lu zu O w > 0111� TIT =off 'o =KKK MM O a eaa�� pa S� u MT �YYo �6o 03 _�as.3 G '.s�Fe� �5 £� 3 - o z Qu 2 g - k 19= Y o rc iQSp S ° a 6 y " Ca CITY OF WATERLOO Council Communication Motion to receive and file the Iowa Public Official Bond for Water Works Trustee Ron G. Welper City Council Meeting: 3/12/2018 Prepared: 2/28/2018 REVIEWERS: Department Reviewer Action Date Water Works Mahler, Matt Approved 2/28/2018 - 1:48 PM Clerk Office Higby, Nancy Approved 3/5/2018 - 9:22 AM ATTACHMENTS: Description Type D Bond for Ron Welper 01-08-2018 to 01-08-2020 Cover Memo SUBJECT: Motion to receive and file the Iowa Public Official Bond for Water Works Trustee Ron G. Welper. Submitted by: Submitted By: Matt Mahler, General Manager Recommended Action: Motion to receive and file the Iowa Public Official Bond for Water Works Trustee Ron G. Welper. The Iowa Public Official Bond for Water Works Trustee Ron G. Welper Summary Statement: was filed by the Water Works Board of Trustees at their regular meeting of February 20, 2018. Expenditure Required: No City funds are required for this action. Source of Funds: Waterloo Water Works operating funds, primarily generated from water sales. Page 383 of 513 m MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IOWA PUBLIC OFFICIAL BOND Bond No. IA5121924 KNOW ALL PERSONS BY THESE PRESENTS' That we, Ron Welper as Principal, and MERCHANTS BONDING COMPANY (Mutual), a corporation duly licensed to do business in the State of Iowa, as Surety, are held and firmly bound unto the City of Waterloo State of Iowa in the sum of Five Thousand ( $5,000.00 ) DOLLARS, lawful money of the United States, for the payment of which, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas, the above bounden Principal having been duly elected or appointed to the office of Trustee in and for the City of Waterloo and State of Iowa for the term beginning on 8th day of January , 2018 and ending on 8th day of January 2020 he/she will render a true account of his/her office and of his/her doings therein to the proper authority, when required, or by law; that he/she will promptly pay over to the officer or person entitled thereto all moneys which may come into his/her hands by virtue of his/her office; that he/she will promptly account for all balances of money remaining in his/her hands at the termination of his/her office; that he/she will exercise all reasonable diligence and care in the preservation and lawful disposal of all money, books, papers, securities, or other property appertaining to his/her said office, and deliver them to his/her successor or to any other person authorized to receive the same; and that he/she will faithfully and impartially, without fear, favor, fraud or oppression, discharge all duties now or hereafter required of his/her office by law, and the securities on such bond shall be liable for all money or public property that may come into the hands of such officer at any time during his/her possession of such office, then this bond to be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that regardless of the number of years this bond may remain in force and the number of claims which may be made against this bond, the liability of the Surety shall not be cumulative and the aggregate liability of the Surety for any and all claims, suits, or actions under this bond shall not exceed the amount stated above. Any revision of the bond amount shall not be cumulative. PROVIDED, FURTHER, that this bond may be canceled by the Surety by sending written notice to the party to whom this bond is payable stating that, not less than thirty(30) days thereafter, the Surety's liability hereunder shall terminate as to subsequent acts of the Principal. Signed this 26th c of _ F brua�__-_-__ 2018 Ron Welper PRINCIPAL Merchants Bonding Company (Mutual) Janet Willard Attorney-in-Fact OATH OF OFFICE STATE OF IOWA Black Hawk County, ss. I, Ron Welper solemnly swear that I will support the Constitution of the United States and the Constitution of the State of Iowa, and that I will faithfully and impartially to the best of my ability discharge the duties of the office of Trustee In City of waterloo as now or hereafter required I, , ;wl Print 1)-"I Ron bveIper Subscribed and sworn to before me this day of Fad . JANET WILLARD �� W� COMMISSION NO.150180 Nota Public 1( ++ MY�CO�nMIV ON DCPIRES Notary PO 010 r =��= -- Commission expires f� 'v'������ � Page 384 of 513 r Iy a MERCHANT BONDING COMPANYn POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Janet Willard their true and lawful Attorney(s)-in-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-Attorney 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 adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-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 Attorney-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 26th day of February 2018 • PO 0.' •O?' �1P0 Aq'. MERCHANTS BONDING COMPANY(MUTUAL) R4j ;y': AqJ MERCHANT NATIONAL BONDING,INC. tom: .•n•Z n j 2003 :cj: �a 1933 :c• By �l/f1 ,•�•. , yam' •ate.• :Oac C✓��• \1 President -Cr STATE OF IOWA COUNTY OF DALLAS ss. On this this 26th day of February 2018 , 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. E�, AUCIA K,GRAM Commission Number 767430 My Commission Expires April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,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 26th day of February 2018 oRPUgq 6'0s 'm0?ORPOyq x 2003 1933 c; Secretary d� �. 'yid •• ate~: POA 0018 (3/17) • Page 385 of 513 CITY OF WATERLOO Council Communication FY 18/19 Complaint Mowing with Complaint Snow Removal Contract. City Council Meeting: 3/12/2018 Prepared: 3/4/2018 REVIEWERS: Department Reviewer Action Date Code Enforcement Even, LeAnn Approved 3/7/2018 - 9:49 AM ATTACHMENTS: Description Type D 2018 MOWING CONTRACT Cover Memo D Bid Tab Cover Memo Motion to receive and file proof of publication of notice of public hearing_ Hold Hearing- No comments on file. Motion to close hearing and receive and file oral and written comments. SUBJECT: Resolution approving plans, specifications, form of contract. etc. Resolution authorizing to proceed. Motion to receive and file and instruct the City Clerk to read bids and refer to Code Enforcement for review. Submitted by: Submitted By: David R. Zellhoefer, Department Head for Code Enforcement Recommended Action: Page 386 of 513 CITY Of WATERLOO,IOWA CODI ENFORCEMENT DEPARTMENT NOTICE OF PUBLIC HEARING On Proposed Sp"ifitions and the NOTICE TO )ADDER for 2018 COMP LAI NTNIOWTNGS WITH COMPLAINT SNOW REMOVAL RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, 715 Mulberry St, Waterloo, Iowa, on or before Thunda�. March 8, 2018, until 12.00 NOON, for the 2018 COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL as deseriW in the plans and speoifications now on file in the Cite Clerk's offico and the Code Enforee111L�n1, Department. OPENING; OF BIDS All proposals received for the 2018 COMPLAINT MOW1NGS WITH COMPLAINT SNOW REMOVAL will be opened in the City Clerk's Office in City Hall. Watorloo, Iowa,on Thursday,March 8,2018,at 1:00 p.m.,and the proposals will be referred to tl: s-wI_, [.nfarcernent Departmcnt for recommendation of award. PUBLIC HEARING Notice, is honCby given that the Waterloo City Council will conduct a public hearing on t~e. p,-oposcd specifications and form of contract for the 2018 COMPLAINT MOWING WITH C:()MPL AI�NT CIW RFMO AL at the City Council Meeting. Monday,March 12, 2018. The hearing; wil1 be held in the City Council Chambers in Watorloo City Hall_ The contract documents arc on file in the Cite Clerks office, 715 Mulberry St_, and the Code EnCorcement Department. 6226 K.fidberi-y Street, Waterloo, lova for public examination. Any person interested may rile written objection � ith the City Clerk boforo the date set for the hearing or appear and make objection at the rncCtinL?. SCOPE OF WORK Tito Contractor shall provide all labor,equipment and materials necessary to mow and/or rernave snow from the dcsisnated areas in accordanc4c with these specifications, CONTRACT PERIOD The period of time covered under this proposed contract shall be approximately April 16, 2018,through March 29,2019, PROPOSALS SkJRMITTED All bids rmust be submitted on forms supplied by the Code Enforcement.Department._ The bidder shall bid on a per unit price(WITH EACH."Option"treated as a separate unit) as shown on the Bid Form_ Each unit should be bid as a stand- alone item and not merely as a Component of total bid package that includes all optiar7s together_ BTI1 SECURITY REQUIRED All bids must be accompanied, in a separate envetupc. by a certified or cashier's c'_eck drawn on an Iowa bank chrartcrCd. under the laves of the United States or the Strato of lova_ a ccrrified share draf_ d-awn ,gin a Credit Union in Iowa chartered under the laws of the United States or the State of Iowa, or a bid borrk-1 to r,--- ('--r-% of Waterloo, Iowa, in the sum of nifteen Hundred Dollars ($1,500.00), which CCrwlod check, certified share draft, or bid bond will be held as security that the Bidder will enter into a C, : tract for the m:r,vin+ cr ,1 �.ow. removal work and will furnish the requir bonds, and in case the successful bidder sh,;l `Ai? OF r,_•"l tiL, a ,.: :-.-.Lo the Contract and furnish the required bonds, the bid security may br retained by said City as If a bid band i:. [,Seel, it moist hey �;i_vned by, Mth the hidder and the surety or the %urety's S-�,,11LAire Of 4ur0L\ ; agent [11uSt 1)c �uppc+Jted ac4 cornpanying Power of Attorney. Page 387 of 513 CONTRACT AWARD The Code Enforcement Department has divided the contract into five (S) areas as indicated on the Bid Farm. Each is severable from the others and may be the subject of a separate contract- Tho City shall award one or more Contracts to the responsible. Biddcr(s) whose bid_ conforming to (he Specifications and without regard to whether the hid is mad e on a por-option or a total basis, is most advantageous to the City. ane{ the Cede Enforcemont Department price and other fat�rors considered. The City reserves the right to award a contract for any single Option, any combination of Options, or al l Options together. The inwntion is not to award the contract at the time of bid openin.- but to award the contract after review of buds and bidder information by the City and the Code Enforcement Department such that thco award is made within thirty (30) days after bid opening. The City reserves the right to waive any and all parts of a specific bid. BOND The sucoessful Bidder shall furnish a Performance Bond, within ten (10) days after notification of acceptance of the bid, in the amount of Twenty Ch ,cksanci F)ollars ($20,000.00). The Bond is to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contntct and tho terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operation of the Contractor- AFFIRMATIVE ontractor_AFFIR A']I ACTION PROGRAM The successful Bidder and any subcontractors will be reilui", to execute aii6 have approved an Affirmative Actions Pro-ram or Update he",L, hkk inning work on the project, if they have been awarded an aggroga►te of $10,000 in city projects during; l!ie L;.irr-,i t:}' I7c'.nr•year. METHOD OF PAYMENT TO CONTRACTOR Payment to the contractor for sorvWes performed shall be paid on a monthly basis. Payment-s shall he based on the actual number of acres mowed during the previous period_ A detailed bill of completed work must be received and approved by the Code Enforcement Department for Complaint Mowing with Complaint Snow Remu'val located at 626 Mulberry St, Waterloo, Iowa before payments will ti rr ide. Actual number of acres mowed must ag-Tee with numbers recorded by the Code Enforcement Departrneni_ The billing shall include: Address of properties + Pictures of properties prier to mowing/snow remora l + Pictures of properties when rnowing/snow removal completed + Fence line pictures of neighboring properties.(claiming damage protection) * Pictures to be dated &time stamped • Area or time billed for(depending on bid proposals) Extra material used(salt) Published by order of the City Council of said City of Waterloo, Iowa, on the day of , ' 018 City of Waterloo, Iowa, Kelley F'olohle, City Clerk Page 388 of 513 ClClt"'Y OF WATERLOO,IOWA CODE ENIFORCEMENT DEPARTMENT INSTRUCTION TO BLDDERS L EXPLANATION TO BIDDERS A ny e\planation desired by it bidder regarding the meaning or interpretation of the Regtie�, for Propo!tak Tnust be requested in writiri.g and "ith sufficient time allowed for a reply to reach bidden, bef:�:v <-.:I : .;ssi<ai7 of tla4ir bids. Any interpretation made will be iii the form of an ammdmt+rii of tlic. € equest for PrOpos,'als incl I, i I I be furnished to all prospective bidders- Its receipt by the bidder must be ac k-no%%,]edged in the space provided k,,_ the Bid Forin der by Letter or telegram reccivcd before the time set for opening of}yids- Oral explanations or instructions given before the award of the conlraci will not be binding. H. PROPOSALS SU)KNUFTED All bids must be submitted On forms supplied by the Code Enforcement Department. Refire submitting a bid, each bidder shall carefully read the specifications and all ether contract documents. Each bidder shall be fully informed, prier to r:he bidding, as to all existing condjuon and limitations under which the work is to be perfonned and shall lode€1O in this bid a suns to cover the cost of all items necessary to perform the work as set forth in the cxintract documents. No aal[owance will be made to tan', bidder bcC.aurt of lack of such examination or knowledge. The submission of a bid shall be construed as concl'usl ve ce rdence thai the bidder has made such examination.. The bidde:r's atteat.]on i s directed to the fact that ail applicable state laws,municipal ord 1n,_nces and the rules;and regulations of all authorities havingjurisdiction over the project shall apply to the Contract throughout acid they shall be domed to be included i n the Contract the same as though herein written out in full. III. LATIP BIDS AND MODIFICATIONS OR WITHDRAWALS Fids and modifications fir w Adrawuals thereof received at the office designzitcd in the Request: for Proposals and Notice to Biddcrs after the cxaci 'line set for closir-a 1.71`bids will not be considered- I lowever, a mod lication which is received from an oL Ln-ww v <'-.-ccssfu; 1~idler.. and Awl :::::kes the terms of the bid more favorable to the City, will be considered at any time it is received ay,:l :n:,-, 'I w: be accepted. Bids may be withdrawn by %witten request received frorn bidders prior to the time set for closing of bids. IV, PUBLIC (OPENING OF BIDS Bids will be publicly opened at the specified bole and place for opening in the Request for Proposals and Notice to Bidders. Their content will be made public for the in.form.ation ofbidders and others interested who may be present either in person or by representative. V. COLLUSIVE AGREEMENTS A. Each badder submitting a bid shall execute and include With the bid, a Nora-Collusion Affidavit in the form heivin provided, to the effect that it has not colluded with anv other person, firm,or corporation in regard to any bid submitted. E3- FL,,:h 1)']rider submitting a bid shall ha vc. each proposed subcontractor, if any,execute and include with the bid,a NC,',-C0-IUsion A.Itidavit irE the. lbrm lie rCin provided,to the effect that it has not colluded with any other person, firm, or carpo:-ai ion in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the of any proposed sutaconiracror for approval by The City, Page 389 of 513 V1. 1v O E1WRE CONTRACT COMYLUN IE PROGRAM All Bidders have the responsibility to comply with the City of Waterloo MBElWBE Contract Compliance Program. City of Waterloo Contract Compliance. Rude D. Jones_ Director CurrrrQsunity Lac%elopruoyl Board 620 h11lberry Street Suite 202 Waterloo- Iowa (07113 (319) X91-442-9 Vii. EMPLOYMENT AND BUSLNESS OPPORTUNITY To the greatest extent feasible_ Suppliers_ subcontractors, and low income workers owning businesses or living in the. Waterloo area mast be given pa-iority in Rupplying materials, bidding tore subcontract work,or applyiCr,,,, for CTnpIO�Tnent by the contractor on this prct-otit. Opp}ririrai,i�5 for tra-1ninI.and for employment arising in connection with this project, shall to the greatest extent feasible be mads an-ai lable to lower income persons residing in the prgject arca- The project anCa is the City of Waterloo- Tho City o1-Waterloo ~gill FOClu i r,-, t lit: ._-.t:actor to dOcl.irrtcnt his efforts in securing lower income workers living in the project arc; inrt in purchasinn ;upplii s irOin, and a}�:ard1rti} ;uhcontmcts to. businesses owned by persons residing in the proEc:ct arca- NTH. VTU. STATlF:M1F S-f OF REI)DER'S OUAkLIFICATIO S Each Bidder shall.upon request of the Coils Eaforcment Department submit on the form furnished a statement of the Bidder's qualifications, hislher experience record in completing the t}rpe of project proposed,and equipment mailable for the work contemplated; and when r ucdruil, ;� detailed financial statement. The Code Enforcement Department shall have the right to take such steps as it deems necessary to determine the ability of the Ridder to perform obligations under the Contract; and the Bidder:shall fi5rnish the Codc Enforcement Department all such information and data for this purpose as it mat r(,q 9cst. The right is reserved to reject any bid where an investigation of the available t:-, or information does not saltisf4, the Code linforcement Department that the Bidder is qualified to carry out properl' the terms of the Contract- IX. EXECUTION UTION OF AGREEMENT, BOND,AND CERTIFICATE OF 1NSUP-ANCE A. tiubscclue[It to the aivard and within ten (1 fl) days after the prescribed forms are presented for signature, the successful bidder what I execute and dc11vi� r to the City, an agreement in the form included in the contract doccurncnts in such number 0 copic5 as t1w Cit}_ ma} require. B. Having satisfied all condiiions of atward as sit forth elsewhere in these documents, the suoc�cssful bidder shall_ within the period specified in paragraph "A" above, furnish a surety bond in a penal sum not less than the amount 4)1-the contract as aw-arded_ as see.urit% I'or ilrc I-Mihful performance of the contract and the terms :end conditions therein contained and shall guaranies Shc prompt paymc it of all persons, tiri,i�-_ ;,r,,corpc,ra(ions to whom the contras:or m;ky become; lc;gaily indebted for labor_ rex.rl:,. 4clr,iprnt,r. . or seri =c o my nature rnc.Iudlrlg utility and transportation services, employed or used by it in pc;rforming the woi' - Si i L:;: 1%)11d shall be in the same form as that included in the contract documents and shall bcr{r the same(late as, c- .1, +ti wri:)�equen'. :.: 1':<,' : 1 r'�c a eerr,ent. The currei7t Power of Aticrrney for the person who signs for any Surety compa<rr} h.,1; 11t <a1t;:._:1':;•,.I .0 sl.lch bond_ C- The successful bidder shall. within the period speQlfiic(c in paraL=raph "A"above, furnish a certificale of insurance for approval in amounts of not less illart the amount-� >pec•if-cd in the General Conditions. The certificate of insurance shall be furnished in such number(,;'4, 12-4, -, the:City caw'1'ti :;i r::.}c, may require. The City of Waterloo shall be named as an "Additional Named Insured_" Tlit tit: :lraotor shall s2- ,t;',;:ly submit his subcontractor's certificates of insurance in the same arnoLmts for sapprovaI hcfurr cac:Ja ,<;ii cc s ,vork. Ittti retractor Shall cam or require that there be 1A.'orker's Compensation insurance for all its i Tlilnlo%,:c4 :nu 11h.: ,: �r'its Subcontractors cng*aged in work at the site, in accordance with .'itate Worker's Compensation Las-,s. Page 390 of 513 D- The failure of the succc,;� UI bidder to execute such agreement and to supply the required hood or bonds within ren (10) days afie.r the prescribe td fiorrn, are presented for signature, or' :t':in such CXtended period as the Cit.. may-rant, based upon rca,,ons determined sufficient by the Cit,, may either av*art) the verntract to the neat lowest rc:spon ible bidder or re- advc� rtise for lids, and niay charge against the bidder the he 'een the amount of the bid ani the amount for which a contract fol-the work; is subsequent)y eXecutcd. irrosocctive. of 4}nether the amount thus due exceeds the am a rit. of the bid O.uaranty. If a more favor-able bid is received by re-advertising,the defaulting bidder shall have no claim against the City of Wawrloo_ or Code Hnforc.�mcnt Department for a refund. Page 391 of 513 CITY OF WATERLOO, IOWA CODF FNFORCF.MENT DEPARTMENT GENERAL CONDITIONS Definitions Whenever used in any of the Contract Documents,these terms shall be defined as follows: Contract- means the Contract or Agreement executed by and between the City of Waterloo and the Contractor. 0"ner or Local Pu blit A"eriev(T-PA) - means the Code Enforcement Department- Contractor - means tho person- firm or corporation entering into the Contract with the City of Waterloo, to maintain properties as described in the Specifications provided- Contract Documents- means and shall include the following- Executed Contract or Agreement, Addenda(if any), Invitation for Bids, Instructions to Bidders, Signed copy of Bid, Genteral Conditions, Special Conditions, Specifications,and(Plans or Drawings when required)- Superintendeinge by Contractor Except where the Contractor is an ind iw ideal and a:ves pert, ial superintendence to the work,the Contractor shall provide a competent suNcintendent, satisfacior_} to ncc Code En ror-odic rit Department/City of aterkx),on thte work situ at all times during working hours xvith fuII authority (if the Contractor. The Contractor shall also provide an adequate staffto properly coy-)rdinatc and cxpcd-lie the. work- The Contractor shall lay out and be responsible for all work executed under this Contract. The Contractor shall verify all information before pro(,er-,ding with the work and be held responsible for any error resulting from failure to do so- Other Contracts The City of Waterloo may award or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with other Contractors, by scheduling work under this Contract with that to be performed under other Contracts as may be directed by the Code Enforcement Department/City of Waterloo. Tia►Contractor shall not commit or permit any act in which will interfere with the perfonmanc:e of work by any other Contractor as scheduled- 1Fittine and Coordination of the Wort: 'The Contractor shal I he res,p onsihic for ncc proper fitting of all work and for the coordination of the operations of all Subcontractors ena,'!Cd upt7n this Contract, The Contractor shall he prepared to guarantice to each Subcontractor the locations and rneasurements %%hic.h they Tmiy require for the fitting of their work to all surrounding work- Care of Work The Coniractor shall be responsible for all damages to person or property that occur as result of negligence in connection with the execution of work and shall he reLASOTsable for the proper care and protection of all materials delivered and work performed until completion and final acceptance by the Code Enforcement Department. The Contractor shall provide Sufficient securit- tooth day and nighl, including weekends and holidays, from the time the work is commenced until final LOWIl)leri,-rrT anci sIcceptance, except when work being performed does not require protection. The Contractor shall be responsible for any loss of work, materials, equipment or time due to acts of-any person on the project site- Therefore, it s i.he responsibility of the Contractor to determine when security is needed. Page 392 of 513 The Contractor shall avoid damage to existing,sidewalks, streets, curbs, pavements, structures,and utilities except those which are to be replaced or rernoved- Any damage caused by t.hc Contractor's operation shall be completely repaired at no expense to the Owner. General Requirements The Contracror shalt be resTonsibie for bc1rrL1 as to all existing conditions and Imitations under which the work is to be performed. No extra allowance will be made because of lack ofsuch examination or knowledge. The Contractor steal I not disturb existing walks, drip es, parkin�>.areas, treses, shrubs, or turf areas outside the limits Df the project. If disturbed, these items shall be replaced by the Contractor at no coast to the City or the Owner- Trees and shrubzs locatcd in or near the project area shall be.protected by the Contractor from damage by workers and equipment during time of performing services- Upon request, the City Foresicr will determine the extent of protection necessary for the trues, Permits and Cedes The Contractor shall give all notices required by, and comply with all applicable municipal and state laws, ordinances and codes, Li.abili" Insumnee The Contractor shall at all times during the term of the A.Teement mainwin iTl fill farce and effect, at its own expense, Employer's Liability, Worker's Compensa(ion, Aurornohile- Public Liability and Properly Damage Insurance, and Cather insurance and bonds a� sot forth below, including contrwAual liability covcrage for the indemnity and hold harmless provisions,of this Agxeement. Each policy'shMl require at least-30 dao s- advance written notice to the Ciity in the event of cancel Ini ion or T-merial change in terms. ,Fhe City of Waterloo}. lova .;hall be ,pecifically named as an additional insured on all insurance- Such cove r:,ok.s -da{ill 1a4 priMary, non-contributing and c,)n-,am Nvaivers of subrogation a-rainst ani cca%cratQ }idol by 1},o C 11%- ;,tiJ arc comrmencernent of work hereunder, the Contractor agrees to furnish the City with certificates of insurance: srr o[her evi[lczltc ,atisfaCtOr� to the City to the effect that such insurance has b4cn pmoured and is in force. lnsui'diacc cob C:1 shall comply with the limits specified b4lukw: C:o veragc; Limits of Liability Worker's Compensation Statutory Employer's Liability $500,000 Bodily Injury Liahility {)except automobile) $1,000,000 each occurrence Property Damage Liability (Excrp[ automobile) $1,000,000 each occurrence AutomoblIQ I3cadilv Injury Liability $1,000,000 each occurrence Excess Liabitity $5,000,000 AutoTTtobilc Property Darnage Liability $1,000,000 each occurrence Removal of Debris,Clcanina,._Etc. The Contractur shall periodically, oras directed during the progress of the work, remove and legally dispose ofaII surplus inaterial and debris, and keep the prosject area reasonably clean_ [Upon completion of the work,the Contractor shall remove all debris and equipment provided for the work and put the whole site.of the work in a neat and clean condition. Page 393 of 513 CITY OF WATERLOO,IOWA CODE ENFORCl?EENT DEPARTMENT SPECIFICATIONS fo r 2018 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL ,SCOPE OF WORK. The Contractor shall provide all Labor, equipment and material necessary to maw and/or remove snow from.designated areas in accordance with these specifications_ References in these speciric;at-tons Icy the Code Enforcement Department shall include the City of Waterloo. PROPERTY CO1v1PLAL T MOWING Assigned arm will be mowed on is (11`w 6me only basis_The Code Enforcement L)epartment will give out work- orders for any work done in this area_ wh ich shal I be completed within 72 hours from receiving work order_ The City will be in charge of any large. item and fire removal clean up that will be done on any of these properties. Contact the Code Enforcement Department(319.2113820)for pickup. Mowing height will be four(4") maximum_ Contractor shall be able to abate hedge/volunteer trees where neoessary For clearance of sidc%valkS and ether rights-of- way. Also after mowing property, it,hall meet city codes and excess Prays removed from the property and side)+alk. if for any reason Code Enforcement finds that a property is still in vlula:iti;-:, ai-.Crtht4 corlir;lclor IraS domc the abalcnlent' the contractor Shall rCMM Io the property and make the necessary corrcotions wittiout additional conks to the Wiry. If the contractor arrives at the property, and the property has been mewed. the f contractor-shall obtain a photo incl L,m[act Code Enforcement to verity the property is in 00111pli MCC. In the cent Cock Enlbrccintl nt is unaNc ?c: in et the cPntractor althe 1.1 1110, 1hC UOU[nicior shall continue on to the next referral and Code Enforcement will inspect the pi-opc'm- when time permits and notify,the contractor whether they have to return to abatc a wcCW viokmon. PROPERTY C(}MPLAINT SNOW RFM()VAL Assigned areas shall linve snow rcinoved on a tine-time basis_ The Code Enforcement Department will give out work- orders for any work done in these areas, whWh sha11 be completed within 4 lw—�T-s from receiving work order, Sidewidks need Ovar4d the.:width and lcn,th of the property down to thtC -,mcnt_ A good-faith attempt will need to bre made t, clear down to the pavement. In the event that it is impossible, beam c of ice or other hazard,then sand or other ab<a i\e M.ilcrial, (�uieh as ice Melt or artcther approved product) may be used: so pedestrian traffic is Safe, aZl,ly use sand ice mel[ In 111K)U Its to make pedesrr[xn traffic safe. Cao not coat sidewalk with a large amount of sand, use only amounts necessary to make sidewalks sate. All work IriUSt comply with the 011y oi-1k'k nicrloo Codes &Ordinances or contractor shall return to the property and make the necessary correction without additional costs to the City. VACANT LOTS Once these lasts have been issued their first notice.for the Season,they will be placed on an as needed basis mowing schedule from approximately May I"to October 15`I` 2018 for a maximum of 7 17 oNvIng'S. It will be the responsibility of the Code Enforcement Department to inform you of your as needed mowing schedule. There is a possibiliry of approximately 50-60 vacant lots with each lot averaging 0.25 of an acre, with a few exceptions_ (To see full list of lots, please stop into our office. We wil I not print copies, email or mail out the list) DILAPIDATED STRUCTURES Once these dilapidated structul-es have been issued their first notice ]"OF 1I:L- ;.:ziSon,they will be placed on an as needed bahiS IIIVWirkg schedule from approximaiely May t"to October 15"' 2018 for a maximum of 7 mowing's. It will be the responsibility- of the Code Enforcement Department to inform you of your as needed mowing schedule. Page 394 of 513 There is a possibility of approximately 56 dilapidawd structures with each lot averaging 0.25 of an acre,with a few +xoeptions, (To sec full list of structures, please stop into our office, We will not print copies, email or mail out the list) SITE CLEAN-LIP Prier to each mowing the Contractor shall remove all trash and debris including paper, branches,rocks, and other portable objects. All trash and debris shall be legally disposed of, off site, at no additional expense to the Cade Enforcement Department. Additionalk-', the contractor shall be responsible for cleaning up and repairing all damage created by snowplow& snov4, removal operations. This McIudes adding soil and seeding damaged areas as needed. SC,,ED111t,1NG OF WORK Areas to be mowed shall be divided two categories for type and frequency of mowing. The listed schedules are for bid purposes only_ The Cade Enforcement Department may add or delete mowing of areas based on growing conditions and budget constraints. GRASS CUTTING Crass shall be cut to an even height of four inches{4"). Grass cutting shall be accomplished in a manner so as not to result in scalping, bunching rutting, uneven or rough cutting_ All scalping, bunching, rutting or uneven rough cutting shall be promptly remedied by the Contractor to the satisfaction of thy; Code Enf'orcemont Dcpartmont with no additional cost to the Code Enforcement Department_ Grass clippings shall not be blown, left or land on any road surfaces in accordance with applicable laws and City ordinances. In areas such as narrow medians, clippings shall be bagged or mulched straight down. TRIMMINC AlonfL, with each moxving, the Contractor shal I trim around trees, shrubs, poles, fences and other objects t;-4 r ue 1, the height and appearanc4 451'11W 5urrorrr,cliri Q .egci anon. Only upon request of the Code Enforcement Department wil I you be required to edge vegetation grow in.,-, ,)w Q C Ll r b {i rid sidewalk. DAMAGE PROTECTiON The Conlractorr shall avoid da,nage to exiting sidewalks. streets, cr.rrb-,, pavements, structures, signs, mailboxes, fences, benches, utilities, and Other f iXtures. Any damage caused by the Contractor shall be completely repaired at no additional cast to (he Code Fii I<rrc;crIica,r Dcpanment_ A11 work -�Im11 he Molle i r i si manner so as not to result in damage to trees or shrubs, At no time shall any III OV-1ng or trimming equipment come in contact with any tree or shrub. Any tree or shrub damaged by the Contractor ,ball be replaced at IhLL d1I- r:lKM ��f'the Code Enforccrnccnt Mpartment with no additional cost to the Code Enforcement Department_ The Contractor shal I -w,oid darn�i f� to turf grass and underlying soil and grade. Any rutting and related turf loss and erosion damage .0-al I he proaiptl- remedied by the Contractor to the satisfaction of the Code En#oroc.mcw Department w 3th no additional cost to the Code Enforcement Department, The Contractor shall take all necessary precautions to protect pedestr;ans and motorists from personal iniur y and property darnage. All equipment safety guards shall remain intact and serviceable_The Contractor shall carry liability insurance as detailed in the 6ENERA1_ CONDITIONS to cover any damage cltaims, REQUIREi) FOUTP-N F T The Contrziclor shaill iraVc sr1111cicnt and proper equipment to perform all work in a safe and timely manner, Types of rnoww inc, equipment required for JiIS contract. Line trimmers Walk-behind mowers Commercial rotary front mowers(601"-72" deck) Bagging/mulching mowers Utility tractors with heavy-duty mowers FOLIF wheel drive mower Hedge trimmers Types of alley/sidewalk overgrowth equipment required for this contract in addition to equipment 1i4::•c above: Page 395 of 513 Pull beli`:i.i sa11,- iii- Hi,dl& trLLCk bed Tarps(.)j- c::; _c� i c: trxiir:r for&taulir7�? frust'_ n]]en �ecuir�°4; Nate. City ora narnce requires all loads being transported must be compleetely covered. The Cite is not responsible for paying any fines you may be issued. for larger parols that are overgrown contractor shall have access to a brush hog type of:mower so that contractor can meet the city's timeframe requirements. 6Acess amounts of cut grass and vegetation will meed removed and not left on parcels. Types of snow removal equipment required for this contract: Walk-behind snow blowers Riding snow blowers Pick-uta and/or tractor with snow blade Salt & sand applicator Shovels Equipment listed on the Bid Form Zvi lI be reviewed by the Code Enforcement Department to determine whetbiex it is adequate forth is mowing contract, CONTRACTOR OR THEIR DF.SIGNFF1 MUST BE REACHABLE 13Y PHONE MONDAY THROUGH FRIDAY 7:00 A.M.TO 3:00 P.M. Page 396 of 513 CITY OF WATERLOO, 1[]WA CODE ENFORCENIF.NT DEPARTMENT BID FORVf for 2018 COMP1LAD T 1'i•'tOWINGS WITH C:OMPL,AT T SNO-W RL.N1 '4'AL BIDDER; DDER: COMPARtw F- ADDRESS:. PHONE. { -} 1. ne undersigned, being a Corporation existing under the laws of the State of or a limited IiabiIity company e:sisting under the laws of the State of ,or a Partnorship consisting of the following partners: having been familiarized with the existing conditions on the project area al`Tocting the cost of the work- and i ith all the Contract D0eL,mex1ts now on file in the offices of the Cite Clerk, Cit} Hall, 715 Mulben- Street. Waterloo. lows°a. and the Code Enforcement Department, 626 Mulherr� Street, Waterloo, Iowa hereby proposes to furnish all supervision, technical personnel, labor, materials. machinery. tools, equipment, and services, including utility and transportation services required to complete the proposed COMPLAINT M(?WINGS WITH COMPLAINT SNOW REMOVAL, in accordance with the contract dcxe=ents and for the unit price in place for the following amount_ OPTION A: Provide all specified as needed mowing and trimming services for vacant late: 5l-,h0 vacant lots with each lot averaging 0.25 of'an acre(totaling 12.1-5-15 acares per occurrence) Price Per Occurrence: dollars, {S ] OPTIONB. Provide all specified as needed nior►ing and trimming ser-ices on dilapidated structures. 56 dilapidated structures with each tut ave ging 0.25 of an acre (to ta]iag 14:acres per occurrence) Price Per Occurrence: dollars ( _ OPTION Cc Provide all specified mowing services for property complaint mowing for normal residenti: € lots. (under 5 atcres) Price Per K4 nn Hour: dollars (S Page 397 of 513 OPTION D: PrGv.ide all sp-ecifia Mowing services for property complaint mowing fur lots and open areas 5 acres or larger. Price Per dere: dollars (S OPTION E. Provide all specified snow removal serviees for complaint prnpertic& ]Pries Per 11'llan Hour: dollars (S ) 2_ It is understood that the quantities set forth are approximate only and subject to variation and that the unit price for the work done shall govern the actual payment to the Contractor- 3 ontractor_ 3. In submitting this bid, the Aiddor understands that the City reserves the right to reject any or aJ l bids and to award one or more contracts for a single Option, all Options together,or any combination of Options. If written notice of acceptance of this Bad is mailed or delivered to the undersigned within thirty(30)days after]did Opening, of at any time thereafter before this bid is withdra%vn. the undersigned agmcs to c cecute and dcliVor an agrceTT)( rnj in the pro Grihod form and Tarnish tho rcquirtA l:)orad art(l certificate of insurance within ten (I0) days after the agreement is presented for signature, and start work within ten (10)days after"Notice to Proceed" is issued. 4. Security in the sum of dollars{$ in the form of is submitted herewith in accordance with NOTICE TO BIDDERS. 5_ Attached is a Non—Collusion Affidavit of Rime Contractor_ 6_ The Bidder i�, .)J-cJ'.j--L°.I to submit a financial and experience statement upon request_ 7_ The Prime Contractor and Subcontra r(s),which have performed an aggregate of$10,000-00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC. within ten (10)days of notification that the bid submitted is lowest and acceptable. 8, The Bidder has recei%ed the following Addendum or Addenda: Addendum No. Date: { I f f 9_ The Bidder shall l i t the \-1RF..W13F, subcontractors, amount of subc-ontmcts and bid items listed on the City of Wwcrloc; Minority and ;`or �V'orncn Business Pre-bid Contract Information Form submitted with this Aid Form. The apparent ]o bidder shall submit a lisi of all other subcontractors) to be used on this project to the City of Waterloo by 5:00 p_n,. tl,c business day following the day bids on this project are due along;with the Non-collusion .affidavits of ALL SLI bC ontractor(3)_ The subeonimet.ors l isted on this propo-,,fl and!or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. 1, The Cite cfl % aterloo does not approve the subcontractors. 2. The x,J,> ow r7ctors submit in writing that they cannot fulfill their subcontracts Page 398 of 513 10- The Bidder shall list all equipittent available for this project: 1 I. The Bidder has tilled in all blanks on this propo-,al_ These blanks not applicable are marked "none"or~NA"- 12_ The bidder has attached all applicable farms. 13_ The owner reserves the right to select alternatives, delete line items,and/or to reduee quantities prior to the Award of Contract due to bud cta* limitatioos, SIGNED: DATE: { f .,7 air mid Tille Page 399 of 513 STATEMENT OF BIDDIE WS QUALIFICATIONS (To bC Iubmitied by the Bidder only uta request or the City of walerlt.o,[owx) All questions shall be ansucred Anil 111c dam !',4VCn i77L1st be clear and comprehensive- This statement must be notarized- questions may he anst,cred on yep irate anacheL� sheets. The Bidder may submit any additional information desired- 1, `kamcrc of Riddcr- 2, Nimianent main office address- 'hien or8anized- 4. If corporation, where incorporated- 5. How many years have you been engaged in the contracting business under your present firm or trade name' 6- Contracts on hand- (Schedule these showing amount of-each contract and the appropriate anticipated dates of completion.) 7, general character of work performed by your company- . Have you ever failed to complete any work awarded to you'd If so, where and why? 9- l lave you ever defaulted an a contract" If so, where and why? 10. Ll,,t the more irnporiain proiccts recently completed by your company, stating the approximate cost for each, and the month and year ccjmpleted M1 1 I. List your major equipment available for the contract. 12- Experience in landscape work similar in importance to the project. D, Background and experience of the principal members of your organization, including the ofFicer5- 14. Credit available: 5 15. Give Bank reference.- 16. eference.16. Will you, upon request, fill out a dew led frn,trtwil smtement and furnish any other information that may be requii',o.. by the City of Waterloo, Iowa?.,_ 17- The undersigned hereby authorizcs and regncc�'s ,3n- person. firm. oa-corporation to furnish any information req ric by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualification,,. Page 400 of 513 Bated this day of _.— a 20 Name of Bidder By: Title: State of ) )ss County of ) being duly sworn deposes and says that she/he is of -- - Naztte of Oreanitaiim and chat the ,m,_;v crs iu the forwL,,uing qu<stions and all Statements thurciT) wnt inu~d ars true and correct. Subscribed and s}born to before me this_day of .20 Notary public My commission expires 20 Page 401 of 513 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Suety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OVVNER." In the penal sum Dollars ($ _) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has subrnitted the accompanying bid dated the day of 2Q , for 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 shall furnish a gond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the cordract and provide the band as provided in the specifications or by law, The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such con.:raot, and said Surety does I-ereby waive noti4 of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals,and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of . 9 U. 201 (Seal) Principal By (Title) (Sea l) Witness Surety By Witness Attorney-in-fact Page 402 of 513 NON-COLLUSION AFFIDAVIT OF PRIME ]BIDDER State of ) County of beim first duly sworn, depost:s and says that I. He is (Owner), (Partner),(Officer), (representative),or(Agent)of � � , the Bidder that has sa,brnitted the attached laid; 2, K: izs Cully inform(A respecting the preparation and contents of the auehed laid and of all pertinent circumstances respecting such Bid; I Such Bid is genuine and is not a collusive or sham Bid; 4_ either the said B iJder nor any of its officers,partners, owners.agents, representatives, employees, or parties in interest, incILid ing flim zjI'l i, ii ,; in any way colluded, conspired,connived or'agreed, dircc.'ly or indirec[1 v, with any other [bidder, firm or person to submit a collusive or sharn Rid in coil ncction wit`t the Contras: r; ' ',', ich flit auaccfi d ]Bid has been submitted or to refiniin from hidding in connection with such C untrzact, or has in&n;. 111,311`:cr, dircttly or andircctl , scul7t I� agreeattent �,r cr_Ilusaon or comma_nacatTon cxr cuTttcrencc ,th ani' other Eile4tie:'_ firm or person to fix the price or prices in tl,c atiached Bid or of any ether Bidder„or,to fix any overhead, profit or cost c s4T„cnt of tho bid price or the Laid price of ani,.other Sidcicr. or to scctjrc through any collusion,conspiracy,connivance, or unlawful ii4P,rLr TT1(nt J1T1V a.dvnniao.c against the City orf Waterloo, lower,.or any person interested in 6e Proposed Contract.; and 5. The price or prices ga101J d IT) the attached ]did are fair and proper and are not tainted by any collusion,conspiracy, conn ivance or unlawfu I a<grecment on the part of the Binder or any of its agents, representatives, owners,employees, or parties in interest:, including this affiant_ Signature Titic r[ r i Irec ra.*t&worru tb- e,mev rte* _______ ---------------------------- 2018, rc# rte M "-P ilp�' --------------------------------- Page --------------------------„-„ Page 403 of 513 ON-COLLUSION A FF1 DA VIT OF SUBCONTRACTOR State of County of he i n L, f i r3t du I y sworn, deposes and says that. 1- He is(Owner), (Parwor),(Offiocr), (Represcritativc), or(Agent) of hereinafter referred to as the "Subcontractor"-, 2lie is,fully informed respecting the preparation of ilio *A!CkMlTntor's pr, submitted by tk, subcontractor to . �onlract pertai- z:Fje 2018 COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVALS in Waic:,Ioo , Mac; , :::71WjW o. a _ 3. Such subcontractor's proposal is genuine and isnota collusive orsham propc),�ll: 4. Neither the subcontractor nor any of its officers, partners, owners, agcnrss, rcproscnl+t ;,w,employees,or parties in interest- including th[--., �i Pluint. has in any way colluded. conspired, connived or agreed- directly or indirectly-, with any other bidder, firm or person to submit a col iLLSiVC or sham prr)osal in connection with such co.ntrao or to refrain from SUbITILUM-�. a PTOPOSal In conneollon with such coiilnact,or has -.a any manner, directly oi- indirectly- sought by UlflaWffil ageement or connivance xvith any other bidder, firm or person to fie the price OT PFIceS in said subcontractor's proposal. or to fix any ovcrhead.. profit or cost element of the price of prices in ;aid -,ubcontractar's, proposal, orto secure through collusion, conspiracy, connivance or unlawful a-Tv=crit any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; 5- Tho price or prices Q(!s qijolcd in the subcontractor's proposal are fair and proper and are not tainted by any collusion. conspiracy, connivance or unlawfiil agreement on the part of-the bidder or any ol'its agents, representatives, owners, employees, or parties in interest. including this want. Signature Title Sabcar'Lbe&a+td,~rri,t-&bsfi7-re,me, day of --------------------------- 2028. —---------------------------------- ----------------------------------- s4natzkve/ Tri Meyp ---------------------------------- Page 404 of 513 EQUAL OPP R'l UNTTY CLAUSE (As provided in Executive Order No_ 1 1246) All contractors, subcontractors,vendors and suppliers of goods and services doing.business with the City and value of said business equals or exceeds ten thousand dollars($10,000.00)anmally agree as fol lows. 1, The c;antructor, subcontractor,vendor ae d ,.:ppIier of goods and services will not discriminate against any einployee or applicant for employment becausr color,creed, sex, national origin. econom is statLls, age, mental or physical handicap. political opinjons; or affil iations, The contractor, subcontractor, vendor and supplier will develop .,tr, AH rrrraiivc Action program to ensure that applicnnis are employed and that employees are treated during employment without regard to their race, creed, color, seg. national orioIn, religion, economic status, age. mental or physical disability- political opinions or affiliations. Such actions sha I I inc l ode but not be limited to the following: a. Employment b- Upgrading e, Demotion or Transfer d. Recruitment and ,'Advertising e, L:ayo1Tor T.crrnination f. Rates of flay or Othcr F= )rrn 4)f Cornpert;ation g. Selection for Training lncludin� Apprenticeship. 2. The contractor, subcontractor.. vcridor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will reccivc consideration for employment without regard to race, creed. color. sex, national origin, religion,economic status,age, mental or physical disabilities. political opinion or affiliation"_ 4 3_ The contractor, subcontractor, vendor and supplier or hWher collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or 0117c1-wontr:ICT or understanding. a notice ade isiag said labor till[on or "voc,ers' :-epresentative of the contractor's commitment under this section._ 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules_. regulations. directives, and order of the City of Waterloo Affirmative Action Program Contract C.or„p]iance Provisions_ 5_ The contractor, subcontractor vendor and supplier of goods and ser}ices will furnish and file compliance reports within such time and upon such forrn as provided by the Affirmative Action Officer. 'laid forms, wil] elicit information as to the polis ics procedure,,, patterns, and pracliw.cs of cacti subcontractor as well as the Contractor himself/herselfand said subcontractor, vendor and suppl;wr .}i',, permit access to his/her employment book s, rec(}rds and accounts to the Cites ..Affirmative action Officer, for ttu: -)urposC of inVCe,tigation to ascertain ccwn it I InIiLi �%illi this contract and N ith rules and regulations of the City's . ::hive Action Program—Contrast Compli Lnce Provisions relative Io Rcsolution No_ 24664 6_ In the event of the contractor's non-cornpl iance v<•il>h the non-discrimination clauses of this contract or with any of such rules., regi.ilations and orders,this contract may be canceled,terminated or suspended in whale or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City. Council. 7. The contractor, subcontrdc:tor, vendor and supplier of goods and services will include, or incorporate by reference,the provisions of the non-discrirnination clause in every contract,-,ukontract or purchase order unless exempted by the rules, regrulations or orders of the City's Affirmative Action Program,and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor,or supplier_ Page 405 of 513 We, the undersigned, recoggni7e that we are morally and legalk committed 60 TIon-discrimination in QTT}ploV�ment_ Any person who applies for P,mpI(rvment with our Lx)mpanv will not be discriminated against becaUse of race, creed_ color, sex, national origin, cc0110111ic stages, age, mental or physical disabilities_ Signed=_ Appropriate Official "Title _._ Date Page 406 of 513 REQUEST FOR PROPOSALS — 2018 COMPLAINT A11O1 INGS WITH COMPLAINT SNOW REMOVALS i he City of Waterloo is soliciting proposals to provide equipment and labor for mowing of City of Waterloo ,.or'nplaint p,opor-L:os and removal of snow from complaint properties (the °Servicesn) on a scheduled or as- ne:�dnd h .7;s. Ai; .proposals shall include a complete price quote. Conditic-,is governing the Services are contained in Exhibit "AA, the proposed form of Contract, attached to this RFP and by :iris reference incorporated herein. A. SUBMITTING AND OPENING PROPOSALS All proposals must be received in a sealed envelope i-: L :° x.11 '_ Ie , v of`ice ;crate and time stamped) by Thursday, Ma---h 8, 2018 at 12:00 noon, Central Time (our dock" '. order to be considered. The City Clerk's office"s icc: Dec at 715 Mulberry St_, Waterloo. Iowa 50703. Pro;--osa s sent electron "-ally or via facsimile will not be accepted. The mailing container or envelope shall be p :D:nly marked on the o,Atside with the notation „SEALED RFP FOR 2018 MOVAN S AND SNOW REMOVAL," arid the r:arr„ ., the f-crupany submittin0 the proposal. The City is not responsible for delays occasioned by the t_I_S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Proposer. Similarly, the City is not responsible for, and will not open, any proposal responses that are received later than the date and time stated above, Late proposals will be retained in the RFP file, unopened. No responsibility will be attached to any person for premature opening of a proposal not properly identified. Proposals will be opened on Thursday, March 8, 2018„ at 1:00 p.m. Central Time in the City Clerk's office at City Hall, 715 Mulberry Street, Waterloo. The main purpose of this opening is to reveal the names) or the Proposers), not to serve as a forum for determining the awarded proposal(s). B. SCOPE OF SERVICES Services to be performed by the successful -espondent (the ':Contractor'::1 for the City will be those described in the form of Contract attached hereto as Exhibit "A" and the Specifications_ which generally include but are not limited to mowing complaint p-3perties on an as -eeded basis, and removing s-c", and ice from complaint properties on an as-needed basis. _ REQUIRED INFORMATION: 1. See the Waterloo Code En=orcen-e-t DepakIrient bid form_ All bias must be submitted on said bid form, _ Important Exceptions to Contract Dc: a:merits — The Proposer shall clearly state in the submitted proposal any exceptions to, or dev'at -. s from, the minimum proposal requirements, and any exceptions to the terms and condi4icns of this RFP. Such exceptions or deviations will be considered in evaluat:nq the proposals. Ccmpanies are cautioned that exceptions taken to this RFP may cause their PFCpcsa, to be rejec_e:1. 3. Incomplete Irfcrrration -- .='ail Jre to CDF-131Ete o; sF-_ e any of the information requested it .t_ Y =.FP may result in disqualification h,.,r. re.asur �, 17017-resp,jr,siveness. Page 407 of 513 D. AWARD OF CONTRACT 1_ Final selection of a contractor will be made of the responsive and responsible firm whose proposal, conforming to these documents_ is most advantageous and offers the greatest overall value to the City of Waterloo with regard to the criteria detailed and the specifications set forth herein. The City will evaluate proposals in light of all factors it considers relevant, including but not limited to price, prior dealings, reputation, knowledge. skills, demonstrated commitment of the humane treatment of animals, demonstratec experience in managing and working with animals, nature and quality of facilities, and otr,.vr .niormatlon provided by the proposer in response to this RFP. The City reserves 7e= rig.-it to accept or reject any or all proposals and to v. is ariy -nalities or irregularities in proposals if such waiver does not substantially changc _m-.v D,,--vr or prcvice a cc�ripaetitive advantage to any proposer. The City reserves the right to defer acceplance of any propcssi for a period not to exceed sixty (60) calendar days from the date of the deadline for receiving -,r,--Dcsals_ . The City may select a proposer based on an "all or none" proposal, on individual responses, w as is otherwise deemed to be in the best interest of the City_ 4, A Proposer's submission of a proposal constitutes itL ac:-ep`ance of the City's evaluation technique described in this section and its recognition and acceptance that subjective judgments will be used by the evaluators in the evaluation. 5. Any Contact award(s) made by the City of Waterloo is subject to prior approval by the City of Waterloo City Council, 8. After award, the Proposer will be required to enter into a written contract with the City that is substantially in the form attached hereto as Exh'bit „A„ 7. In the event a contract is terminated Between both parties for any said reason, the City of Waterloo will award the contract By offer to the next qualified bidder. The City of Waterloo reserves the right to award only those proposals that were opened in the City Clerk's Office on Thursday, March 8, 2018, E. MISCELLANEOUS 1. Questions regarding Code Enforcement will be directed to Maria Downing in the Code Enforcement Department, 319.291.3820, Monday thrcugh Friday from 7.00 a.m. to 3,00 p.m. _ This Request for Proposal does com.reit the City tc make an award, nor will the City pay any costs incurred in the prepa-a`"cn a-d si,bn-iss= on of proposals, or costs inc,,Fred in making necessary studies for the preparation of prcposa.s. F. GENERAL TERMS AND CONDITIONS OF PROPOSAL f. LANGUAGE_WORDS USED ENTERCHANGEABLY—The word City,or that is deemed irresponsible or unreliabie by the City_ If C17Y refers to the CITY 0F1.1VATERL00, IOWA.hraughout these requested, P-opcse•s shall be required to submit satisfactory Instructions an-Ter:r.s and Conditions.Similarly, PROPOSER evidence tha,.�h4=,y h_.e a practical knGw;adge of the particular refers to the person or company suI2mitting an of e to sell its supptyfsorvice prope{;:al,a n,that they have the necessary goods or servims to the C17Y, Fro CONTRACTOR refers to the financial resources to p-,�-,ide the proposed supplyisenriGe as successful bidder_ descairbed in this Request for Proposal. 2. PROPOSER 9WALIFIGAT190-5-Nu Praposai shall de accepted 3. S�CIFrATION DEVIA 1.1 DNS BY THE PROPQ§ER-Arty from,and no contract will be awarded to,any person,firm or deviation from this specification MUST be noted in detail. and corpmtion that is in arrears td the City upon debt or contract,that submitted in writing in the Proposal. Completed specifications is a defaulter.as surety or otherwise, upon arry obligation to the should be attached for any substitutions offered, or when Page 408 of 513 ampiifiaations are desirable or neoe5sary.The absence of the 14. ASSIGNMENT-Proposer shall riot assign the contract or any speufication deviation statement and accompanying monies to become due thereunder witho it the Prior written specifications will hold the Proposer strictly accountable to the consent of the C4—Any assignment or attempt at assignment specificat r r s as written herein. Failure to submit this document of made without such consent of the City shall be void. speeificat or deviation,it applicable, shall be grounds for repoaion of thti i-c'r-when offered for delivery. If specftationr,or 15. TAXES-The City of Waterloo is exempt from sales tax and de,cdptive pagers are submitted with Proposals,the Prvposer's Certain other use taxes.Any charges for taxes from which the City r,ame slr:%od :;r .^<rarly shorn on each moment. is exempt will be deducted frau invoices before payment is made. 4. SPECIFICATION CHANCES,ADDITION$AND DELEMONS- 16. PROPOSAL INFQRMATION IS PUBLIC-Asll documents All Changes in Proposal documents shall be through written submitted with arry proposal and the proposal shall became public addendum.Verbal mfcrmation obtakined otherwise will NOT be docurnents and subject to Iowa C&de Chapter 22,which is considered r awarcin-.3 o-Prop*sal5, otherwise known as the 'Iowa Oper Records Law By submitting drry document to the Ciity of Waterloo in connection with a 5- PROPOSAL_CHANGES- Proposals,amendments theretc, or proposal,the sutfnining parts recognizes this and waives any withdrawal requests receive-. ager he time adverlisc-6 for claim against the City of Waterloo and any of its officials,officers Proposal opening,will be void reg ard less of when they were and employees relating to the re ease o-any do"mernt or mailed, information submilted. 6- HOLD HARMLESS AGREEMENT-The Ccntraagr agrees to Each submitting party shall hold the City of Waterloo and its protect defend,indemnify and hold harmless the City of officials,officers and employees harrnfess`rom any Claims arising Waterloo, its officials, officers,employees and agents,from and from the release of any document or inforrna[ion made available against any and all -.:F.ir-,s and--Pmages of evefy kind and nature to the City of Waterloo arising from any proposal dpportur,.ily. made,rendered or inourfed oy of in behaff of every person or company whatsoever, including the parties hereto and their employees,that may arise,9FGur, or grow out of any acts, actions,work or ether activity done by the Contractor, its employees,subcontractors orany independentcontractors working under the direction of either the Contractor or subcontractor in the performance of the contract. 7- Pfd A RRENCYfLAN AGE-All proposal prices shall be shown in US Dollars($).All prices must remain firm for the duration of the contract regardless of the exChange rate All proposal responses must be submitted in English. 6. PAYMENTS-Payrnents will be made for all gDods.+5ervioes -,piivered, inspected a.nd aoc:Wt%d within 30 days after acceptance and on receipt of an original invoice, 9. MODIFICATION,ADDENDA& INTERPRETATIONS-Any apparent inconsistencies. or any ma-er requiring explanation or interpretation,-rust t)e urcuired into by the Proposer in writing at least 72 hours texclualing,weekends and holidays)prior to the time set for the Proposal opening.Any and all such interpretations or modifications will be in the form of written addenda.All aCdenda s hall become part of the contract documents and shall be acknowiedged and dater)on the signature page. -10. LAWS AND REGULATIONS-All applicable State of Iowa and federal laws, ordinances,licenses and regulations of a govemrnental body having jurisdiction shall apply to the award throughout as the case may be,and are mocrporated herein by reference- 11. SUBCONTRACTING-No Wion of this Proposal may be subcontracted without the prior written approval by the City- 12. ELECTRONIC SWMITTAL-Telegraphic andlor proposal offers sent by eleatonio devices(e.g-facsimile machines)are not acceptable and will be rejected upon receipt. Proposers will be ex wetted to allow adequate ti♦rrw for delivery of their proposal either by airfreight, postal service,or other means. i 3- GANG ter-ATION-LtMer party may cancel the contract in rhe event that a petition,either voluntary or involuntary, is filed to declare the other parry bankrupt or insolvent or in the amen.that such party makes an assignment for the benefit of creditors- Page 409 of 513 EXHIBIT A CONTRACT PROVISIONS CITY OF WATERLOO, IOWA CODE. FNFOkCVM 1-N'r DEPARTMENT CONTRACT for 2018 COMPLAINT` MOW]NG WITH COMPLAINT"SNOW kEMOVAL This Contract for Complaint mowing and Snow removal (the "Contract") Is made and entered into on 2018, by and between the City of Waterloo, Iowa(the "City"), and (the"Contractor")- - The Contractor shalt furnish all wpervisioa,t"linical personnel, labor, materials,supplies and equipment to perform all work required for the Contract work as described in the Specifications- 2. The Contract Documents shall consist of the following: a. This Contract b, bequest for Proposals c- Notice of I searing d- instruction to Bidders e. Signed copy of Bid f- General Conditions g. Specifications These documents-,form the Contract Documents and are all fiu.lv incorporawd as a part of this Contract as if attached to this Contract or set forth in full herei^. In the event cif any con rl ict or ambiguity among the Contract Documents,the document in the order sez firth abo%t 17I,IT first lddi cc%so s t1he ;`ti;., or provision in question shall be govern. 1 The Contractor agrees to tic.:_' ` vij�e the work ��i1hin r%, tro%-1bur(?4}hours aiier the City issues a"Notice to Proceed" and to complete 1}i, +ori% vil.11in the given ?Imk: 6-r mc:. Time is of the essence in the performance of duties under this Contract- The(`oii`r<1c:or also agrees to the I :ri o%%inti: a) The Contraclor}� ii. 1V1110-1 c. {all 11 um {garbage, or junk on vacant lots andlor vacant properties that would be cause the Contractor not tti) 1,e :rl,1e. to fu If ill the obligation of woe rass or snow removal at their own cost- b) Contractors will abldc . rciintjncc w(;C ions a. 7-1-23(1)C t.%--- %vill not be permitted to transfer snow onto or across any city street or alley- In the event snow is 1 7,17-,L'ITQJ into the street, it shall be removed by the Contractor, b. 7-1-2F Contractors PemiItted to blew }weeds/grass onto or across any street or alley- 1n the cvc.nt wCcd :'SFritS3 i:� 1TW1SJI;lFCd into the street it shall be removed by the Contractor c) Contractors shall big all weeds)ur tss taller than 12" in residential areas and dispose of the rubbish properly. Disposal can be done at the Cita of Waterloo Yard Waste Site located at 2749 Independence Ave., Waterloo,Iowa- d) Contraclors arc not to mow or trim any flowers or gardens unless spoclfiod by the Co,,.w Enforcement Department- c} Ctmtractors will trim around all trees- telephone pales. fences. sirUctures,curbs and o:: r '. :I,ii(je of alleys. t) Contractors must have a camera that will time sta nip and elate photos. There must be before and after pholos bikon of the pit•operty and include at least two (2) photos measuring the grass with a rttessuring stick. g) The City of Waterloo will not be obligated to pa}the fuH amount for referral work when all necc• sari, photos req uircd by the Contractor have not been turned into our office. Page 410 of 513 h) In the event the Code Enforcement Department finds that the Contractor did not fulfill its,obligation,the Contractor will be regUired to go back to the property at no additional cost to the city or cnw ner of the property. i) During snow removal the s-Ldo ,t Ike NN,III Inc cIca red the width of the sidewalk and to the co,:b.:r4tc unless ice prevents such removal. In tart• t:w-c;nt the ice is unable to he removed the Cori",ctor will he r..gidrm to lay down wan(l, ;alt, ter a rniXture oI hush- ]) Charges Cor s t„c:, {31t or boili �%i]I be detcrn3ined by following: The owner shall be For any ij r..ount of salt t1wt rrec:ds ro be used to a tiiat in the removal of ict Trott the sidewalk per residence. If ;:ie proper:_,.- rs located on a corner lot the owner of the properiy ;},tell be chaq4cd 5341 for any amount of salt that k� tl, '.: to assist In the removal of ic'� from the sidewalk provided that ice removal is needed on both :.;. k) Contractor shall remove al I involuntary eines, brush. or trees along any fence and the portion of prc•,.)erty to the alley when referral is given bw tl,c. Code Enforcement Department- 1) The owner shall be charged trete amount of 15 minutes travel. time in addition to all other fess ar,I-Fi-.c' ;cr refer«l. m)Properties found in compliance upon arrival of contractor, will nott result in additional charges to The C::ry of "':ai,:rinar Pry,"'! the Contractor- n) Unless I river iq?proval has beengiven, the City of Waterloo will only be obligated to pay for the work of two people per ret�rral. 4- The Contractor agrees to comply with and obey all ordinances of the City of Waterloo relating to the obstruction of strcct and alley-, keeping open passageways for water and tragic, and maintaining proper and sufficient barricades with lights and sinals during all hours of darkness- :7 Except as to any negligence o'?'City, its officials,officers, employees or agents in the performance of any rfutw: under 0)11, Contract, and to the cx1enI not covered by insurance maintained by Contractor, C:ontrac%'I. a.rees r,, t:L:end alit: indemirif-V Cita', its of-fic.Inls- officers, employees and agents, and to hold sauce harmless, from z,:.;: i3g^ ::, :,::F.' t3nd :3Il clniinw, (]L mni.m 5. Causes oC iciiori, losses,costs, or liabilities whatsoever, including but limited t�., Icy ;3rtorncw s' fires and t rxNn3CS, arising from or in connection with the acts or omissions of Contractor in performimi I i,;r work contemplated by this Contract, b. Contractor shall be rc�pon ible for a I i darnage to public or private property. if 1'- J?_it_ r-,,-private property iz� darn;lged by Contractor and Is nor repalred in a timely manner as determined by City, City leas :...: `"'ri r .r!`:,0ng the damn c repaired at the Contracior`s expense, to be reimbursed to the City or v4'i'„I,° 4 F,f :; n, �'[I tr.,. , ,_,. „•II is to Contractor hereunder,. 7, The Contractor shall have no cause of action against the City on account of delays and but the work is delayed by the City,the Contractor may have extra time for the completion ofthc.;o1~ v , a l.,,. ;a} _t;: cin of the delay caused by the City, 8. The City, at its sole discretion and wvithOLIt a aiving any claims or rights, may allow for partial payment for the work included on an invoice for which all services have not been delivered or acceptod. The City may withhold n:i”merit for reasons 1ncludino,. but not limited to, the following- unsatisfactory fob performance or progress, defecti,-., disputed ,work, failure to comply with material provisions of the Contract;third-party claims filed or reaso,is,4r;� evidericc t.hat a claim ww'iII be tiled, or other reasonable cause- In the event that Contractor defaults in the performance or observance of any covenant, agreement or 0bIipat.-[on set forth in this Contract, and if such default remains uncured "err a period of seven (7)days after notice thereof shall have keen given by City to Contractor, then City may declare tient:Contractor is in default hereunder ar3d may tcrminatc this Contract by delivery to Contractor ofwrritten notice o :,.rm i 4':.etll?n, nnc]. r,t-.--kc whatever other action at law or in equity may be necessary or desirable to enforce rbc c,)f 1..;3'.::)11 : n,a . , w l,t;::t3 0l'Contractor hereunder. Contractor shall be entitled to only one such notice, and in <11). -, l}Swgktent breach then City may terminate this Cunt.rzul upon -wvcn(7)dkiy�,," rx€tvaiicc writtedt notice. tri JJU �w�rrt tri t�-rr3inaticrn- the Contractor shall be compensated for all necessary servicer performed through the termination date- No dclav in ciiCorc ng the rrovisik)n� hereof as to any breach or violation shall impair, damage or waive the right of City to enforce tare sonic or Page 411 of 513 relief against or rcQ ver for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event that City prevails against Contractor in a suit or other enforcement action hereunder, Contractor agrees to pay the reaw;onable attorneys' Fees and expenses incurred by Cite. 10. In addition to paragraph 9 above, this Contract may be tenninated at any time, in whole or in part, upon the mutual written agreement of the parties. City may also choose to terminate this Contract at any time without cause by delivering to Contractor twenty-one (2.1)days' advance written notice of term ination_ 11, Contractor may not assign,delegate or subcontract any of its duties hereunder without the prior written consent of city. 12. Because time is of greaIt im portaance when completing referral work, the Contractor mast notify the Cite of Waterloo at least two (2) weeks in UdVaR(!e including who will he tilling in for them for any planned time off. 13. Any notice under this Contract shall be in writing and shall be deliverted in person or by United Stales registered or certified mail, postage prepaid and addressed: City Contractor City of Waterloo, Iowa 715 MLI[berry St. Waterloo, Iowa 50703 Attn: C'ity Clerk Delivery of notice shall be deemed it) occur (1) on the date of delivery when delivered in person, or(ii)three())business days following the date oCdepoc It jCinailed as stated above. 14, Nothing,, in this Contract ilia l 1, or-,ball be deemed or construed to,create or constitute any joint venture, partnership, agency, employment, or ally coker relationship between the parties nor, except as expressly set forth herein, to create any liability for one part} with respect to the liabilities or obligations of the other party or any other person_ Contractor is an independent Contractor, 15. This Contract shall be. binding upon and enure to the benefit of the parties and the respective succ�cssurs and assigns of each. 16. In the event any provision of this Contract is held invalid, illegal, or unenforceable,whether in whole or in part, the remaining provisions of this Contract shall not be affected thereby and shall continue in full force and etTect_ If, for any reason, a court finds that any provision of this Contract is, invalid, it legal, or unenforceable as written but that by limiting such provision it would become valid, legal, and enforceable, then such provision shall bo c1(:.eMLA to be written and shall be construed and enforced as so limited, IT This ContracL together with the Contract Documents,, constitutes the entire agreement between the parties pertaining to the subject matter hereof, This Contract may not be modified or amended except by the mutual written agreement of the parties. 18, In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations aT)d conditions here }f, or coiitaicled in the various instruments made a part of this Contract by reference, and upon comp1etI0T1 (if the work,the City agrees to pay the Contraclor as set forth on Exhibit"A" attached hereto, Page 412 of 513 IN WITNESS WHEREOF,the parties have executed this Contract for Complaint Mowing and Snow Removal by their duly authorized representatives as of the date firw[ w c t fojih above. CITY OF WATERLOO. IOWA CONTRACTOR. Mayor Name of Contractor By: City Cleric Title: Page 413 of 513 CITY OF WATERLOG}, IOWA CODE ENFORCFMFNT DEPARTMENT CONTRACT for 2018 COMPLAIN Z" MOWI G WITH COMPLAINT SNOW REMOVAL This Contract for Complaint mowing and Snow removal (the"Contract") is made and entered into on a 2018, by and between the City of Waterloo, Iowa (the"City"), and (the"Contractor"). 1. The Contractor shall furnish all sulaerv�iSion, technical personnel, labor, materials, supplies and equipment to perform all work required for the Contract work aj JeccT-!—b& in the Spec.ificatioais- 2. The Contract Docu».lents shall consist of the following'. h. This Contarzqet i. Request for Proposals J- Notice ofHear ing k, Instruction to Bidders I- Signed copy of [aid m. General Conditions n. Specifications These documents fonn the Gonwaet Documents acrd are all fully incorporated as -, p r`t o','this Contracr as if attached to this Contract or set firth in full herein. In the event of any conflict or amb Z�:_i,% ;iii }nL) (111: C'owrm:( Doc [„r,en'is, the docuin4nt In (lac order W forth above that first addresses the issue or provision in question shall be govern- 3 The Contractor agrlees to wmn enee the work within twenty-four(24) hours after the City issues a"Notice to Proceed" and to complete the c%or within the given time frame- Time is of the essence in the performance of duties under this Contract- The Contractor also a-rces :c: the following a) Thae Contractor will remove all litter, ,pa-bage, or,junk on vacant lots and/or vacant properties that would be eause the Coritrac for not to be able to fulfill the obligation of-weedlgrass or snow removal at their oven cos`t- b) Cintraw:,tors v�ill abide by ordinance seetluns a. 7-1-213(1)Contracti�srs will not be permitted to transfer snow onto or across any city street or alley. In the event snow is transferred into the street. it shall be removc d by the.Contractor. b- 7-1-2F Contractors will not be permitted to blow weedslgram,onto or across any street or alley- In the event weeds/grass is transferred into the street it shall be removed by the Contractor c) Contractors shall bag all v ftdslgnss taller than 12" in residential areas and dispose of the rubbish properly. Disposal can be done at the City. of Waterloo Yard Waste Site located -�t 2-4 1adepen dence Ave.,Waterloo, Iowa. d) Contractors are not to mow or trim any flowers or gardens unless specified by the Code Enforcement Department, e) Contractors will trim around all trees, telephone poles, fences, structures, curbs and on the backside of alleys. f) Contractors must have a camera that will time stamp and nate photos. There must he before and after photos taken of the property and include at least two (2) photos measuring the erar.s.s with a measuring StNeli. The City of Waterloo will not he obligated to pay the fall amount for referrat work when all necessary photos required by the Contractor have not been turned into our office. Page 414 of 513 h) In the cvcnt (be Code Enforcement Department ,finds that the Contractor did not fulfill its obl i{pation, the ConrracLor will be required to go knack to the property at no additional cost to the cite or owner Of the Property- i) Durin-snow removal the sidewalks will be cleared the width of the sidewalk and to the concrete unless ice prevents such rel-novaL In the evcnr-lye ice is unable to be removed the Contractor will be required to lay down sand, salt, Or a mixture of botir. 1 Charges for sand, salt or both will. bLc dt:tcrmined h} following- The owner steal l be charged $15 for any arncLmt of salt that needs to k used to as [st in the removal of ice from the side,, alk per residence- If the properl.v i located can a corner lot the owner of the property shall be charged $30 for any amount of salt that needs to be used to assist in the removal of ice from the sidewalk provided that ice removal is needed on bath sidewalks. k) Contractor shall remove all involuntary vines, brush,or trees along any fence and the portion of property to the alley when reforral is given by the Cade Enforcement Department.. I) The owner shall be charged one mount of 15 minutes travel time in addition to all other fees applied per refertal- m) Properties found in compliance upon arrival of contractor,will not result in additional chargcs to the City of Waterloo from the Contractor. n) Unless prior approval has been given, the City of Waterloo will only be obligated to pay for the work, of two people per referral. 4. The Contractor agrees to comply with and obey all ordinances of the City of Waterloo relating to the obstruction of streets and alleys, keeping open passageways for water and traffic,and ma.intainin proper and sufficient barricades with lights and signals during all hours of darkness. 5. Except as to an-y negligenwe of Cite, its officials, officers,employees or agents in the performance of any duty under this Contract, and to the extent not covered by insurance maintained by Contractor, Contractor agrees to defend and indemnii_y t: i iv, its officials, officers,employees and agents, and to hold same harmless, from and {[a}i rl;y :m% and all causes of action, losses,costs,or liabilities whatsoever, including but limited to reasonable atltorncys` fees and expenses, arising from or in connection with the acts or omissions of Contractor in peri:ormim,the work contemplated by this Contract. 6- Contractor shall be responsible for all damage to public or private property. If public or private property is damaged by Contractor and is Trot repaired in a timely manner as determined by City, City has the option of having.the damage repaired at the Contractor's expense,to be reimbursed to the City or withheld from future payments to Contractor hereruider. 7- The C nrtl rac.1or slraI l have no cause of action against the City on account of delays and prosecution of work, but the kv()rk is dol,4%ed bN die City,the Contractor may have extra time for the completion of the jab as was lost by reason of the delay caused by the City. 8. The City, at its sole discretion ',wd withow }{ 6 ing any claims or rights,may allow for partial payment for the work- included orkincluded on an invoice for which al I ti. : ,ive not been delivered or accepted. The City may withhold payment for re43N-oris incl wil n�g, but rinr IIinIted rr.- ii1� io.Mwing: unsatisfactory job perforniance or progress, dof'cctive work. diVuled work, I11il[re ro comply with rm:i L:;-Ml provisions of the Coranaet, third-party claims filed or reasonable evidence that a claim will be filed, or odic-:— <!:;;;irablc cause:. 9- In the event that Contractor defaults in the performance or observance of Any cpwcnarnt, a� rccmcrrt or obligation set. forth in this Contract- and if such default rtrnains uncured fora period ofscvtcrr (7) days after notice thereof shall have been given by, C liv to Coni 1.11e.11 Cl % MAN dCJ;1r;; ihat Contractor is in default hereunder and may terminate this Contract h,, Cid! 3 wrk'io Conmacuor C5I'I�ri11Crl _}.rtiL.e 0f1eTTT1iT1ation, and/or take whatever other action at law or in tc�uitk ,,,:f; I c nt t e.z 7rV or desirable to cnforcc the vbli4arions and covenants of Contra i_,i `r hcrcundcr. Contractor shall 6, ent:dcd laa only one such notice, and in conriecTk);~ with any subsequent brcaLch 1hcn City may terminate this Contracl i i:):)i i cn (r i mays' advance written notice. In the event oftennination, the+;:orarwk)r shall be Page 415 of 513 compensated for all necessary services performed through the termination date_ No delay in enforcing the previsions hereof as to any broach or violation shall impair, damage or waive the right of City to enforce the scone or to obtain relief against or recover for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event that City pre%,ails against Contractor in a suitor other enforcement action hereunder, Contractor agrees to pay the reasonable morneys' fees and expenses incurred by Cite_ 10. Tn addition to paragraph 9 above, this Contract may be at an, time. in whole or in part, upon the mutual written agreement of the parties. City may also choose to terminate this Contract at anytime without cause by delivering.to Contractor L enty-one (21)days' advance written notice of termination_ 11, Cont ctor may not assign, delegate or subcontract any of its drrt:c3 1i4rkunder without the prior written consent of C ity, 12. Because time is of great importance when completing referral work, the Contractor must nolil`y The City of Waterloo at least two(Z)weeks in advance including who will be filling in for them for any planned time off. 13. Any notice cinder this Contract shall be in writing and shall be delivered in l)c�rson or by Unitod S1�q1e,s ret,i5tcred or certified mail,postage prepaid and addressed: City Contractor City of Warcrloo it)%%.a 715 Mulberry St_ Waterloo, Iowa 50703 Attn. C;ityClerk Dc]ivery of'notico shall be deemed to occur(i) on the date of delivery when delivered in person, or(ii)three (3)business days following the date of deposit if mailed as stated above. 14. Nothing in this Contract shall,or shall be deeined or construed to,create or constitute any joint venture, partnership, agency, emplcoymenta or any other relationship between the parties nor, except as expressly set fo-fl, herein, to create any liability for one party with respect to the liabilities or obligations of the Other par{,, or aii,% ;:�11,cr person. Contractor is an independent Contractor_. 15. This Contract shall be binding upon and inure to the benefit of the parties and the respectIVC and assigns of each. 16. 1n the event any provision of this Contract is held invalid, iIlegal, or unenforceable, whether in whole or in part, the remaining, provisions of this Contract shall not lac affected thereby and shall continue in full force and effect_ If, for any reason, a court lands that any provision of this Conti-act is invalid, illegal, or unenforceable as written, but that by limiting rs;li _7rc t ision it would become valid, legal,and enforceable,thorn such provision shall be deemed to be written and _':hall be constnied and enforced as so limited. 17, This Contract. together with the Contract DoCLunents, constitutes the entire agement between the parties pertaining to the subject matter hereof. This Contract may not be modified or amended except by the mutual written agreement of the parties. 18. In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations and conditions hereof, or contained in the various instruments made a part of this Contract by reference} ar_.; completion and acceptance of the'work, the City agrees to pay the Contractor as set forth on Exhibit"A" ,zr �chec: h resto. Page 416 of 513 I N W H N]: '� W I I ERE F°,the parties have executed this Contract for C€�Mplair]t Mowing and. Snow Removal by their (ILI I V t1uihorixcd rgrt��,entativcs as of the date first set forth above. CITY OF WATERLOO, IOWA, CONTRACTOR Mayor ?Marne of Contractor By: City Clerk Title: Page 417 of 513 FY19 Complaint Mowing w/Complaint Snow Removal Bid Tab: March 8, 2018 Estimate $50,000 Bidder Bid Security Bid Amount R&D Lawn Care A. $1,500 B. $11450 Waterloo, IA Check $1,500 C. $30 D. $42 E. $25 Wilson Custom Trees A. $1,496 B. $1,382 Cresco, IA 5% C. $30 D. $40 E. $30 A. $1,249.49 B. $1,249.49 B&B Lawn Care, Inc. Check $1,500 C. $24.49 D. $39.89 Waterloo, IA E. $24.49 Page 418 of 513 CITY OF WATERLOO Council Communication Purchase of one (1) 2019 automated side-load garbage truck. City Council Meeting: 3/12/2018 Prepared: 3/6/2018 REVIEWERS: Department Reviewer Action Date Traffic Operations Even, LeAnn Approved 3/7/2018 - 10:09 AM ATTACHMENTS: Description Type D Bid Tab Backup Material Motion to receive and file proof of publication and notice of public hearing_ HOLD HEARING - No comments on file. Motion to close hearing and receive and file oral and written comments. Resolution confirming approval of specifications; form of contract, etc. SUBJECT: Resolution authorizing to proceed. Motion to receive, file and instruct the City Clerk to read bids. Resolution approving award of bid to Cedar Rapids Truck Center. Inc. of Cedar Rapids, Iowa, in the amount of$235,147, including five year warranty and Triple Pump. Submitted by: Submitted By: Sandie Greco, Interim Public Works Director Recommend awarding bid to Cedar Rapids Truck Center, Inc. of Cedar Recommended Action: Rapids, Iowa for one automated, side-load garbage truck with Pack Pump (Triple)low RPM, in the amount of$230,357, including a five year warranty $2,790, for a total off$235,147. Summary Statement: Sanitation purchases one(1) automated truck annually(20%) of route fleet as life expectancy of a route truck is 5-7 years. Expenditure Required: $240,000.00 Source of Funds: Sanitation Fund - 525-15-5400-2117 Policy Issue: Strategy 4.5: Maintain and develop community services and city facilities that support quality of place. Route trucks, once replaced, continue to be utilized (up to 5 additional years) Background Information: to perform curbside recycle, curbside yard waste and extended yard waste pickup. Page 419 of 513 (1)Automated Side-Load Garbage Truck Bid Tab: March 8, 2018 Estimate $240,000 Bidder Bid Amount Cedar Rapids Truck Center, Inc. $230,357 (W/Triple Pump) Cedar Rapids, IA $228,067 (WO/Triple Pump) Harrison Truck Centers $241,532 (W/Triple Pump) Marshall, MN $239,242 (WO/Triple Pump) Page 420 of 513 CITY OF WATERLOO Council Communication 5th and 6th Streets Systemic Traffic Safety Improvements. City Council Meeting: 3/12/2018 Prepared: 3/6/2018 REVIEWERS: Department Reviewer Action Date Traffic Operations Even, LeAnn Approved 3/7/2018 - 10:05 AM ATTACHMENTS: Description Type D Bid Tab Backup Material Motion to receive and file proof of publication and notice of public hearing_ HOLD HEARING - No comments on file. Motion to close hearing and receive and file oral and written comments. Resolution confirming approval of plans, specifications, bid document; form of contract. etc. SUBJECT: Resolution authorizing to proceed. Motion to receive, file and instruct City Clerk to read bids. Resolution approving award of bid to K & W Electric of Cedar Falls, Iowa, in the amount of$500,000, and approving the contract, bond and certificate of insurance for the 5th and 6th Streets Systemic Traffic Safety Improvements. and authorize the Mayor and City Clerk to execute said documents. Submitted by: Submitted By: Sandie Greco, Interim Public Works Director Recommended Action: Recommend awarding bid to K& W Electric of Cedar Falls, Iowa in the amount of$500,000. The safety improvement involves install/replacing one(1)mast arm pole at Summary Statement: each intersection, adding signal heads, some new controllers, pedestrian count-down timers and forty (40)monitoring cameras from Mulberry Street to Northbound Washington Street. Expenditure Required: $471,525.00 Source of Funds: Grant Amount $484,000 G.O. Bond $ 16,000 This project is part of the Strategic Plan- Goal 2: Implement a Community Policy Issue: Policing strategy that creates a safe environment in Waterloo. Strategy 2.2 - Enlist all City departments and staff members to promote a safer community. These 2 street segments experience crashes mostly due to improper lane Background Information: change. The improvements particularly installing traffic monitoring cameras Page 421 of 513 will help improve traffic operations and safety. Countdown pedestrian signal heads will help pedestrian safety. Page 422 of 513 5th & 6th Streets Systemic Traffic Safety Improvements Bid Tab: March 8, 2018 Estimate $ 471,525 Bidder Bid Security Bid Amount K&W Electric Inc. Cedar Falls, IA 5% $500,000 Page 423 of 513 CITY OF WATERLOO Council Communication Resolution amending the Fee Schedule as approved by the Airport Board, to increase fees at the Waterloo Regional Airport beginning on July 1, 2018. City Council Meeting: 3/12/2018 Prepared: 3/5/2018 REVIEWERS: Department Reviewer Action Date Airport Kaspari, Keith Approved 3/5/2018 - 3:47 PM Clerk Office Even, LeAnn Approved 3/7/2018 - 10:43 AM ATTACHMENTS: Description Type a Board Memorandum From Staff Noting Request for Cover Memo Rates and Charges a FAA Grant Assurance Document for Financial Self- Cover Memo Sufficiency SUBJECT• Resolution amending the Fee Schedule as approved by the Airport Board, to • increase fees at the Waterloo Regional Airport beginning on July 1, 2018. Submitted by: Submitted By: Keith Kaspari, Airport Director Request Council support and approve of Staff s request to reflect an across- Recommended Action: the-board increase in Airport Rates and Charges to tenants and other users of the Waterloo Regional Airport beginning on July 1, 2018. Summary Statement: This request by Staff encompasses many months of survey gathering, and historical charges from the airport to tenants and airport users. Expenditure Required: No funds expended in this request by Airport Staff. Source of Funds: See attached Interdepartmental Memorandum from Airport Staff to members of the Airport Board, Board Liaisons, and Senior City Staff. This request by Airport Staff, complies with the City of Waterloo's Strategic Policy Issue: Plan, as follows: Goal No: 3 and Strategy No: 3.1, 3.4 and 3.5. Alternative: No other or additional charges, other then those documented in the attached correspondence, were recommended for adjustment. In the early Spring of CY-2016, Airport Board Members approved of Staff to assess increases in the following areas: 1. Aircraft Landing Fees for our Scheduled or Signatory Carrier(American); 2. Lease Rate for Office and other related American terminal facilities (3.0%) Page 424 of 513 3. FAA Offices (3.0%). 4. DHS / TSA Offices (3.0%). Background Information: However, no other airport fees were approved for adjustment. So, on February 20th, the Airport Board for the first time in many, many years, did a deep dive on all of the airport's rates and charges. As you can see from the interdepartmental correspondence, the Airport Board provided their respective approval to allow Staff to showcase an increase in overall and across-the-board rates and charges to begin with the City of Waterloo's FY-2019 on July 1, 2018. Legal Descriptions: N/A Page 425 of 513 I k WATERLOO CRUISE A NEW ALTITUDE INTER-DEPARTMENTAL CORRE TO: DISTRIBUTION: Members,Airport Board Members, City Council Liaisons (Margaret Klein&Chris Shimp) CC: Mayor Quentin Hart Michelle Weidner, CFO FROM: Keith Kaspari, C.M., MPA,Airport Direct*: Post Sheila Combs, Bookkeeper DATE:Tuesday, February 20, 2018 Upoard Meeting, March 1, 2018 RE: FY-2019—Staff Recommendations for Increases in Airport Rates&Charges Please find below, a list of budget accounts whereby Staff is recommending a number of increases to our Airport Rates and Charges for the City and Department's FY-2019 beginning on July 1, 2018. Staff anticipates that the increases will aid in off-setting the current and expected future loss of farm revenue, the possible departure of the FAA's System Support Center staff, annual increases in wage costs of airport personnel, and recent guidance for the Airport as part of a City wide effort to reduce department expenditures. FY-2018 FY-2019 (+/-) Board Approval 1. Aircraft Storage T-Hangars: $42,960 $52,560 $9,600+ Yes Justification: For a total of 32 T-Hangars, we have T-Hangars priced at$100 per month (12), $110.00 per month (8), and$125.00 per month(12). 1 am recommending an across the board$25.00 increase per month.Of note,the T-Hangars have not been increased in over 10-Years, of which, as you may know,the City pays and has for many years,all electrical utilities with the tenant use of these 32 T-Hangars. 2. Airline Rent(Airline Ticket Office): $17,838 $18,373. $535+ Yes Justification: I am requesting an increase of a modest 3.0% increase in airline lease rent revenue —similar to what was approved 2- Years ago(2016). American Airlines has requested to begin negotiations on a 2-Year Signatory Use agreement. 3. Airline Ground Handling: $150,663. $155,183. $4,520+ Yes Justification: Same as the above, Staff recommending a modest 3.0%increase in airline ground handling rent revenue—similar to the increase from 2016. 4. FBORent: $44,160 $45,466. $1,306+ Yes Justification: Annual adjustment per existing lease. 2790 Livingston Ln • Waterloo IA 50703 9 P: 319-291-4483 9 F: 319-291-4250 0 www.FlyALO.com 1 FY-2018 FY-2019 (+/-) Board Approval 5. McCandless/Swieter Aircraft: $10,016. $TBD. $TBD Yes Justification: Current 20-Year lease(10-Year with a 10-Year extension)expires on January 31,2019. Staff has and continues to make significant interior and exterior improvements to this City-owned aircraft hangar storage and maintenance facility. Along with the T- Port aircraft canopy(open air aircraft storage),our annual revenue averages out to$834.67 per month. Background: At the conclusion of the first 10-year term,no review of the rent terms were completed, so the second 10-year term took effect,resulting in static revenue all these years. Future agreement will call for me to recommend that the T-Port no longer be included, and with the recent building improvements as noted above,this aircraft storag<-, i;�.ngar should bring an increase in annual lease rent revenue. 6. Car Rental Rent: $14,994. $15,443 $449+ Yes Justification: Staff is recommending a modest 3.0%increase in rent revenue. 7. Car Rental Commission: $100,000 $100,000 $TBD* Yes Justification: *Staff is ready to p,A Orli (�e street, a new proposed 5-Year Concession agreement. Rental car revenues have been static for many years,as current agreements exp iced many years ago. Both rental car companies are paying for only 15 spaces per month at$3.00 per space. but often times use in excess of 32. For each aspect of rental car revenues, Staff is looking at all fees including the lease rent and uti S i.i es for the use of the Car Wash Bay. Staff is not sure whether Hertz will want to stay, due to their current location on .J )i-,ersity Avenue (Sheila, describe recent monthly check received from Hertz). Summary: Hertz monthly rentals have gone down signitic-,ntly, and no longer compete head-for head with Avis-Budget. Hertz no longer accommodates the incoming passengers when arriving on the last flight of the day due to their"limited" hours as posted. Avis / Budget continues to do a healthy walk-up rental car business. Dave Zellhoefer (City Attorney) and Sheila are reviewing the concession agreement language now. Staff looking to have this new 5-year agreement effective July 1,2018. Staff would like to eventually see Avis-Budget stay, and bring in EHI. EHI is a multi-branded rental car concessionaire that includes: National,Enterprise and Alamo. -It would be nice to have a multi-branded rental car concession with 5 very popular rental car brands. If Hertz wants to continue to provide service to the airport,they would then be required to sign an Off-Airport Access and Concession Agreement,pay 10%of Gross Commissions,in addition to any Ready—Rental Spaces located in the rental lot. 8. FAA Rent(System Support Center Staff): $24,152. $24,684 $532+ Yes Justification: Current 2-year agreement expires on September 30th. Former Acting Manager indicates that the FAA's Real Estate Division is actively looking for alternate facilities —possibly on Airline Highway, complete with employee break rooms, etc., as their current lease has staff in offices located on both First& Second floors of the terminal building—and some general misc. storage in the terminal basement. Staff has proposed FAA move into a vacant airline ticket office. Note: This is a Full-Service lease. 9. TSA Office Lease: $21,945 $26,125 $4,180+ Yes Justification: First 2-Years of the 5-Year agreement have passed. Now entering Years 3-4-5 reflecting an increase. With the recent retirement of Kim Bakker(Stakeholder Liaison). We'll see if TSA via the General Services Administration(GSA)office in Kansas City will propose a lease adjustment to reduce approximately 60-SF of space due to Kim's retirement. Staff has also proposed to TSA/GSA to relocate second floor space to a vacant airline ticket office—of which,they are considering,yet they would need approval at TSA's HQ office and find the funds to approve of the move. Note: This is a Full Service lease. 2 FY-2018 FY-2019 (+/-) Board Approval 10. Utilities: $21,625 $13,500 -$8,125. N/A Justification: Staff recently corresponded with our Mid-American Energy Account Executive. While we informed him of our desire to get back into the Curtailment Program,Mid-American is not accepting any new or renewed customer applications, and does not know when the next opportunity will be announced. 11. Terminal Advertising: $7,106 $4,586 TBD Yes Justification: Isle Casino pulled out earlier this year. Staff working with UNI for a full-size ad and backlit case—and to start at$150 per month. Staff reached out to Wartburg College as well. Job Force Board and TechWorks Concession agreements never materialized. Staff would like to get a commitment frena the new Marriott Hotel. Mr. Leslie is showing interest once his hotel and convention center has been renovated. Get other area hotels. in Lhe terminal,too. Staff has reached out to a number of Banks,Credit Unions and Realtors if they have interest,but no commitments yet. 12. Farm Agreement $372,176 $281,450 TBD Yes Justification: As of recent conversations with of ,-current area farmer, and per his earlier correspc:, aence ioi his Notice of Termination or Renegotiation, our farmer is no longer al l,_ :c pay$225.00 per acre for approximately 1,11_' ,i,,res for the 2018 /2019 farm lease. Two years :ago, Staff received$281.00 per ac, . :,nd leased 1,296 acres for farm revenue in excess of$360,000. Our farmer has asked for a meet i ng to discuss on Monday,February 19`x',whereby I'll update the Board during their monthly meeting on the 200'. Update: Staff met with our farmer on March 1st, and Staff held him to his letter in writing that he is cu,araii:;_1 and required to pay $225.00 per acre for the upcoming 2018/2019 farm season. Staff also lost a number of acres(94)due to future west-end airpori de v_I rrjp- c i i -d1 je Lo the i uiub e construction of a rail spur,etc. 13. Hay— $8,300. $12,450. $4,150+ Yes Justification: Staff is requesting an increase in the bale of hay of$10.00 (from$20 to$30). This would help cover our personnel time for the assistance in escorting the hay contractor's pers:rri=1 "J ave Martinson of Martinson Construction) around the airfield — using limited overtime, standard hourly labor costs, and the �;ost for the use of airport-owned equipment and fuel. The airport revenue received last year was$8,300,based on a total 415 bales cut. It has most likely been many years since the per-bale cost of hay was increased—if ever. I 14. Passenger Parking Fees: (Calendar Year) $118,150 $133,150. $15,000+ Yes Justification: With the expected installation of new parking lot equipment later this year, a $1.00 increase of daily parking from $5.00 to$6.00 is recommended,again,with the start of FY-2019. Example: During the 2017 monthly parking survey(May—December),ALO saw an average of 70 cars per day. Extrapolate that figure by 365 days per year,at$5.00 per day,provides$350 per day,or approximately$127,750 per year. With this email, ALO showed a minimal increase in total parking revenue received during CY-2017 ($118,150 v $117,981 from CY- 2016), and at$5.00 per day, yet with fewer passengers, and due to numerous delays resulting in cancelled flights, CY-2017's parking revenue should be looked at as a minor success. Now, with a $1.00 increase, this revenue could increase to approximately $420.00 per day or approximately $153,300, assuming we remain at 70 cars on-average per day. If so, and with a mid-year start date, a conservative addition of$15,000 would be considered a success. 3 FY-2018 FY-2019 (+/-) Board Approval 15. Aircraft Landing Fees: $47,460. $51,952. $4,491. Yes Signatory Use Agreement(Scheduled Airlines) Justification: Last increase was July 2016. Current rate is $1.69 per 1,000 pounds of landed weight of the aircraft. Today, and for each landing, the airport receives $71.91 multiplied by an on-average number of landings at 55 per month,for a total of$3,955/month or$47,460 per year. Prior to 2016,the price per 1,000 pounds of]-,_ c;, -,Night held at$1.33 for many,many years. Beginning on July 1, I am recommending an increase from $1.69 to $1.85, which would equate to $78.71 per landing, $4,329.36 per month, or$51,952.32 per year,if all landings per month and per year were received. Lastly,my request this year,though, is to implement a hybrid landing fee methodology,which would allow the airport to budget for, and receive,aircraft landing fee revenue based on scheduled landings per month,in contrast with actual as reported at the end of the month. This methodology was applied -.: ormer airport of mine, and was well received, and will be included as a part of a future 2-year Airline Use Agreement. 16. Airline Apron Parking Fees: Signatory Carriers $0.00 $7,755 $7,755+ Yes Non-Signatory Carriers: (Charters) $0.00 $15.00/use TBD Justification: Staff has never charged for an apron parking fee at the Boarding Gate. Apron parking fees are usually a normal fee assessed to the air carrier. Staff is proposing a$0.25 per 1,000 pounds iglii and based on an aircraft weight of 47,000 pounds, equals $11.75 per flight. Based on approximately 55 flights per month, revenue could be approximately$646.25 per month. Non-Signatory or Charter Aircraft would be assessed a per-use fee of$15.00. 17. Aircraft Landing Fees: TBD TBD TBD Yes Non-Signatory Carriers(Charter Aircraft) Justification: Last increase was July 1,2016. Using the above$1.85 per 1,000 pounds of landed weight,industry standard is a 20%increase over Signatory Rates. This would then bring the Non-Signatory Aircraft Landing fee to $2.37 per 1,000 pounds of aircraft landed weight. Total annual revenue is TBD pending the number of aircraft charters that we receive per year (Ex: UNI and Opposing Teams athletic charters, and others). 4 FY-2018 FY-2019 (+/-) Board Approval 18. Passenger Boarding Bridge Fees: Signatory Carriers $0.00 $7,755. $6,600+ Yes Non-Signatory Carriers: (Charters) $0.00 $25.00/use TBD Yes Justification: Staff ' as never charged for the use of the current and estimated $700,000 Passenger Boarding Bridge — including elef-triczl utilities at t';,_ _"carding Gate. Boarding Bridge fees are a normal fee assessed to the air carrier for airport-owned bridges. Staff is proposing a $10.0.! per scheduled departure. Based on approximately 55 flights per month, revenue would be estimated at approximately$550.00 ;--r ncnth. Non-Signatory or Charter Aircraft would be assessed a per-use fee of$25.00. 19. Passenger Safety/Security/ARFF Fees: Signatory Carriers $0.00 $25,000. $25,000+ Yes Non-Signatory Carriers: (Charters) $0.00 $1.00/pax TBD Yes Justification: Staff has never charged for assessing a Passenger Safety & Security fee for daily security inspections and providing a secure airfield—yet also, for Airport Staff providing Aircraft Rescue and Fire Fighting stand-by services for each scheduled inbound and outbound revenue paying passenger. Staff is proposing a$0.50 fee per Outbound and Inbound Revenue paying passenger. Based on a recent average of 50,000 total annual passengers,revenue would be estimated at approximately$25,000 per year. Non-Signatory or Charter Aircraft would be assessed a$1.00 fee per-passenger. 20. Per Gallon Fees for Fuel Sold to Tenants: $0.20(Reg&DSL) $0.30/gal. TBD Yes (Cost Per Gallon Over Cost) (De-leer) $0.26/gal $0.50/gal TBD Yes Justification: Current pi c,. per gallon for this budget activity was carried over from Delta Air Lines to American Airlines when American started service in April,2012,with no increases since. The only gas stations are located off-airport at Casey's on East Airline Highway&Logan Avenue at 3.5 miles,or the King Star Station located on West Airline Hwy.and Leversee Road at 1.6 miles. Staff is requesting Board support for-.� w 7 hn�J Mcrease per gallon of fuel sold for both regular and diesel fuels. Annual Revenue would be a TBD amount based on the total nus�I,,v ri'�..11ons pumped(sold)per year. 21. Equipment Use& Lease Fees: Signatory Carriers(De-leing Truck) $0.20 $0.50. $1,175+ Yes,but negotiate use rate Per Gallon Sprayed Non-Signatory Carriers(De-Icing Truck) $1.00 per gallon sprayed Signatory Carriers: (Belt Loader) $0.00 $250/month $3,000+ Yes,but newtiate use rate Non-Signatory Carriers& FBO: (Belt Loader) $100/use $100 use TBD,pending number of Charters Justification: Staff is proposing a$0.50 fee per gallon of de-icing fluid sprayed. Example: During the month of January, American pumped approximately 470-gallons of de-icing fluid, that would yield approximately $94.00. At $0.50, this would be approximately $235.00 per month multiplied by an average of 5-months(Nov—March)would yield$1,175.00 per year(winter season). Additionally, Staff would recommend that American Airlines, their Contract Ground Handler, or FBO, be responsible for all repairs if the equipment is damaged during tenant/FBO use. Today,Airport Staff pays for all damage done to our GSE equipment. Currently, American Airlines is not charged any fees for the day-to-day use of the Airport-owned Belt-Loader. Today, only the FBO pays a$100.00 per use fee for assistance in loading and unloading bags for aircraft charters. 5 Like the de-icer, Staff would recommend that American Airlines,their Contract Ground Handler(AvFlight), or FBO, be responsible for all repairs if the equipment is damaged during tenant/FBO use. FY-2018 FY-2019 (+/-) Board Approval 22. Ground Transportation: $0.00 $10% TBD Yes (Off-Airport Car Rental Car Companies) Staff is recommending that once the new rental car agreements take effect,any additional rental car companies would be required to sign a month-to-month Off-Airport Access Agreement requiring them to pay ten percent (10%) of Gross Revenues for the privilege of operating and renting cars at the airport. They would also be required to pay $20.00 per space - per month ($0.67 per day) for a NTE max number of five (5) vehicles in the Ready-Return Lot. 23. Ground Transportation: $0.00 10% TBD Yes (Hotels) Area Hotels: Require 10% of Gross Revenues for those hotels in both Waterloo and Cedar Falls that have dedicated shuttles to provide transportation of their guests to or from the airport. (Uber,Lyft or Local Taxi Operator)requiring 10% of gross sales. Yes (Ex No: 1)—Recently, passenger waiting to be picked up by a local taxi company for the morning flight. Local taxi company never showed,and the passenger missed her flight. (Ex No: 2)—Passenger on last flight, starting his travel day from London, needed to get to Hilton Garden Inn in CF. A local taxi company told him it would be 45-minutes until they could arrive. Local taxi company never showed. Since I was already at the airport due to assisting with an Honor Flight. I ended up giving him a ride of which he was very thankful. Ground Transportation Summary: Certainly, Waterloo Regional Airport deserves a vastlyproved Ground Transportation provider/s to service both our outbound and inbound passengers. 24. Terminal Utilities: Sheila has confirmed that Staff has never accounted for the cost of water& sewer, electrical,gas, Public Address System, Cable TV or other utility into the current per SF rate for terminal leases? Since arriving in Waterloo in April, 2012, American Airlines pays $10.00 per month for the Public Address System, $60.00 per month for power outlets and$72.00 per month for Waste Disposal. Rate Base Summary: During 2016,Staff was approved by the Airport Board to impose additional fees to the TSA, FAA and Airline tenants to reflect a 3.0%increase in terminal lease rents—the first in 10+years. However, after an extensive study of rates and charges,no other fees were approved for increases. In essence, this correspondence should provide all Board Members with the need to taking a close look at ALL rates and charges, and provide the support for Staff to implement the recommendations effective July 1. As such, and especially for Linda, Chuck, Scott and Gwenne, it is in our FAA Grant Assurance documents, that the City of Waterloo, as a recipient of federal grant monies, shall do everything we can to remain a financially self-sustaining airport operation. (See attached). Thank you all for your support. Any questions please call. Keith& Sheila 6 SUMMARY OF REVENUE IF ALL BUDGET ELEMENTS ARE APPROVED 1. Aircraft Storage T-Hangars $9,600. 2. Airline Rent (Airline Ticket Office) $535. 3. Airline Ground Handling $4,520. 4. FBO Rent $1,306. 5. Swieter Aircraft Services $TBD (Pending New Lease.2/1/2019) 6. Car Rental Rent $449. 7. Car Rental Commission $TBD 8. FAA System Support Center (SSC) $532. 9. TSA Office Lease $4,180. 10. Utilities $TBD 11. Terminal Advertising Concession $TBD 12. Farm $TBD 13. Hay $4,150. 14. Passenger Vehicle Parking $15,000. 15. Aircraft Landing Fees (AA) $4,491. 16. Aircraft Apron Parking Fees (AA) $7,755. 17. Aircraft Landing Fees (Charter) $TBD 18. Passenger Boarding Bridge Fees (AA) $6,600. 19. Passenger Safety/ Security/ARFF Fees (AA) $25,000. 20. Fuel Sold to Tenants $TBD 21-A. Equipment Use Fees: De-Icing Truck (AA) $1,175 21-B. Equipment Use: Belt Loader (AA) $3,000 22. Ground Transportation: (Off-Airport Rental Car Co.) $TBD 23-A. Ground Transportation: (Hotels) $TBD 23-B. Ground Transportation: (Uber/Lyft/Taxi) $TBD 24. Terminal Utilities: $TBD (Water/ Sewer/Electrical/ Gas/PA/ Cable TV /Internet) 26. Others & Misc. $TBD Totals: $88,293.00 + 7 i I L If allowing more than one fixed-based operatorto provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed- based operator and such airport. It further agrees that it will not,either directly or indirectly,grant or permit any person,firm,or corporation;the exclusive right at the airport to conduct any aeronautical activities, including,but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerialphotography,crop dusting,aerial advertising and surveying,air carrier operations,aircraft sales and services;sale of aviation petroleum products whether or not conducted in:conjunction with other aeronautical activity, repair and maintenance of aircraft,sale of aircraft parts,and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity,and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport,taking into account such factors as the volume of traffic and economy of collection_No part of the Federal share of an airport development,airport planning or noise compatibility project for which a grant is made under Title 49, United States Code,the Airport and Airway Improvement Act of 1982,the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates,and charges for users of that airport. 25_ Airport Revenues. a. .All revenues generated by the airport and any local taxes on aviation fuel established after December 30,1957, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner Or operator of the airport and which are directly and substantially related to the actual air transportation of passengers or property;,or for noise mitigation purposes on or off the airport:The following exceptions apply to this paragraph: 1) If covenants or assurances in debt obligations issued before September 3, 1982,by the owner or operator of the:airport,or provisions enacted before September 3, 1982,in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities,including the airport, t4 support'not only the airport but also the airport.owner or operator's general debt obligations or other facilities,then this limitation on the use of a 11 revenues generated by the airport(and, In the case of a public airport, local taxes on aviation fuel)shall not apply. 2) If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion ofthe public sponsor's acquisition of land,this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unarriortized portion(amortized ov4w a 20-yeas period) of any airport Improvement grant made to the private owner for any purpose otherthan land acquisition on or after October 1, 1996,plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. Airport Sponsor Assurances-2015 11 of: Page 433 of 513 CITY OF WATERLOO Council Communication Resolution approving temporary easement agreements with Casey's Marketing Company in the amount of $1,246.36, Pebble Hill, LLC in the amount of$1,348.80, Larry Jones and Richard D. Flynn in the amount of $0.00(donated), and Robert P. Denny in the amount of$0.00(donated), in conjunction with the the University Avenue reconstruction Phase I project, and authorize the Mayor to execute said documents. City Council Meeting: 3/12/2018 Prepared: 3/6/2018 REVIEWERS: Department Reviewer Action Date Planning& Zoning Schroeder,Arie Approved 3/6/2018 - 3:22 PM Clerk Office Even, LeAnn Approved 3/7/2018 - 11:01 AM ATTACHMENTS: Description Type ❑ Casey's Marketing Company Backup Material D Pebble Hill, LLC Backup Material D Jones and Flynn Backup Material D Denny Backup Material Resolution approving temporary easement agreements with Casey's Marketing Company in the amount of$1,246.36, Pebble Hill. LLC in the SUBJECT: amount of$1,348.80, Larry Jones and Richard D. Flynn in the amount of $0.00 donated), and Robert P. Denny in the amount of$0.00 (donated), in conjunction with the the University Avenue reconstruction Phase I project and authorize the Mayor to execute said documents. Submitted by: Submitted By:Arie Schroeder. City Planner Recommended Action: Approval The City of Waterloo is preparing to reconstruct University Avenue, with the first phase involving 4 temporary easements needed to complete the project. The offer price was based on 120% on the assessed value of the property, Summary Statement: multiplied by 10% because it is only a temporary(during construction) easement. Two of the four property owners submitted the form to donate the easement. The easement areas will be returned to the state they were in prior to construction. Expenditure Required: $2,595.16 Source of Funds: Transfer of Jurisdiction funds from the State of Iowa Policy Issue: Acquisition for street reconstruction Alternative: N/A Page 434 of 513 Page 435 of 513 CITY OF WATERLOO , IOWA COMMUNITY PLANNING AND DEVELOPMENT 715 Mulberry Street Waterloo,IA 50703 (319)291-4366 Fax(319)291-4262 • November 9,2017 Caseys Marketing Company 1 SE Convenience Bd PO Box 3001 Acct Department Ankeny, IA 50021-8045 RE: Temporatiy Easement Acquisition—University Avenue Reconstruction Phase 1 — 3260 University Avenue—Parcel 141 Dear Caseys Marketing Company, Please find enclosed a temporary easement exhibit and Temporary Easement Agreement that the City of Waterloo is requesting to acquire a temporary easement on property at 3260 University Avenue in conjunction with the reconstruction of University Avenue. The offer price for the temporary easement acquisition was determined by dividing the assessed value of your property by the total area of the property ($189,600/41,295 Sr) to come up with a price per square foot. Based on that method, the assessed price per square foot for your property is$4.59. The City of Waterloo is estimating fair market value to be 120% of assessed value, putting the fair market price per square foot for your property at $5.51. The area of the temporary easement is 2,262 SF, which multiplied by $5.51 equals 12,463.62, however, this easement is temporary (just during construction), therefore we only offer 10% of the value, which is $1,246.36. Therefo►•e, the official offer for the temporary easement acquisition is $1,246.36. Please review the enclosed temporary easement agreement. If you agree with this proposed compensation, please have the appropriate individual sign the agreement, including notary. If you would like to discuss this further before signing,please feel free to contact our office. You also have the option of donating the temporary easement, which you may want to discuss with your tax consultant to see if the donation of the temporary easement would be equally favorable for you. I have enclosed the Offer to Donate Form with this letter. Please remember that you are entitled to the amount listed above, and the donation of the easement is strictly voluntary. Once again, if you have any questions concerning this matter, please contact our office at the number listed above. Thank you for your time,and I look forward to hearing back from you in the near future. Sincerely, Aric Schroeder, City Planner Enclosures Cc: Noel Anderson, ComnntunityPlanning&Development Ditwetor Eric Tho-son,(�'P-Fn EgSITE:www.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Page 436 of 513 t Hwy• V [� CION ASEYS MARKETING COMPANY/ EXISTING ROW -r. 3260 UNIVERSITY AVE TEMPORARY , EASEMENT 0 LJ 2,262 SF FT77 [TI �.. p' ,y O UNIVERSITY'AVE. � I 0I��——EE�ETT 2I�0 - ------ _ F� LEGEND --- ,; RIGHT-OF-WAY LINES �f a - PERM.EASEMENT LINES m o - -. TEMP.EASEMENT LINES PARCEL 0 PERMANENT ACQUISITION -. 141 0 D PERM.UT ILITY EASEMENT —— --- PHASE v I TEMPORARY EASEMENT 1 Figure 1 _ Temporary Easement COM CASEYS MARKETING COMPANY o m University Avenue Reconstruction 09-29-IT Iowa Division - Waterloo,Iowa m� Page 437 of 513 I Prepared b Aric Schroeder City of Waterloo 715 Mulberry Street Waterloo IA 50703—(319)241-4366 TEMPORARY EASEMENT AGREEMENT For consideration received, the undersigned ("Grantor") does hereby grant and convey unto the City of Waterloo, Iowa ("Grantee"), a temporary easement across the following described property in the City of Waterloo,Black Hawk County, State of Iowa: See attached Exhibit in conjunction with improvements related to the University Avenue Reconstruction Project Phase 1, Parcel 141, together with a right of ingress and egress thereon, which Temporary Basement and rights shall be binding upon the Grantor. Grantee agrees to restore the easement area in a timely manner including, but not limited to the restoration of lawns by seeding, complete restoration of any driveways, fences or other structures modified as a requirement of the construction,upon completion of the construction or repairs. To the extent permitted by law, Grantee shall be liable to Grantor for any damage to real or personal property, and for injury to or death of any persons, proximately caused by the negligent acts or omissions of Grantee, or its employees, agents, contractors or subcontractors, which arise out of any work done on or to the above-described premises while Grantee, or its employees, agents, contractors or subcontractors, are exercising any rights with respect to the above- described premises which are granted to Grantee under this Agreement. The provisions of this paragraph shall terminate upon completion of the Project and final acceptance of public improvements by the City Council of Grantee. Grantor shall have the undisturbed right of use of the easement area described herein, to the extent such use does not interfere with the rights herein granted. During any exercise of its rights under this Agreement, Grantee shall use all reasonable efforts to avoid disruption to Grantor's business operations. At least one means of access to Grantor's remaining property shall be open and available to vehicle traffic at all times. Page 438 of 513 Casey's Marketing Company By:Michael R.Richardson Its: President State of Iowa ) Polk County ) ss. pp,, Acknowledged before me on 9 Su` Lid• 1Ay Michael R.Richardson as President for Casey's Marketing Com an . SIA: t, V[C. RJOHNSON se r. prmrm!ssion Number 721529 ` �c ion!.xr�� a�p Notary Pub cc ( � UU qaseyV's Market ng Company By: Julia L. Jackowski Its: Secretary State of Iowa) Polk County)ss. Cpl� Acknowledged before me on:>4 by Julia L. Jackowski as Secretary for Casey's Marketing Co an . [Seal] ` Notary Public JOV K.JOHNSON . Cor-rl,ci.)n Number 721529 :;saicn Expiros Page 439 of 513 CG, HWU c) rc WRY A,, u FR,�;'M, 00 IOWA COMMUNI V FLAMP4Mi AN101 CM2VELOPMENT 715 Mulberry Street • Waterloo,IA 50703 • (319)291.4366 Fax(319)291-4262 • November 9,2017 Pebble Hill Assoc Partn PO Box 54310 Lexington,KY 40555 RE: Temporary Easement Acquisition—University Avenue Reconstruction Phase 1- 1130 Ansborough Ave—Parcel 185 Dear Pebble Hill Assoc Partn, Please find enclosed a temporary easement exhibit and Temporary Easement Agreement that the City of Waterloo is requesting to acquire a temporary easement on property at 1130 Ansborough Avenue in conjunction with the reconstruction of University Avenue. The offer price for the temporary easement acquisition was determined by dividing the assessed value of your property by the total area of the property ($121,750/24,350 SII)to come up with a price per square foot. Based on that method,the assessed price per square foot for your property is$5.00. The City of Waterloo is estimating fair market value to be 120% of assessed value, putting the fair market price per square foot for your property at $6.00. The area of the temporary easement is 2,308 SF, which multiplied by$6.00 equals 13,848.00, however, this easement is temporary (just during construction), therefore we only offer 10% of the value, which is $1,384.80. Therefore, the official offer for the temporary easement acquisition is $1,348.80. Please review the enclosed temporary easement agreement. If you agree with this proposed compensation, please have the appropriate individual sign the agreement, including notary. If you would like to discuss this further before signing,please feel flee to contact our office, You also have the option of donating the temporary easement, which you may want to discuss with your tax consultant to see if the donation of the temporary easement would be equally favorable for you. I have enclosed the Offer to Donate Form with this letter. Please remember that you are entitled to the amount listed above, and the donation of the easement is strictly voluntary. Once again, if you have any questions concerning this matter, please contact our office at the number listed above. Thank you for your time,and I look forward to hearing back from you in the near future. Sincere ���ly Aric Schroeder, City Planner Enclosures Cc: Noel Anderson,Coni n arity Planning&Developnfenl Director Eric Thorson,01J1'tWESSITE;www.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Page 440 of 513 :°'* �� •�/ r � all + r I A fAl PEBBLE HILL ASSOC PARTN 1130 ANSBOROUGH AVE } TEMPORARY EASEMENT 10' ! 2,300 SF _ _---- - - _- EXISTING R044 _ -- °STI w UNIVERSITY AVE. LEGENDID 0 N v N RIGHT-OF-WAY LINES T a PERM.EASEMENT LINES — TEMP.EASEMENT LINES PARCEL 3 O PERMANENT ACQUISITION 185 0 PERM.UTILITY EASEMENT _ — PHASE --- Q N TEMPORARY EASEMENT 1 r' Q I 0 Figure 1 _ Temporary Easement A_COM PEBBLE HILL ASSOC PARTN N University Avenue Reconstruction N C, � O Iowa Division -- Waterloo,Iowa Page 441 of 513 i i Prepared by Ari_c.Schroeder,_City of Waterloo,715 Mulberry Street,Waterloo,IA 50703—(319)291-4366 TEMPORARY EASEMENT AGREEMENT For consideration received, Pebble Hill, LLC, a Delaware limited liability company, f/k/a Pebble Hill As » Associates, a New York general partnership ( Pebble Hill does hereby ant and convey)� y gr y unto the City � of Waterloo, Iowa ("City"), a temporary easement across the following described property in the City of i Waterloo,Black Hawk County, State of Iowa(the"Easement Area"): See Attached Exhibit In conjunction with improvements related to the University Avenue Reconstruction Project Phase I,Parcel 185,together with a right of ingress and egress thereon. The City,its successors and assigns,will restore the Easement Area to the condition in which the same was found before such work was undertaken, and will repair any damages to the Pebble Hill property that may be caused by the exercise of the rights herein granted. This Temporary Easement will expire upon completion of the University Avenue Reconstruction Project Phase 1,but in no event later than June 30, 2020. Notwithstanding the foregoing, the City's obligations to restore the Easement Area and repair any damage to the Pebble Hill property shall survive the expiration of this Easement. The City shall not block or prevent access to and from the Pebble Hill property by way of its exercise of its rights herein granted,and the City agrees that it shall use reasonable efforts to minimize the impact on the operation of the business of Pebble Hill's tenant. The City agrees that after beginning construction it will timely complete the University Avenue Reconstruction Project Phase I. During the term of the Easement, Pebble Hill and its tenant reserve the right to use the Easement Area so long as such use does not interfere with the City's rights under this Easement. [Signatures appear on following page.] Page 442 of 513 [Signature Page to Temporary Easement Agreement] Pebble Hill,LLC, City of Waterloo, Iowa A Delaware limited lia ility company ABy: By: Name: ! Barry wickle Name: Title: Authorizeli Signatory Title: r of t-�ILf t CLL' PJTM -9 - County) ss: Acknowledged before me on 7 b)L. O l(4 by H. Barry Swickle as Authorized Signatory for Pebble Hill,LLC,a Delawa invited li ility company. ++Ry p CHRISTINA BALMIR Nota Pu is-State of Florida G Ron# FF 188396 My Comm.Expires Jan 11,2019 ' N a y blit Bonded through National Notary Assn. State of ) County) ss: Acknowledged before me on by as for the City of Waterloo,Iowa. [Seal] Notary Public Page 443 of 513 U� fl u V « F WATERLOO , IOWA ��lUliUdNJG�lu�l EII)LANNING AND or-V/ELOPMENT 715 Mulberry Street Waterloo,IA 50703 • (319)291-4366 Fax(319)291-4262 November 9,2017 Jones,Larry Flynn,Richard D 3731 Bridgeport Dr Ames,IA 50010 RE: Temporary]Casement Acquisition—University Avenue Reconstruction Phase 1 - 1215 Ansborough Ave—Parcel 188 Dear Jones,Larry&Flynn,Richard D, Please find enclosed a temporary easement exhibit and Temporary Easement Agreement that the City of Waterloo is requesting to acquire a temporary easement on property at 1215 Ansborough Avenue in conjunction with the reconstruction of University Avenue. The offer price for the temporary easement acquisition was determined by dividing the assessed value of your property by the total area of the property ($198,200/43,168 SF) to come up with a price per square foot. Based on that method, the assessed price per square foot for your property is$4.59. The City of Waterloo is estimating fair market value to be 120% of assessed value, putting the fair market price per square foot for your property at $5.51. The area of the temporary easement is 477 SF, which multiplied by $5.51 equals 2,628.27,however,this easement is temporary(just during construction),therefore we only offer 10% of the value, which is $262.83. Therefore, (lie official offerfor the temporary easement acquisition is $262,83. Please review the enclosed temporary easement agreement. If you agree with this proposed compensation, please have the appropriate individual sign the agreement, including notary. If you would like to discuss this further before signing,please feel free to contact our office. You also have the option of donating the temporary easement, which you may want to discuss with your tax consultant to see if the donation of the temporary easement would be equally favorable for you. I have enclosed the Offer to Donate Form with this letter. Please remember that you are entitled to the amount listed above, and the donation of the easement is strictly voluntary. Once again, if you have any questions concerning this matter, please contact our, office at the number listed above. Thank you for your time,and I look forward to hearing back from you in the near future. Sincerely, r W, Aric Schroeder, City Planner Enclosures Cc: Noel Anderson,Cojttnnrrlity Planning&Development Dh-ector- Ertc Thoiwotr,@1ji *EHSITE;www.cityofwaterlooiowa.com -;Are-- WE'RE WORKING FOR YOU! An Equal OpporlunilyrArfirmative Action Employer Page 444 of 513 l\ \ \\ { '\ \ id m G B cn cn LU ^H 1./ G-) • z z 4) ANSBOROUGH AVE. d i I r -....tea .._ .... p I x I i �I 1886 ;�`� ���� I JONES,LARRY ? t rr I FLYNN,RICHARD 6 H 1215 ANSBOROUGH� TEMPORARY �y 9 EASEMENT v. �..� 477 SF .13. 0 20 0 4 v � a r CC LEGEND m RIGHT-OF-WAY LINES T a — — — — PERM.EASEMENT LINES o — — — — TEMP.EASEMENT LINES PARCEL i 0 PERMANENT ACQUISITION 188 d 0 0 PERM,UTILITY EASEMENT PHASE v a Q � 0 TEMPORARY EASEMENT 7 �o Figure 1 _ Temporary Easement JONES, LARRY & FLYNN, RICHARD D A�CaM N University Avenue Reconstruction N Lfl \Q 6 U] m n''_' 09-29-17 Iowa Division - Waterloo,Iowa 6052899 Page 445 of 513 5 Prepared by:Aric Schroeder Ci1y of Waterloo 715 MulberLy Street Waterloo IA 50703- 319 291-4366 TEMPORARY EASEMENT AGREEMENT For consideration received, the undersigned does hereby grant and convey unto the City of Waterloo, Iowa, a temporary easement across the following described property in the City of Waterloo,Black Hawk County, State of Iowa: See alloehed Exhibit in conjunction with improvements related to the University Avenue Reconstruction Project Phase I, Parcel 188,together with a right of ingress and egress thereon. n al y Jones CRichard D. Flynn State of ) County ) ss. Acknowledged before me on by Larry Jones and Richard D. Flynn. y i. i ANGELA GEISINGER g� Comm Number 749599 My Commission Expires Notary Pu is z� Page 446 of 513 r PROJECT: University Avenue Reconstruction Phase I PARCEL: Parcel 188 OWNER: Larry Jones and Richard D. Flynn OFFER TO DONATE FORM As owners of real estate needed for the above-referenced project and parcel, and acknowledging the fact that we are entitled to just compensation for the subject property interests, nevertheless,we desire to donate the temporary casement. We hereby waive such compensation rights and will promptly execute the necessary documents for the City of Waterloo, Iowa, This donation to the City of Waterloo, Iowa, is made knowingly, voluntarily, and not under coercion or threat of any nature by the City of Waterloo or its agents. Before signing this form, we have had the opportunity to consult with our own legal and tax advisors. ij i References in the si I number include the plural, and vice versa. C I Larry Jones Richard D.Flynn ` State of ) County ) ss. Acknowledged before me on _ �= 01�7 by Larry Jones and Richard D. Flynn. AOA GEISINGER '. �- - Commission Number 749599 Notary Mile My Commission Expires 61\A a f i' Page 447 of 513 C1 —WV U Lam' 'WATERLOO , IOWA COMMUNITY PLANNING AND DEVELOPMENT 715 Mulberry Street - Waterloo,IA 50703 • (319)291-4366 Fax(319)291-4262 • November 9,2017 Denny,Robert P PO Box 1122 Cedar Falls,IA 50613 11E: Temporaiy Easement Acquisition—University Avenue Reconstruction Phase 1- 1237-1239 Ansborough Ave—Parcel 199 Dear Denny,Robert P, i Please find enclosed a temporary easement exhibit and Temporary Easement Agreement that the City of Waterloo is requesting to acquire a temporary easement on property at 1237- 1239 Ansborough Avenue in conjunction with the reconstruction of University Avenue. The offer rice for the temporary easement acquisition was determined b dividing the P p rY q Y assessed value of your property by the total area of the property ($46,300!15,434 SIi) to come up with a price per square foot. Based on that method, the assessed price per square foot for your property is$3.00. The City of Waterloo is estimating fair market value to be 120% of assessed value, putting the fair market price per square foot for your property at $3.60. The area of the temporary easement is 123 SF, which multiplied by $3.60 equals 442.80, however, this easement is temporary (just during construction), therefore we only offer 10% of the value, which is $44.28. The City uses a minimum compensation estimate of$100. Therefore, the official offer•for• the temporary easement acquisition is $100.00. Please review the enclosed temporary easement agreement. If you agree with this proposed compensation, please have the appropriate individual sign the agreement, including notary. If you would like to discuss this further before signing,please feel free to contact our office. You also have the option of donating the temporary easement, which you may want to discuss with your tax consultant to see if the donation of the temporary easement would be equally favorable for you. I have enclosed the Offer to Donate Form with this letter. Please remember that you are entitled to the amount listed above, and the donation of the easement is strictly voluntary. Once again, if you have any questions concerning this matter, please contact our office at the number listed above. Thank you for your time,and I look forward to hearing back from you in the near ftrture. Sincerely Q / Aric Schroeder, City Planner Enclosures Cc: Noel Anderson, Community Planning&Development Director Eric Thorson, ftr# ESITE:www.cityofwaterlooiowa.com --file-- WE'RE WORKING FOR YOU An Equal OpportunitytAtfirmative Actlon Employer Page 448 of 513 I 1 i • I 3 I +! `, ' ANSBOROUGH AVE. - - - -- - 7 r - r r� t DENNY,ROBERT P I O 1237-1239 ANSBOROUGH AVE TEMPORARY EASEMENT "?t 123 SE J o ze F� Z • � o LEGEND i L ---1 o -- RIGHT-OF-WAY LINES n PERM.EASEMENT LINES o - - - - TEMP,EASEMENT LINES ' q PARCEL o PERMANENT ACQUISITION {_ ' 't 199 N o D PERM.UTILITY EASEMENT PHASE 0 TEMPORARY EASEMENT 1 Q 0 Figure 1 _ Temporary Easement _ C 0� DENNY, ROBERT P University Avenue Reconstruction 'l Iowa Division — Waterloo,Iowa m d Page 449 of 513 Prepared by:Aric Schroeder City of Waterloo 715 Mulberry Street,Waterloo,IA 50703—(319)291-4366 TEMPORARY EASEMENT AGREEMENT For consideration received, the undersigned does hereby grant and convey unto the City of Waterloo, Iowa, a temporary easement across the following described property in the City of Waterloo,Black Hawk County, State of Iowa: See attached Exhibit in conjunction with improvements related to the University Avenue Reconstruction Project Phase I, Parcel 199, together with a right of ingress and egress thereon. i Robert P. Denny State of- ) / County ) ss. Acknowledged before me on Z'q �� - Z by Robert P. Denny. [Seal] v, 0-� t''1G Pyn r i-_- Not ry Public blur;;' /,79 aL rcnmi &l�n Page 450 of 513 PROJECT: University Avenue Reconstruction Phase I PARCEL: Parcel 199 OWNER: Robert P. Denny OFFER TO DONATE FORM As owners of real estate needed for the above-referenced project and parcel, and acknowledging the fact that we are entitled to just compensation for the subject property interests,nevertheless,we desire to donate the temporary easement. We hereby waive such compensation rights and will promptly execute the necessary documents for the City of Waterloo,Iowa. This donation to the City of Waterloo, Iowa, is made knowingly, voluntarily, and not under coercion or threat of any nature by the City of Waterloo or its agents. Before signing this form, we have had the opportunity to consult with our own legal and tax advisors. References in the singular number include the plural, and vice versa. Robert P. Denny State of County ) ss. Acknowledged before me on / w - /7 by Robert P.Denny. Commi soon umbar 171479 NotPublic r.Sy COmmiSS101"r r- Page 451 of 513 CITY OF WATERLOO Council Communication Resolution approving award of contract to Peterson Contractors, Inc. of Reinbeck, Iowa in the amount of $8,709,078.89, and approving the Contract, Bonds, and Certificate of Insurance for the FY 2018 University Avenue Reconstruction- Phase I, Contract No. 933, and authorize Mayor and City Clerk to execute said documents. City Council Meeting: 3/12/2018 Prepared: 3/6/2018 REVIEWERS: Department Reviewer Action Date Engineering Thorson, Eric Approved 3/7/2018 - 10:09 AM Clerk Office Even, LeAnn Approved 3/7/2018 - 10:44 AM ATTACHMENTS: Description Type ❑ Cont 933 Cont, Bonds, Cert of Ins Cover Memo Resolution approving award of contract to Peterson Contractors; Inc. of Reinbeck_ Iowa in the amount of 58,709,078.89, and approving the Contract SUBJECT: Bonds, and Certificate of Insurance for the FY 2018 University Avenue Reconstruction- Phase 1; Contract No. 933, and authorize Mayor and City Clerk to execute said documents. Submitted by: Submitted By: Jeff Bales,Associate Engineer Expenditure Required: $8,709,078.89 Source of Funds: Division I- $7,694,109.24 University Ave Transfer of Jurisdiction Funds Division II - $1,014,969.65 - Waterloo Water Works Funds Bids received: K. Cunningham Construction $8,978,740.40 PCI $8,709,078.89 Background Information: Vieth Construction Corp $9,188,294.09 Consultant's Estimate $11,196,181.65 Page 452 of 513 FORM OF CONTRACT CONTRACT FOR THE CONSTRUCTION OF FY 2018 UNIVERSITY AVENUE RECONSTRUCTION — PHASE 1 CITY OF WATERLOO, IOWA CONTRACT NO. 933 This contract made and entered into this day of 20_, by and between the City of Waterloo, Iowa, a Municipal Corporation , (hereinafter referred to as City), and Peterson Contractors, Inc., of Reinbeck, Iowa (hereinafter referred to as Contractor),WITNESSETH: PAR. 1 Contractor agrees to build and construct the FY 2018 UNIVERSITY AVENUE RECONSTRUCTION — PHASE 1, Contract No. 933, and furnish all necessary tools, equipment, materials, and labor necessary to do all the work called for in the plans and specifications in a workmanlike manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. PAR. 2 It is understood and agreed that the resolution adopted by the City Council ordering the construction of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter, and the Plans and Specifications shall all be considered as forming a part of the contract the same as though they were each set out in said contract. PAR. 3 The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in strict accordance with the requirements of this contract, and of the plans and specifications made a part hereof by reference, and to the satisfaction and approval of the City and its engineer. PAR.4 The Contractor agrees to perform said work and install said improvements on the terms set out in bid or proposal to the City which has been accepted by the City and which is by reference made a part of this contract. PAR. 5 The Contractor agrees to commence said work within ten (10) working days after receipt of "Notice to Proceed"and complete it on or before May 31 2019, unless an extension of time is granted in writing by the Council of the City. PAR. 6 Should the Contractor fail to complete said improvements in strict accordance with the terms and conditions of this contract, or the plans and specifications therefor promptly by the date herein specified, the City may pay such additional sums as it may be required to pay by reason of the failure of said contractor and deduct any and all such sums from any amount then due the Contractor. PAR. 7 The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping open passage ways for water,traffic, and protecting any excavations in any street or alley, and maintaining proper and sufficient FORM OF CONTRACT C-1 of 4 FY 2018 University Avenue Reconstruction-Phase 1 AECOM#60528991 City Contract No 933 Waterloo,Iowa Page 453 of 513 barricades with lights and signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the City whole and defend any and all suits that may be brought against the City by reason of any injuries that may be sustained by any person or property allegedly caused by the Contractor, or his agents, while work is done pursuant to this agreement. PAR. 8 The Contractor agrees that in the event a law suit is brought against the City for damages allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole, depression or barrier placed or dug by the defendant or its agents, in the doing of the work herein contracted for, that it will defend said suit and save the City harmless therein, and in case judgment is rendered against the City, the Contractor agrees to pay the same promptly. The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount to protect the City and those who use the streets of the City. PAR. 9 The City shall have the right to appoint one or more construction reviewers who shall review the progress of the work in detail; also, to make any test or any material to be used in such work. No material shall be used in any work until the same has first been approved by the construction reviewer. Such construction reviewer shall have full authority to pass judgment upon all materials and upon the manner of doing the work, and their judgment on rejecting any materials, substance, or manner of work shall be final unless it is revoked or modified by the City Engineer. PAR. 10 Any material, which has been rejected by the construction reviewer, shall be at once removed from the line of work and shall not be again taken thereon or placed with the material proposed to be used without the written consent of the City Engineer. PAR. 11 The Contractor shall maintain no cause of action against the City on account of delays and prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra time for completion of the job as was lost by reason of the delay caused by the City. PAR. 12 The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who shall perform labor or furnish materials entering into this improvement. It is agreed that the City need not pay the Contractor until all such claims are paid by the Contractor. It is agreed that the City shall not be liable for said labor, material, or men under this contract. PAR. 13 The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form to be provided by the City in the amount provided by law as stated in the Notice to Bidders, which shall be for the benefit of the City, and any and all persons injured by the breach of any of the terms of this contract. Said bond shall be filed with the City Clerk and shall be subject to the approval of the City Council, and is by reference made a part of this contract. PAR. 14 The Contractor agrees that should it abandon work under this contract or cease the prosecution thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with said work within ten (10) days after a notice to continue or carry it on has been mailed to it at the address given herein by the City, or after such notice has been served on it, then the City may proceed to complete said work, using any material, tools, or machinery found along said line of work, doing the work either by contract or as it may elect, and the Contractor and the sureties on its bond shall be liable to the City for the costs and expenses so paid out. Said costs shall be retained by the City from any compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractors bond. FORM OF CONTRACT C-2 of 4 FY 2018 University Avenue Reconstruction-Phase 1 AECOM#60528991 City Contract No 933 Waterloo,Iowa Page 454 of 513 PAR. 15 In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of this contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Contractors, the amount of money due the Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal,which has been accepted by the City. PAR. 16 The total amount of the contract, based on the Engineer's estimates of quantities and the Contractor's unit bid prices, and for which 100%surety bond is required, is$8,709,078.89. PAR. 17 After the completion of said work, the Contractor agrees to remove all debris and cleanup said streets, and to save the City harmless from any damage allegedly resulting from a failure to clean up and remove the debris or put the street back in a proper condition for travel. PAR. 18 This contract is not divisible, but in the event of a conflict between this contract and the various instruments incorporated by reference,this contract shall govern. PAR. 19 Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as"Maintenance Bond,"and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. PAR. 20 The Contractor shall maintain all work done hereunder in good order for the period of two(2) years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance shall be made without expense to the City or the abutting property. In the event of the failure or default of the Contractor to remedy any or all defects appearing in said work within a period of two (2) years from the date of its acceptance by said Council, and after having been given ten (10) days' notice so to do by registered letter deposited in the United States Post Office in said town, addressed to said contractor at the address herein given, then the City may proceed to remedy such defects. The costs and expenses thereof to be recovered from the Contractor and the sureties on its maintenance bond by an action brought in any court of competent jurisdiction. PAR. 21 The Contractor shall give notice to said City by registered letter directed to the Mayor or City Clerk/Auditor thereof not more than four (4) and not less than three (3) months prior to the expiration of the term during which the Contractor is required to maintain said improvements, in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on its bond for maintenance of the said improvements shall continue until three (3) months after such notice has been given to the City, and, in any event, until two (2) years after the acceptance of the work. FORM OF CONTRACT C-3 of 4 FY 2018 University Avenue Reconstruction-Phase 1 AECOM#60528991 City Contract No.933 Waterloo,Iowa Page 455 of 513 CITY OF WATERLOO, IOWA Mayor City Clerk PETERSON CONTRACTORS, INC. Contractor BY: �MMdef>!t. Title: Approved by the City Council of the City of Waterloo, Iowa, this day of ,20_. ATTEST: City Clerk Waterloo, Iowa FORM OF CONTRACT C-4 of 4 FY 2018 University Avenue Reconstruction-Phase 1 AECOM#50528991 City Contract No 933 Waterloo,Iowa Page 456 of 513 Bond No. 106869697 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, Peterson Contractors, Inc. of Reinbeck, IA (the"Principal"), and Travelers Casualty and Surety Company of America of Hartford, CT (the"Surety"),are held and firmly bound unto the City of Waterloo, Iowa(the"Obligee"), in the penal sum of Eight Million,Seven Hundred Nine Thousand,Seventy Eighty and 89/100 Dollars($8,709,078.89 ), lawful money of the United States, for the payment of said sum in connection with a contract(the"Contract")dated on or about for the purpose of FY 2018 University Avenue Reconstruction-Phase 1,Contract No.933 The Contract is incorporated herein by reference as though fully set forth herein. Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, may promptly remedy the default,or shall promptly undertake to: 1. Complete the Contract in accordance with its terms and conditions;or 2. Obtain one or more bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the Obligee elects, upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, or negotiated proposal, arrange for a contract between such party and the Obligee. The Surety will make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price. The cost of completion includes responsibilities of the Principal for correction of defective work and completion of the Contract, the Obligee's legal and design professional costs resulting directly from the Principal's default, and liquidated damages or actual damages if no liquidated damages are specified in the Contract. The term"balance of the Contract price" means the total amount payable by the Obligee to the Principal under the Contract and any amendments thereto, less the amount properly paid by the Obligee to the Principal;or 3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as practicable. In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys' fees and expenses. Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent to each and all of the following matters,without notice: 1. To any extension of time to the Contract in which to perform the Contract. 2. To any change in the plans, specifications, or Contract when such change does not involve an increase of more than twenty percent(20%) of the total Contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted. PERFORMANCE BOND PFB-1 of 2 FY 2018 University Avenue Reconstruction-Phase 1 AECOM#60528991 City Contract No.933 Wates` —08457 of 513 If the Principal performs the Contract, then this bond shall be null and void, otherwise it shall remain in full force and effect. In no event shall the Surety's total obligation exceed the penal amount of this bond. Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or neuter gender. IN WITNESS WHEREOF,the undersigned Principal and Surety have executed this Performance Bond as of_ PRINCIPAL SURETY Peterson Contractors, Inc. Travelers Ca ty and Surety Company of America Name ;nne r By: Title: be �r;M� t . Crowner,Attorney-in-Fact [attach Power of Attorney] NOTE: Date of BOND must not be prior to date of Contract If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. PERFORMANCE BOND PFB•2 of 2 FY 2018 University Avenue Reconstruction-Phase 1 AECOM#60628991 City Contract No.933 Wat�agea458 of 513 Bond No. 106869697 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Peterson Contractors, Inc. (Name of Contractor) P.O. Box A, Reinbeck, IA 50669-0155 (Address of Contractor) a Corporation hereinafter called Principal, (Corporation, Partnership or Individual) and, Travelers Casualty and Surety Company of America (Name of Surety) One Tower Square, Hartford, CT 06183 (Address of Surety) hereinafter called Surety, are held and firmly bound unto City of Waterloo (Name of Owner) 715 Mulberry Street,Waterloo, IA 50703 (Address of Owner) hereinafter called OWNER, in the penal sum of Eight Minion,Seven Hundred Nine Thousand,Seventy Eighty and 89/100 Dollars,($8,709,078.89 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of 20____, a copy of which is hereto attached and made a part hereof for the construction of: FY 2018 UNIVERSITY AVENUE RECONSTRUCTION-PHASE 1 CITY OF WATERLOO, IOWA CITY CONTRACT NO. 933 NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise,then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its PAYMENT BOND PB-1 of 2 FY 2018 University Avenue Reconstruction-Phase 1 AECOM#60528991 City Contract No.933 Watedoag Iowa Of 513 obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS HEREOF, this instrument is executed in Four(4) counterparts, each one (number) of which shall be deemed an original, this the day of 120 ATTEST: Peterson Contractors, Inc. Principal (Principal) Secretary C.ann,e. "D.�otiKe.��s , Ass,s� Seg . -(— }-IvON£ By ) Cn�de ll © oS�� '7tres�c�e�.� P.O. Box A Reinbeck, IA 50669-0155 WC4L, fitness as to Principal) A%,�t, Sqf y- P.O. Box A (Address) Reinbeck, IA 5066-0155 Travelers CptA and Sur Company of America ATTEST: Attorney-in-Fact Anne Crowner Holmes, Murphy and Associates, LLC Witness as to Suretylone R. Young (Address) Holmes, Murphy and ssociates, LLC P.O. Box 9207, Des Moines, IA 50306-9207 P. O. Box 9207, Des Moines, IA 50306-9207 (Address) (Aeddress) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. PAYMENT BOND PB-2 of 2 FY 2018 University Avenue Reconstruction-Phase 1 AECOM#60528991 City Contract No.933 WatGA00,Iowa age 460 of 513 TRAVELERS ) POWER OF ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney-In-Fact No.231471 Surety Bond No.or Project Description: Principal: Peterson Contractors,Inc. 106869697 Obligee: City of Waterloo KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Craig E. Hansen,Jay D. Freiermuth, Brian M. Deimerly,Cindy Bennett,Anne Crowner, Tim McCulloh,Stacy Venn,Shirley S.Bartenhagen,and Dione R.Young of the City of West Des Moines State of Iowa,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 24th day of October,2016. Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company O . •6 A � * e Croy,+ , State of Connecticut By:City of Hartford ss. Robert L.Raney,Senior Vice President On this the 24th day of October,2016,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. gra My Commission expires the 30th day of June,2021. © Marie C.Tetreault,Notary Public Page 461 of 513 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company 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 in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of , Kevin E.Hughes,Assistant Secretary °�a�► 0 (008 rsaapy �tR1''1,�IF 1851pt'oat�/Q3 e �Q�`.�/ Ally To verify the authenticity of this Power ofAttorney,call 1-800-421-3880 or contact us at www.travelersbondcom.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. Page 462 of 513 PETER-3 OP ID: COZA A�oRO CERTIFICATE OF LIABILITY INSURANCE D03/01/2018Y) 03/01/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAMEACT LSB Insurance - -- - NE 242 Tower Park aC N Ext): /c� Waterloo,IA 50701 E-MAIL Kevin Boyle ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURER A:Hartford Fire Insuranc Co 19682 INSURED Peterson Contractors, Inc. INSURER B:Trumbull Insurance Co 27120 Reinbeck Motor Inc. PO Box A/104 Blackhawk St INSURER C:Berkshire Hathawa Ins Co 22276 Reinbeck, IA 50669 INSURER D:Zurich American Ins Co 16535 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBRPOLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 A X I COMMERCIAL GENERAL LIABILITY X X 41CSEQU2151 07/01/2017 07/01/2018 PREMISES Eaoccurence $ 300,00 CLAIMS-MADE Fx� OCCUR MED EXP(Any one person) $ 10100 X Blnkt Contractual PERSONAL&ADV INJURY $ 1,000,00 X XCU Coverage GENERAL AGGREGATE $ 2,000,00 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00 POLICY -X] JFCTPRO LOC $ AUTOMOBILE LIABILITY Ea BINEDtSINGLE LIMIT $ 2,000,00 A X ANY AUTO 41 CSEQU2152 07/01/2017 07/01/2018 BODILY INJURY(Per person) $ OWNEDALL AUTO AUTO _ DULED BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOSPER ACCIDENT) $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 51000,00 (` X EXCESS UAB CLAIMS-MADE 47-XSF-100514-02 07/01/2017 07/01/2018 AGGREGATE $ 5,000,00 DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY X LI I B ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N X 41WNQU2150 07/01/2017 07/01/2018 E.L.EACH ACCIDENT $ 11000,00 OFFICERIMEMBER EXCLUDED? � N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,00 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,00 D Rent/Lease Equip. CPP9267064-06 07/01/2017 07/01/2018 RentlLeas 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule If more space is required) Re: J7539 University Avenue Reconstruction - Phase 1 - Waterloo City of Waterloo and AECOM Technical Services, Inc. are named as additional insured per written contract requirements. CERTIFICATE HOLDER CANCELLATION WATER-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Waterloo ACCORDANCE WITH THE POLICY PROVISIONS. 715 Mulberry St. AUTHORIZED REPRESENTATIVE Waterloo, IA 50701 @19 ACORD 25(2010/05) The ACORD name and logo are registered marksof CORPORATION. A0. of ACORD D rRe 410 O 513 POLICY NUMBER: 41 CSE QU2151 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Designated Project(s) Or Location(s) Or Or anization s : :shown red O erations:All, except Additional Insureds that are ALL insured under a separate additionalinsured endorsement on this policy Inf ormation re uired to com fete this Schedule if not shown above will bin the Declarations. A. With respect to those person(s) or organization(s) shown in the Schedule above when you have (3) In connection with "your work" for the y additional insured at the project(s) or agreed in a written contract or written agreement location(s) designated in the Schedule to provide insurance such as is afforded under this Other and included within the "products- policy to them, Subparagraph f., Any completed operations hazard", but only if: Party, under the Additional Insureds When Required By written Contract, Written (a) The written contract or written Agreement Or Permit Paragraph of Section II — agreement requires you to provide Who Is An Insured is replaced with the following: such coverage to such additional f. Any Other Party insured at the project(s) or location(s) designated in the Schedule; and Any other person or organization who is not an insured under Paragraphs a. through e. (b) This Coverage Part provides g coverage for 'bodily injury" or above, but only with respect to liability for "bodily injury", "property damage"or"personal "property damage" included within the injury" "products completed operations and advertising � ry" caused, in whole or in hazard". part, by your acts or omissions or the acts or omissions of those acting on your behalf., The insurance afforded to the additional (1) In the performance of insured shown in the Schedule applies: your ongoing operations for such additional insured at (1) Only if the "bodily injury" or "property the project(s) or location(s) designated in damage" occurs, or the "personal and the Schedule; advertising injury"offense is committed: (2) In connection with your premises owned (a) During the policy period; and by or rented to you and shown in the (b) Subsequent to the execution of such Schedule; or written contract or written agreement; Form HS 24 80 07 13 and © 2013, The Hartford Page 1 of 2 (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) Page 464 of 513 (c) Prior to the expiration of the period of When You Add Others As An Additional time that the written contract or written Insured To This Insurance agreement requires such insurance (a) Primary Insurance When Required By be provided to the additional insured. Contract (2) Only to the extent permitted by law; and This insurance is primary if you have agreed (3) Will not be broader than that which you in a written contract or written agreement that are required by the written contract or this insurance be primary. If other insurance written agreement to provide for such is also primary, we will share with all that additional insured. other insurance by the method described in With respect to the insurance afforded to the Paragraph (c)below. This insurance does not person(s)or organization(s)that are additional apply to other insurance to which the insureds under this endorsement, the additional insured in the Schedule has been following additional exclusion applies: added as an additional insured. This insurance does not apply to "bodily (b) Primary And Non-Contributory To Other injury", "property damage" or "personal and Insurance When Required By Contract advertising injury" arising out of the rendering This insurance is primary to and will not seek of, or the failure to render, any professional contribution from any other insurance architectural, engineering or surveying available to an additional insured under your services, including: policy provided that: (1) The preparing, approving, or failing to (i) The additional insured in the Schedule is prepare or approve maps, shop drawings, a Named Insured under such other opinions, reports, surveys, field orders, insurance; and change orders, designs or specifications; or (ii) You have agreed in a written contract or written agreement that this insurance (2) Supervisory, inspection, architectural or would be primary and would not seek engineering activities. contribution from any other insurance The limits of insurance that apply to the additional available to the additional insured in the insured shown in the Schedule are described in the Schedule. Limits Of Insurance section. (c) Oethod Of Sharing How this insurance applies when other insurance is If all of the other insurance permits available to the additional insured is described in the contribution by equal shares, we will follow Other Insurance Condition in Section IV _ Commercial General Liability Conditions, except as this method also. Under this approach, each otherwise amended below. p insurer contributes equal amounts until it has paid its applicable limit of insurance or none of B. With respect to insurance provided to the the loss remains, whichever comes first. person(s) or organization(s) that are additional If any of the other insurance does not permit insureds under this endorsement, the When You Add Others As An Additional Insured To This contribution by equal shares, we will contribute by limits. Under this method, each Insurance subparagraph, under the Other Insurance Condition of Section IV—Commercial insurer's share is based on the ratio of its applicable limit of insurance to the total p General Liability Conditions is replaced with the applicable limits of insurance of all insurers. following: All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 80 07 13 Page 465 of 513 POLICY NUMBER: 41 CSE QU2151 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following.- COMMERCIAL ollowing:COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard", This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 Page 466 of 513 it THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: 41 WN QU2150 Endorsement Number: Effective Date:07/01/2017 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: PETERSON CONTRACTORS, INC. PO BOX A REINBECK, IA 50669 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ANY PERSON OR ORGANIZATION FROM WHOM YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER OF RIGHTS FROM US. Countersigned by Authorized Representative Form WC 00 03 13 Printed in U.S.A. Process Date: Policy Expiration Date: Page 467 of 513 CITY OF WATERLOO Council Communication Resolution approving Supplemental Agreement No. 1, to a Professional Services Agreement with AECOM, in an amount not to exceed $869,800, in conjunction with the FY 2018 University Avenue Reconstruction- Phase I (Greenhill Road to Evergreen Avenue), Contract No. 933, and authorize the Mayor to execute said document. City Council Meeting: 3/12/2018 Prepared: 3/6/2018 REVIEWERS: Department Reviewer Action Date Engineering Thorson, Eric Approved 3/7/2018 - 10:26 AM Clerk Office Even, LeAnn Approved 3/7/2018 - 10:58 AM ATTACHMENTS: Description Type ❑ Cont 933_Supp Agreement No. 1 Cover Memo Resolution approving Supplemental Agreement No. 1; to a Professional Services Agreement with AECOM, in an amount not to exceed $869,800,M* SUBJECT: conjunction with the FY 2018 University Avenue Reconstruction- Phase I (Greenhill Road to Evergreen Avenue), Contract No. 933, and authorize the Mayor to execute said document. Submitted by: Submitted By: Jeff Bales,Associate Engineer Expenditure Required: not to exceed $869,800.00 Source of Funds: University Avenue Transfer of Jurisdiction Funds Page 468 of 513 S 1 e AC0M Page 1 s r c CITY OF WATERLOO RECONSTRUCTION OF UNIVERSITY AVENUE s FROM MIDWAY DRIVE TO U.S.63 CONSTRUCTON-RELATED SERVICES UNIVERSITY AVENUE PHASE 1 -GREENHILL ROAD TO EVERGREEN AVENUE ' SUPPLEMENTAL AGREEMENT NO. 1 WHEREAS, a Professional Services Agreement was entered into between City of Waterloo, Iowa, (Client), and AECOM Technical Services, Inc. (ATS), of Waterloo, Iowa, dated November 7, 2016, for preliminary and final design for reconstruction of University Avenue from Midway Drive to U.S. 63 in Waterloo, Iowa; and WHEREAS, the Client and ATS now desire to enter into Supplemental Agreement No. 1 for construction-related services for the University Avenue Phase 1 project from Greenhill Road to Evergreen Avenue. NOW THEREFORE, it is mutually agreed to amend the original Professional Services Agreement as follows: I. Project Description The project consists of the construction of University Avenue Phase 1, from Greenhill Road to Evergreen Avenue, a distance of approximately 6,250 linear feet. The project will include grading, paving, storm sewer, lighting and traffic signalization. This project will be completed under traffic, and will require complex traffic control and staging to maintain safety for the traveling public. II. Scope of Services The Scope of Services will encompass and include services, materials, equipment, personnel and supplies necessary to provide construction staking, field review, materials testing and contract administration during the construction phase for the project defined above. The Scope of Services is further defined as follows: Task 1. Conduct a preconstruction conference attended by representatives of the Contractor, Client, Consultant and affected utilities. Task 2. Provide construction staking for horizontal and vertical controls for the project as follows: t i a. Set Project Control b. Set Stakes for Silt Fence is li C. Grading (GPS) d. Set Stakes for Storm Sewer e. Set Stakes for Paving f. Set Stakes for Trail Paving g. Set Stakes for Sidewalks h. Set Stakes for Modular Block Retaining Wall i. Set Stakes for Lighting j. Set Stakes for Traffic Signals k. Set Stakes for Type A Signs 1. Set Stakes for Landscaping M, Set Stakes for Right-of-Way Page 469 of 513 E Task 3. Review shop drawings and other submittals as required of the Contractor by the contract documents for conformance with the design concept of the project and compliance with the information given in the contract documents. Task 4. Answer design interpretation questions from the Client, Contractor, review staff and appropriate agencies. Task 5. Prepare bi-weekly applications for payment based on information provided by field review staff and Contractor and forward to the Client for execution with recommendation for approval and payment. Task 6. Perform construction site visits by design personnel at appropriate stages of construction to review the quality of the work and to determine whether the work conforms to the contract documents. Task 7. Prepare and assist the Client and Contractor in processing contract change orders. Task 8. Provide periodic field observation during construction to review the work of the Contractor to determine if the work is proceeding in general accordance with the contract documents and that completed work appears to conform to the contract documents. Staffing requirements may be adjusted during the project in relation to the level of construction activity. The project completion date is May 31, 2019. Task 9. Provide weekly SWPPP reviews along with City of Waterloo and contractor personnel, as required by Iowa DNR and City of Waterloo. Task 10. Report to the Client any work believed to be unsatisfactory, faulty or defective or does not conform to the contract documents, and advise the Client of any work that should be corrected or rejected. Task 11. Consider and evaluate Contractor's suggestions for modifications and report them with recommendations to the Client. Task 12. Facilitate weekly construction progress meetings of project and complete minutes for each meeting. Task 13. Prepare weekly email update for distribution to City of Waterloo staff, citizens and other interested parties of the projects progress. Maintain updates as needed for media outlets. Provide information for the City of Waterloo to post on the city's website, and maintain Facebook page for the University Avenue Project. Also includes preparation of traffic mapsldetour maps, individual maps for business owners, additional stakeholder meetings (a total of 10 meetings is anticipated) and reports to City Council Work Sessions (a total of 3 presentations is anticipated) Task 14. Participate in a review of the project with the Client and review staff near project completion and prepare a list of items to be completed or corrected. Task 15. Participate in a field observation of the completed project with the Client and review staff before a final application for payment is processed for the Contractor. Task 16. Maintain files for correspondence, reports of the job conferences, shop drawings and sample submissions, reproductions of original contract documents including addenda, change orders, field modifications, additional drawings issued subsequent to the execution of the contract, Engineer clarifications and interpretations of the contract documents, progress reports and other project-related documents. Page 470 of 513 Task 17. Provide the Client with a copy of revised drawings of the construction plans (record drawings) for the project based on the construction observation records of the field review staff and the Contractor showing those changes made during construction considered significant. Task 18. Prepare and assist the Client with the final close-out documentation received from the Contractor. This project will use an electronic file sharing site during construction for access of construction documents by the Client and ATS. Close-out documents will be delivered in electronic format to the Client and include the following: Shop Drawings, Materials Certifications, Pay Estimates, Change Orders, Daily Inspection Reports, Pay Quantity Summary and Record Drawings. III. Compensation Compensation for the above services will be on an hourly basis in accordance with Part VI of the original agreement and shall be segregated from the fees in the original agreement. The estimated fee is Eight Hundred Sixty-Nine Thousand Eight Hundred Dollars ($$69,800.00). IV. In all other respects, the obligations of the Client and the Consultant shall remain as specified in the Professional Services Agreement dated November 7,2016. IN WITNESS WHEREOF, the parties hereto have executed this Supplemental Agreement No. 1 as of the dates shown below: AECOM TECHNICAL SERVICES, INC. By Date Douglas W, Schindel, P.E. Associate Vice President APPROVED FOR CITY OF WATERLOO By: Date Quentin Hart Mayor 0:%AdminlstrationlAGREEISUPPLEISA1 wat University Ave CRS.doc a Page 471 of 513 Page 472 of 513 ) rw7G2 ° 2E „ ; � $ � r . §\ a g Q 2 a § ( co � } )» a 2ƒ ° ; § ; § 2 SSS § ¥ � � ■ a ; \ } 0 . 00 ) � _ � ( | ! o m « 7m # z° { § 2 33 _ 2a _ ReL a « « lr � , � R : - = , - ® G 2 ik ) - / ; »J ƒ /¥ /± fr / ®£ ) o Page 473 0 513 Page 474 of 513 CITY OF WATERLOO Council Communication Motion approving Final Quantity Summary for a net increase of$4,378 FY 2017 East 5th Street Parking Garage Repairs, Contract No. 930, and authorize the Mayor and City Clerk to execute said documents. City Council Meeting: 3/12/2018 Prepared: 3/8/2018 REVIEWERS: Department Reviewer Action Date Planning& Zoning Anderson, Noel Approved 3/8/2018 - 3:54 PM Clerk Office Even, LeAnn Approved 3/8/2018 - 4:15 PM ATTACHMENTS: Description Type ❑ Project Summary Cover Memo a East 5th Street Parking Garage Change Order Backup Material Summary D East 5th Street Parking Garage Final Acceptance Letter Backup Material D East 5th Street Parking Garage Signed Pay Estimate 94 Backup Material Motion approving Final Quantity Summary for a net increase of$4,378 FY SUBJECT: 2017 East 5th Street Parking Garage Repairs, Contract No. 930, and authorize the Mayor and City Clerk to execute said documents. Submitted by: Submitted By:Noel Anderson, Community Planning& Development Director Recommended Action: Approve motion. As you may recall, the City of Waterloo is working to improve the parking ramps in Downtown Waterloo. The approximately$508,000 project is now Summary Statement: wrapping up, with a quantity adjustment for materials used in repairs and maintenance for the project in the amount of$4,378. Expenditure Required: $4,378 for this quantity adjustment. Source of Funds: bonds Strategy 1.7 to create an environment with amenities that attract and retain population in Waterloo. Policy Issue: Strategy 3.1 to continue to implement and explore new options for revenue generation for the City. Strategy 4.5 Maintain and develop community services and city facilities that support quality of place. Alternative: Not approve Page 475 of 513 As you can see from the attachment, the City entered into the redevelopment project for repairs and maintenance to the parking ramp for$444,854.00. As Background Information: we got into some of the wall systems, flooring, etc. some itesm were added for structural repairs and integrity that were unknown until uncovered. Subsequent change orders and quantity adjusts would raise the contract amount to $531,132. Legal Descriptions: Not applicable Page 476 of 513 VD t, kn 00 CA U00 M M M kn U cn � M U LO •a� bA O ti -C °o Nt 71 c� U +D + o � o p N � � .bA •� � � � cid E�" cd '� �, N •'" O cd 00 N ti UO 50 W N U O ON 0000 O00110 �10 p �, 6F3 6R 41) cd 4�oq cn N M O 00 O U C � U bb bb to t � b-0 W o o o U OU H M cli O v1 un k 00 l� M M U o0 It 00 ° 569 4�, OV) to U C) ° 6R E!? 64 bA U LO 4- 0 00 ti -o Nt cn CIL _O O � ?C •bA •� � cUd c� O O p •� � O � N �' � •� O U �" A N 00 N N N bA v O N U CA O p cd N M v 0 t%1 y y 00 pU 'd p cu cd o o U U U vsan U oo 0000 c ° 't N 6F3 6R 4�oq 0 0 N O O O U <= O O U O z z z p kr) z z Lj O O O cn c O O O a� a� a� � O a� l� � •'• bA A� U U U o U U AC0M AECOM 319.232.6531 tel 501 Sycamore Street 319.232.0271 fax Suite 222 Waterloo,Iowa 50703 www.aecom.com March 9, 2018 Mr. Noel Anderson Community Planning and Development Director 715 Mulberry Street Waterloo, Iowa 50703 Subject: East Sth Street Parking Garage Repairs City Project No.930 AECOM #60492069 Dear Mr. Anderson The above-referenced project has been completed and constructed by the contractor, McGill Restoration, in accordance with the plans and specifications completed by AECOM and dated May 19, 2017. The final pay estimate, final quantity summary and maintenance bond are included. Construction record drawings have already been submitted. We appreciate the cooperation we have received from the city of Waterloo throughout this project. Should you have any questions or require additional information, please give me a call. Yours sincerely, a E. iele, P.E. c: Mr. Doug Schindel P:\60492069\600 Construction_Support\East 5th Street Parking Garage Project Completion Letter.docx Page 479 of 513 888885888 88i 88888 8 88. 88 8888 $ 8 8 8con 9 p Q Y1 N lb P G G al VN s1 N N N O N tp O tG C p N N NN N to N a1 N T t%1 M 00 N 1� S S 01 T N 01 N Q1 Q S I� O Q 01 N N N T m m m 0 001 l0 O N a0 O 00 00 N N a0 O Ot O lD N �-1 Ol N 00 R DO N la N O Q Ql l0 N N N N M 01 n N N Lb a1 to N M N N M N N N H N O 7 a M N N T al N W rl T N N Q Q N M M M T S M 00 a 8888888SS S88S $ S8 5888 SSSS QaFQ M O l!1 N eV ev1 N O rl O eel N .i N N H fV Q lq W LO ti O {y n N n N N O N N 8 pp H N Ql N t0 tp � O O N T r O F 0 6 W Ncc N N N O ¢ W N O 0 88 8 o Ch o p a O M W O N N � z N s cm m a a_ p8888S8 S88 S S 88 S 888 8 pS 88888588 8 FQI N T OBD (nIf n S C S ON1 T 1Q11 T N T toll O n O Q N N V01 U01 N !Nfl U Ol tD O N 00 00 Ol 00 N CO NOq O Ol O lD N 00 Ol N 00 Q l"� 00 I� T rl N g , t0 N O Q Ol 1� Q N N N lIl I fel 0 m N M {ZG� p T N N m 00 N .-1 OD .-1 M CQ ti Q Q N r1 N O U N v�NN VlNNNH V1N N N 1A N�AN V1 NNN V}t/�Vf V)N N y� S8S88S8S8888 $ 8588 858888 $ 85 O N " !V m W . . .. .. . O G . . . . . NH N H N \t 00 Q tD N q n N n N N Ol I� N N S S �-1 tW w m N t0 m Ol ¢� N a m CO N N .-1 .-i of Q tp N N N T N a N N M u d 8888858888 $ a S g'88 $ 8a82 i d. O 9 lfl N Q 4 4 Qpp OF NOa O Ni tG S N pQt p8 a1 NN N m N 1*9 N V1 UNf VN1 VN1 VN1 2 N J N N N J N J VI VLLl J J J J Q J � N H h VLLl N J � F \ F � 0 0 2 W � Z IV = � u o � 2 a Z W U 0 5 a 3 z z w a z a to 5 Z Zrr o } ar a Z 2 m z F Z O Q Z W J = K 4 W W J a W 6J A W W Z m p a W j w 2 p OC N 3 C C 6 S O N p } ~ C a V LL� V rl l;J l7 oC ) Q a O W LL f 3 2 W z G C G z z Q Q S p 0 U U U U r 2 w K N Z a N = C C G ..t ami a a a g O z = O O Z C a u u Z O l7 O a w c ¢ w ¢ ¢ W r z z 2 z C a s W z a a > z o 5 z a u r z z » p c zq'aG a zzzzs 500 r waaooNNoz a C ¢ ¢ ¢ ¢ a Fw u u w O F w r a a v u ¢ LL ` W W W W 6 W yrj LL w W W U S U c- a N N C C 1 Q l7 0 > > > > y y N ^ U u 0 u z O m n n n.1 ¢ O J Z 2 Y ai ua Z g O O O O U U J aca 0 } f ff fUzzqquOza: f ¢ p � $ J f � f wfsa u m C U a W W W W a p p ¢ a a 7 W w Z O C W a p p 0 z a s z 6 0 0 0 d N N r r W e r a a U �a z Z W C 0 W a co cc z3 a + NmaN onaom � ' NTiQN w �4A41rilrilmmv4 u CITY OF WATERLOO Council Communication Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by McGill Restoration, of Omaha, Nebraska, in the amount of$531,132.00, for the FY 2017 East 5th Street Parking Garage Repairs, Contract No. 930, and receive and file two (2)year maintenance bond. City Council Meeting: 3/12/2018 Prepared: 3/8/2018 REVIEWERS: Department Reviewer Action Date Planning& Zoning Anderson, Noel Approved 3/8/2018 - 3:54 PM Clerk Office Even, LeAnn Approved 3/8/2018 - 4:17 PM Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by McGill Restoration, of SUBJECT: Omaha, Nebraska, in the amount of$531,132.00, for the FY 2017 East 5th Street Parking Garage Repairs, Contract No. 930, and receive and file two (2)year maintenance bond. Submitted by: Submitted By:Noel Anderson, Community Planning& Development Director Recommended Action: Approve Resolution. Summary Statement: This will complete project work. Expenditure Required: Total project balance$531,132. Source of Funds: Bonds Strategy 1.7 to create an environment with amenities that attract and retain population in Waterloo. Policy Issue: Strategy 3.1 to continue to implement and explore new options for revenue generation for the City. Strategy 4.5 Maintain and develop community services and city facilities that support quality of place. Alternative: Not approve. The City entered into the redevelopment project for repairs and maintenance to the parking ramp for$444,854.00. As we got into some of Background Information: the wall systems, flooring, etc. some itesm were added for structural repairs and integrity that were unknown until uncovered. Subsequent change orders and quantity adjusts would raise the contract amount to $531,132. Legal Descriptions: NA Page 481 of 513 CITY OF WATERLOO Council Communication Request by CRF Rentals for a site plan amendment to the"C-P"Planned Commercial District for construction of a 5,184 square foot Commercial building located south of 2911 Southland Drive. City Council Meeting: 3/12/2018 Prepared: 2/13/2018 REVIEWERS: Department Reviewer Action Date Planning& Zoning Schroeder,Aric Approved 2/28/2018 - 9:55 AM Clerk Office Even, LeAnn Approved 2/28/2018 - 11:46 AM ATTACHMENTS: Description Type ❑ Staff Report Cover Memo ❑ Overview Map Cover Memo ❑ Aerial Map Cover Memo ❑ Site Plan Cover Memo D Building Sketch Cover Memo D Pictures Cover Memo D Application Cover Memo Motion to receive, file, consider and pass for the second time an ordinance amending Ordinance No. 5079, as amended. City of Waterloo Zoning Ordinance, by amending the official Zoning Map referred to in Section 10-4- SUBJECT: 4, approving a site plan amendment on a certain property located south of 2911 Southland Drive. Motion to suspend the rules. Motion to consider and pass for the thud time and adopt said ordinance. Submitted by: Submitted By:Noel Anderson, Community Planning& Development Director Recommended Action: Approval The applicant is requesting to construct a new warehouse/office building located south of 2911 Southland Drive. The request to construct the warehouse/office building would not appear to have a negative impact upon the surrounding area as it would appear to be compatible with the commercial building to the north and is located along Sergeant Road/US Highway 63. The proposed site plan amendment would not appear to have a negative impact upon vehicular or pedestrian traffic conditions in the area. The site is served by Charm Drive and Southland Drive which are local streets which connect to Sergeant Road (US Highway 63) which is a Principal Arterial. The nearest recreational trail is along the west side of Sergeant Road (US Page 482 of 513 Highway 63). A sidewalk will be required to be installed along Charm Drive connecting to the sidewalk put in to the north. The area in question was rezoned from"R-3, R-P"Planned Residential to "C-P"Planned Commercial District on May 3rd, 2016. Surrounding land uses and their zoning designations are as follows: North— Commercial zoned "C-P"Planned Commercial, Professional Office zoned"R3-RP"Planned Residence District and vacant land zoned "B-P"Business Park District. South— Vacant Land zoned"C-P"Planned Commercial District. East— Vacant Land, Multi-Family, and Residential zoned "R-3, R-P" Planned Residence District. West— Sergeant Road/US Highway 63, Sergeant Road Trail and Industrial zoned "M-1" Light Industrial District. No buffers would be required as a part of this rezoning request. It will be necessary that a storm water detention plan is submitted, as well as a S WPPP to the Engineering Department for review and approval. The proposed request would not appear to have a negative impact upon drainage in the area if proper storm water detention techniques are put in place. The area consists of Commercial built in 2016, professional offices built in 2005, multi-family built in 1982, industrial built itn 1977, and residences built between 1995 and present. No portion of the property is located within a special flood hazard area, as indicated by the Federal Insurance Administration's Flood Insurance Rate Map, Community Number 190025 283F, dated July 18, 2011. The Future Land Use Map designates this area as Mixed Commercial: Medium to High Density Residential, Professional Offices, and Neighborhood Commercial. The proposed site plan amendment would be in conformance with the Comprehensive Plan and Future Land Use Map for Summary Statement: this area. The applicant is requesting to construct a 5,184 square foot building with 7 parking spaces. The space is proposed to be divided into two separate shops. The site plan includes a detention pond along the Sergeant Road/US Highway 63 frontage. The building is proposed to have steel siding and roofing with imitation Brookstone Veneer near the entrances, sides and back of the building. There are two proposed monument signs one located at the northwest corner along Sergeant Road/US Highway 63 and one on Charm Drive. The building is proposed to face south with the structure predominately on the northeast side of the property. There will be one customer entrance, one employee door, and two overhead doors for each space. The area in question is zoned "C-P"Planned Commercial District, and this zoning is intended and designed to provide a means for residential and compatible commercial development of tracts of land on a unit basis, allowing greater flexibility and diversification of land uses and building locations than the conventional single lot method. The Zoning Ordinance requires I parking space for every 2 people employed at the facility and the site plan shows 7-parking spaces. Page 483 of 513 As noted during Tech Review, the planning staff has received a comment from the Condominium Association of the complex located across the street. They stated that they are opposed to the complex but if it is built they would want access off of US Highway 63/Sergeant Road and a limit to who could rent the buildings. Iowa DOT was contacted that they will not allow access off of US Highway 63/Sergeant Road. Note: When the site plan for what became the condominium project was first approved of by a resolution 1981- 533, the plans submitted designated the lot as commercial although it was not developed at that time. There is no platting required for this request. Therefore, staff recommends that the request for site plan amendment in the"C-P"Planned Commercial District,be approved for the following reasons: 1. The request is in conformance with the Comprehensive Plan and Future Land Use Map for this area. 2. The request would not appear to have a negative impact on traffic conditions in the area. 3. The request would not appear to have a negative impact upon the surrounding area. And with the following conditions(s): 1. That the final site plan meets all applicable city codes, regulations, etc. including, but not limited to, parking, landscaping, screening, drainage, etc. 2. Sidewalk Constructed along Charm Drive. At their February 6, 2018 meeting the Planning, Programming and Zoning Commission voted unanimously 6-0 to recommend approval of the request. Expenditure Required: None Source of Funds: N/A Policy Issue: Land Use and Economic Development, policies 1, 3 and 4. Legal Descriptions: SOUTHLAND PARK FOURTH ADDITION TRACT C-8 Page 484 of 513 February 6,2018 REQUEST: Request by CRF Rentals for a site plan amendment to the "C- P" Planned Commercial District for construction of a 36' X 144' 5,184 square foot Commercial building located south of 2911 Southland Drive APPLICANT(S): CRF Rentals LLC, PO Box 203 Waterloo, Iowa 50704 GENERAL The applicant is requesting to construct a new DESCRIPTION: warehouse/office building located south of 2911 Southland Drive. SURROUNDING The request to construct the warehouse/office building would LAND USES AND not appear to have a negative impact upon the surrounding IMPACT ON area as it would appear to be compatible with the commercial NEIGHBORHOOD: building to the north and is located along Sergeant Road/US Highway 63. VEHICULAR & The proposed site plan amendment would not appear to have PEDESTRIAN a negative impact upon vehicular or pedestrian traffic TRAFFIC conditions in the area. The site is served by Charm Drive and CONDITIONS: Southland Drive which are local streets which connect to Sergeant Road (US Highway 63) which is a Principal Arterial. RELATIONSHIP TO The nearest recreational trail is along the west side of RECREATIONAL Sergeant Road (US Highway 63). TRAIL PLAN AND A sidewalk will be required to be installed along Charm Drive COMPLETE STREETS connecting to the sidewalk put in to the north. POLICY: ZONING HISTORY The area in question was rezoned from "R-3, R-P" Planned FOR SITE AND Residential to "C-P" Planned Commercial District on May 3rd IMMEDIATE VICINITY: 2016. Surrounding land uses and their zoning designations are as follows: North — Commercial zoned "C-P" Planned Commercial, Professional Office zoned "R3-RP" Planned Residence District and vacant land zoned "B-P" Business Park District. South — Vacant Land zoned "C-P" Planned Commercial District. East — Vacant Land, Multi-Family, and Residential zoned "R-3, R-P" Planned Residence District. West — Sergeant Road/US Highway 63, Sergeant Road Trail and Industrial zoned "M-1" Light Industrial District. BUFFERS/ No buffers would be required as a part of this rezoning request. SCREENING/ LANDSCAPING REQUIRED: DRAINAGE: It will be necessary that a storm water detention plan is submitted, as well as a SWPPP to the Engineering Department for review and approval. The proposed request would not appear to have a negative impact upon drainage in SPA-South of 2911 Southland Drive Page 1 of]Page 485 of 513 February 6,2018 the area if proper storm water detention techniques are put in place. DEVELOPMENT The area consists of Commercial built in 2016, professional HISTORY: offices built in 2005, multi-family built in 1982, industrial built in 1977, and residences built between 1995 and present. FLOODPLAIN: No portion of the property is located within a special flood hazard area, as indicated by the Federal Insurance Administration's Flood Insurance Rate Map, Community Number 190025 283F, dated July 18, 2011. PUBLIC /OPEN The nearest schools are Lou Henry Elementary and Hoover SPACES/ SCHOOLS: Middle School located 3 miles to the northeast and West High School located 3.64 miles to the northeast. The nearest open space is the Prairie Grove Park located 0.62 miles to the southeast. UTILITIES: WATER, There is an 8" Sanitary Sewer Line that runs in Charm Drive to SANITARY SEWER, Southland and a 12" Sanitary Sewer Line in Southland and in STORM SEWER, ETC. Charm Drive north of Southland. There is a 8' Utility Easement along the west side of the property. RELATIONSHIP TO The Future Land Use Map designates this area as Mixed COMPREHENSIVE Commercial: Medium to High Density Residential, LAND USE PLAN: Professional Offices, and Neighborhood Commercial. The proposed site plan amendment would be in conformance with the Comprehensive Plan and Future Land Use Map for this area. STAFF ANALYSIS — The applicant is requesting to construct a 5,184 square foot ZONING building with 7 parking spaces. The space is proposed to be ORDINANCE: divided into two separate shops. The site plan includes a detention pond along the Sergeant Road/US Highway 63 frontage. The building is proposed to have steel siding and roofing with imitation Brookstone Veneer near the entrances, sides and back of the building. There are two proposed monument signs one located at the northwest corner along Sergeant Road/US Highway 63 and one on Charm Drive. The building is proposed to face south with the structure predominately on the northeast side of the property. There will be one customer entrance, one employee door, and two overhead doors for each space. The area in question is zoned "C-P" Planned Commercial District, and this zoning is intended and designed to provide a means for residential and compatible commercial development of tracts of land on a unit basis, allowing greater flexibility and diversification of land uses and building locations than the conventional single lot method. The Zoning Ordinance requires 1 parking space for every 2 people employed at the facility and the site plan shows 7- SPA-South of 2911 Southland Drive Page 2 of Page 486 of 513 February 6,2018 parking spaces. As noted during Tech Review, the planning staff has received a comment from the Condominium Association of the complex located across the street. They stated that they are opposed to the complex but if it is built they would want access off of US Highway 63/Sergeant Road and a limit to who could rent the buildings. Iowa DOT was contacted that they will not allow access off of US Highway 63/Sergeant Road. STAFF ANALYSIS — There is no platting required for this request. SUBDIVISION ORDINANCE: STAFF Therefore, staff recommends that the request for site plan RECOMMENDATION: amendment in the "C-P" Planned Commercial District, be approved for the following reasons: 1. The request is in conformance with the Comprehensive Plan and Future Land Use Map for this area. 2. The request would not appear to have a negative impact on traffic conditions in the area. 3. The request would not appear to have a negative impact upon the surrounding area. And with the following conditions(s): 1. That the final site plan meets all applicable city codes, regulations, etc. including, but not limited to, parking, landscaping, screening, drainage, etc. 2. Sidewalk Constructed along Charm Drive. SPA-South of 2911 Southland Drive Page 3 of Page 487 of 513 City of Waterloo Planning, Programming and Zoning Commission February 6, 2oi8 so A-1 R-R C-2,C-Z 63 K LIN DR -2 A-1 A-1 e� B-P R-3,R-P 5� 63 `c M-2,P ��� R-1 `vim o R- R--" C-2 \� � IP 7<�W04V2Vb'H M-1 z R-4 M-1- --z W.'SHA ULISRDD �7� o a A-1 cr Y U Q 63 N SW of 2911 Charm Drive WE Site Plan Amendment CRF Rentals 1,000 500 0 1..000 Feet Page 488 of 513 City of Waterloo Planning, Programming and Zoning Commission February 6, 2018 �\ ... 2911 Charm Drive \` Property in Question O q, �Q G q. w A ; �2 �O .p Q N SW of 2911 Charm Drive w E Site Plan Amendment s CRF Rentals 100 50 0 100 Feet Page 489 of 513 OJDP suolsinaJ I I I I I I I I-A U99-99Z—M - DMOI `SIIDJ JDPGO NVId 3115 O ADMIJDd ABOIOU4091 los omo 'oo1Ja}oM O O y p D M 6ulJaaui6u3 �� 90 101 AdVd aNVlHinos ti s z w 5 m a U Eo I g w II = R o UO t U N y Z Z_U Q �s w Z z o w v ~CL O W v - NZ ANO �Z zti ti W OUdZ� -opt d WX Z U mmol wad zZ a 5 v w m i- w D; F' J C7¢U>a>Z Ea y mal O� p aiZ'-N C, - Ld .o oUa3 UUo cn¢ ti w�Za�o 8g, Lu .=N Mi ui c6 � J c W w c \ a Z a� U J _ate o o� � a 10WIOlulll/ry�gpr NE4% \ \ / k,h°Ci \ \ \ Q WLU co j co J g cc0 // // aVN > O ~ / / / / Cm of // �\ / s \ \ \\ /W Uw W=-iW co Z ozZ Zao>- 3won m $13 I / o Q000o �m¢w� \ dZ \ / l8 \ aLU z1 / z zoo= �W���o ~�Ld (ngOO 0 Lu \ 32 U \ — ` 4 w�xw�cwi�a z ''ad \� 1� o wr Q w �QzW LU P, �ow oQ� CL S o=m �wwaoo ¢ �C, �z� ¢¢tiv~3UU�z \\ \lg= UN �Q zNzzwa tnW¢U�Z2=i¢ WO�D; to \ \\ W2KW�OOi=o; 21-UOIL W pF-O Q¢U U 00 -(n¢WOo \ O f'g`�b \ \� 6'9,9 L2 8\ \ \ —�\ \� // ❑2 ao suolsinaJ 0 6ZSS-99Z-61£ - DMOI 'SIIpd JDPOO SNOUIGNOO ONUSIX3 cn N M 3 J o M AD/A jJod A601ou438l LOS LDMOI 'oopetoM o 00 6uueaui6u3 PA 8� 10� 1i2�dd aNV]Hinos s O x W O w NO� ww �p wm zw a N w Q C)>O w W H J O J J W W W VI Z Z W W 7 W N > O U p � d}V J }_ »O O W W W Z(n W'H a J U W U ~ ~U O W a a O Z¢p J W 000 o o¢ � awa�a>mw � a � aaw ocoi�� in J \ i U z z C7 VI Ul H U w30ww J W w L� �C7F d U p O O p LU (r (Y Z OOOO U' U' OU' O U' U' O C7 C7 C7 U' OC7 U' O U' wNO N W W O N N Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z p p Z p ✓ O O U W W N (~/I V~i N N N N N N N f% On On On M On N N 0 0 0 0 0 O 0 WM� :2 x x x x x x x x x x X X X x x x x x X x x x d' \� QLUI aacnoowwwwwwwwwwwww w wwww w waaw a o o l l l l l 4 p 00 4 00 C) O \ f �Xx t m ro rn m 1 \ / - y /moi—�cn i �"g��3 698\ 8\ BID P suoisinaJ s 6299-99Z-61£ - WADI 'SIIDd JDpaD SNOUMNOO ONIISIX3 m M ^o a o AD/A jJDd A6oloupol Log l DMOI 'OOIJ91DM p 00 6UPSGUIsu3 rn 0 80 10l Ji2i'dd aNV�H1flOS a -p @ y — Q S � LLLL OP 0 co u�'0 D'0'o 0 0'0'0 'o 0 0 Omco rya aaa a aaaaaa m rn 0 (Do t0 °�o rna� JM�'t mCO MNCO MCO NN MMM Y II II II II II II II II II II II II II II II II @ _ N L Q OL Q O C1 00 �O O -W C 0 LL x x x L x O v.M... .2 s@ 7 C rN O H y Q F F T F N 0 0 O O p m x m L @ E N i i C C U y y O > > @@ y @ L > Q 3 O COO O CQ ll aMNa Co-0 ') 0O..5; N�- 0 @.� 0@ @ 0 N 0 O> @ X O iJ LL O Q LL O o� y p boa yID '0 'a LL 0 � C, c > d Q @ N N @ y J oa @ Y p oa @ mo ° m @ olno ° O °o °'a°i0 ` 22 `@C'j2 a a JMH aaa HLn neo ama w0 af O� �`yby \ ao \ a�w K Iwo ( ILu ^� o LU EL a2 \ LLI o wae / a 0 I/ vNw \\_ M>OW. i DIDDIDP SUDiSinaJ 0 6ZS9-99Z-61£ — DMDI °SIIDd JDPaO NVId DNIAVd V `JNIQV21`J � h� o ADIA IJDd ABoloupal IOS DMOI OOpQjDM I ' DSO N U y 3 J O M BUIJaaUIBU3 PA 80 10� 1i2i'dd GN`d HinOS s J� O O H w W cl;cD \ 4� / Z v / lo 10 w / J o_ Q O LULL IL cli 13 15 / f6 a m \ LyI Z / RF Lq N w \\ q Q�z c� Q I p 02wz � / - °¢o< 9 Q} \ �K5 �w L8 M U(9 8 �^ K Z d 96) '6919 619 s \ 61 \ a rGlDp SUOICInaJ I 6189—M—s l£ — oMol `shadl �opeD NVId ),inti rn o M 3'[-- AoMjJnd Asoloupal log l aMoi 'ooi�ajDm � 6ule8ui6u3 rA 20 10� >RiVd GNV�Hinos co w - - J F _ 10 ZO Z WY . � as Ja Q ti J 0 � =6 w F Z_ _ a LU �o om o � - F o o - - o o �.� - o - o w oam a s ow _ oll ww N LU LL �} Ww \ 0<CD o W d> L zLLU O� \ iO Un UnU �Q� L do �i(� Q J LU \s<8 LL O \ LLI J \ o >U) O w LL > / < \ � o Z w J ow // ^ o I a0 WQ 1 / / \ \ \ \ / >x �\ / \ \ W \ 7 O< o I / 0 .6 Lu 0 Q00 II / \ < 1 Z O LU 'T00w 11 O \ cb \ \ \ \b� 4' \\\ g w\ oo LL0_ \ ` LL LU \ \ \ \ \ OeP \----- / \\\ \ \0 \ \ 0 a D suoisinaJ 0 6ZS9-99Z-61£ - DMDI `SIID3 JDPGO Q% NVId I0diNOO 1N3W1(13S )8 NOISON3 � 0 0 M n M ADMIJDd ABolOU4091 1091 DMO 'OOI.la}DM 2. � 6UIJaaUi6U3 PA 80 101 AdVd (INVlHinos s O i LU J ` — ~ Of U� �v \ LL \slg\ O LLI U $1 \ J Z o�LL $IQ / CD,0 v \ / e � I ¢ S w z in 0 110, a� I / / rn E/g, IL lb \ z /0 w / rnu�LU LL z � 0 °uUi a z 1/ —— U)O w y zcnz 0U)\� z LU Z Owo oQ �< w `�\\ p z ^� Q m w o o Z LL Q \ \\ � LLI O0O W Z= oU OLL O Lu LU LUNLL mz OZ O mW o .. wQ �O oU N7M Uz = LLJ oEnmOf OLL¢O 00 w W \ W ¢ LLz o U)C)5z0 70 70 z<Z \ \ \ \ ooJ IZZ`L d' Z¢ p Z Z \~\\ \ \ \ \ >\ \ Nz ¢ Boa ° Z� �a W J Cl)n ¢ \0 \ \\Z ZZO�Z o rj� o¢ ?Oww \ (new\ _ --� WLL� o W Z \\\\8\ \\ 96> 6'98\Z��\ALL \\ ���0 ¢H tnJ�JwO `�9� L��9\\\ \8 \ i\�z J��yU�Wy�\�\\ j) c��z¢�o�LL�� �z�j�a0pp¢ �Y \\\e!8\fir""`.' \ \��N LU \\—// Z¢v W(vLLU0w� KLdz 000x- W �\\ /) ¢W mCOQmiu ZNLL OFU)ONp�cl ZZ Z�LLJ0Lu� J LLJY OF-jJQ~w¢2'Y OZv LLOfM� nco zoLL w Jai O0U�a0U(n \ \ \ \ \ 0I o � Lop \ « ° q LO A 2 @ co 3 » - k I ± £ .§ c R - odd 4 § - - : ® m § ± c -j u > ± £ L : L ) U) j 7 7 u G U m y L o ± " m o } I ± £ LL � ƒ -------- / j % / \ \ � \ \ / } = L ± @ j ƒ 3 $ / \ 3 % ƒ } ® ? } @ )} @ § ) U Cl) @ j 2 ƒ ^ f } G I 0 \ \ K G f \ - ° L \ _\ \ ) > \ / \ S / \ w / ® ® > \ { ®( $ L IFNI \ % @ . © L : / T / . 2 L O : m LI Site Plan Amendment South of 2911 Southland Drive u j.. Picture 1:Looking east from Sergeant Road/US Highway Picture 3:Looking north along Charm Drive from Site 63 'Y �l i i Picture 4:Condominiums located across street from site Picture 2:2911 Southland Drive to the north of the site Page 497 of 513 « L Y J i Picture 5:Looking west Picture 6:Looking west on north side of property Page 498 of 513 AYYLIUA 11VIN 31 t L F I-Ail t`11-u"4"-LTK %-- �-. - "M-P", "C-P", "B-P", 16S-1" OR "C-Z" DISTRICT CITY OF WATERLOO PLANNING, PROGRAMMING, AND ZONING COMMISSION, WATERLOO, IOWA 319.291.4366 New or Overall Amendment Individual Building Minor change (check one) (Minor Change must be approved by staff) 1. _A__PPLICATION INFORMA'CION: a. Applicant's name(please print): ( � 121" ��C' +'� �C� S u-� Address:1: �Q�L () Phone: '3I c- Fax: City: State: I,k Zip: 1 U;QJO 4 b. Status of applicant: (a) Owner ✓ (b) Other (CHECK ONE): If other explain:-- c. xplain: _c. Property owner's name if different than above (please print): - Address: Phone: Fax: City: State: Zip: 2. PROPERTY INFORMATION: a. General location of site plan to be amended: GS �t - �'lcuy rn f�ry b. Legal description of propert or portion to be amended: l�C ✓k � CNS C. Dimensions of proposed site plan amendment: l L)X d. Area of proposed site plan amendment: e. Current zoning:_ - '? , f< - c f. Reason(s) for site plan amendment and proposed use(s) of property: NJQ�_�Q g. Conditions (if any) agreed to(does not affect existing conditions unless specified): h. Other pertinent information(use reverse side if necessary): LL L—�L�`� Please Note: If applicant is not the owner of the property,the signature of the owner must be secured.If it is the intent to subdivide (split) any land, vacant or improved in conjunction with this request it must go through a platting process (separate from site plan amendment request). The filing fee of$200 (for new or overall amendment), $100 (for individual Building), or$0(for minor change) (payable to the City of Waterloo) is required. This fee is non-refundable. Under no condition shall said sum or any part thereof be refunded for failure of said amendment to be enacted into law. Any major change in any of the information given will require that the request go back through the process, with a new filing fee. If the request is denied no new petition covering the same or portion of the same property shall be filed with or considered by the Planning, Programming, and Zoning Commission until four (4) months have elapsed from the date of denial by the Waterloo City Council. The undersigned certify under oath and under the penalties of perjury that all information on this request and submitted along with it is true and correct. All information submitted will be used by the Waterloo Planning, Programming, and Zoning Commission and the Wo City Council in making their decision. The undersigned au orize City Zoning Officials to enter the proper n q n in regards the request. 13 Sign tune of Ap- lica Date Signal re of Owner Date Page 499 of 513 CITY OF WATERLOO Council Communication Motion approving Change Order No. 2 for a net increase of$1,200 to Woodruff Construction Inc., for additional exterior improvements to Hangar No. 4 at Waterloo Regional Airport. City Council Meeting: 3/12/2018 Prepared: 3/6/2018 REVIEWERS: Department Reviewer Action Date Airport Kaspari, Keith Approved 3/6/2018 - 10:46 AM Clerk Office Even, LeAnn Approved 3/7/2018 - 10:48 AM ATTACHMENTS: Description Type a Change Order Letter of Recommendation from ALO's Cover Memo Consulting Engineer ❑ Change Order No:2 Document Cover Memo Submitted by: Submitted By: Keith Kaspari, Airport Director Recommended Action: Approve the request by Staff to expend the final IDOT Grant funds for FY- 2018. This project allows the use of the final IDOT grant funds of$709.00 for Summary Statement: additional exterior improvements to Hangar No: 4 at Waterloo Regional Airport. Expenditure Required: Total costs for Change Order No:2 is approximately$1,200.00. Funds for Change Order No: 2 will be funded as follows: Source of Funds: 1. $709.00 from IDOT Grant FY-2018; and, 2. $491.00 from Airport Department operating funds -Acct. No: 1371 - Buildings and Grounds Maintenance. This project complies with the City of Waterloo's Strategic Plan, as follows: Policy Issue: Goal No: 3, and Strategy Nos: 3.1, 3.4, 3.5 and 3.7. Goal No:4, and Strategy Nos:4.1 and 4.5. Alternative: No project alternatives were selected for the use of the remaining funds from this IDOT grant. This aircraft storage and maintenance hangar(Hangar No:4) and related shops and support facilities, is owned by the City of Waterloo but is Page 500 of 513 currently occupied by Swieter Aircraft Services dates back to the early 1960's. Current hangar lease is a 20-Year lease that dates back to 1999, with the lease set to expire in early 2019. Background Information: Staff, with this project, including both previous and future use of IDOTR C S VI funds, intends to make as many interior and exterior improvements to the hangar as possible, so that when Airport Staff prepares to enter into new lease negotiations we will be able to justify an increased amount of annual lease rent. Legal Descriptions: Not Applicable for this request by Staff Page 501 of 513 /�_COM Imagine it. /� D 500 SWelivered. 500 SW 7th Street Des Moines IA,50309 USA aecom.com March 5, 2018 Mr. Keith Kaspari Director of Aviation Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 SUBJECT: 2018 CSVI Program IDOT Project No. 91180AL0200 Contract No. 19599 Waterloo Regional Airport Waterloo, Iowa AECOM ID No. 60555170 Dear Mr. Kaspari: Please find enclosed Change Order No. 2 for Woodruff Construction for the above referenced project. Change Order No. 2 provides for asbestos testing, replacement of the pedestrian entrance door to the maintenance shop office area. We have reviewed the costs provided by Woodruff Construction and find these to be reasonable. The change order would result in an increase in project cost of $1,200.00. Funding for this additional work would be from the Iowa DOT Grant in the amount of $709.00 with $491.00 in additional funding required from the city of Waterloo. If you have any questions or require additional information, please feel free to contact our office at your convenience. �Yours sincerely, 1 David B. Hughes, P.E. Enclosure: As noted cc:Mr. Doug Schindel,AECOM P160555170 ALO 2018 CSVI\300 Communications\310 Client\KK030518.ltr.docx aecom.com Page 13U2 of 513 CHANGE ORDER NO. 2 Owner Waterloo Regional Airport, City of Waterloo,Iowa Date March 5, 2018 Project Hangar No. 4 Rehabilitation Owner's Contract No. State Contract No. 19599 Contractor Wood Construction,Inc. Date of Contract Start November 29, 2017 You are directed to make the following change in the Contract Documents. Description: ITEM DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. PRICE 105 Replace Steel Entrance Door T&M $ 1,200.00 1 $ 1,200.00 TOTALS $ 1,200.00 Reason for Change Order: Item 105—The entrance door to the maintenance shop office area is of original construction and is in poor condition and in need of replacement. The door, door hardware,threshold, and weather stripping will be replaced. The door, frame and wall will be painted upon installation. Work will be completed at a time and materials cost not to exceed for this item. Hangar#4 Rehabilitation CO-2 Project No—60555170 1 Page 503 of 513 CONTRACT PRICE CONTRACT TIMES (Calendar Date) Substantial Final completion completion Original: $ 65,522.00 Original: 4/20/2018 Previous C.O.s (ADD): $ 8,454.00 Previous C.O.s (ADD): 0 This C.O. (ADD): $ 1,200.00 This C.O. (ADD): 0 Contract Price with all REVISED: 4/20/2018 approved Change Orders: $ 75,176.00 It is agreed by the Contractor that this Change Order includes any and all costs associated with or resulting from the change(s)ordered herein,including all impact,delays,and acceleration costs. Other than the dollar amount and time allowance listed above,there shall be no further time or dollar compensation as a result of this Change Order. THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL STIPULATIONS AND COVENANTS OF THE CONTRACT SHALL APPLY HERETO. RECOMMENDED: By: Engineer(Authorized Signature) Date APPROVED: By: Owner(Authorized Signature) Date ACCEPTED: By: Contractor(Authorized Signature) Date Hangar#4 Rehabilitation CO-2 Project No—60555170 2 Page 504 of 513 CITY OF WATERLOO Council Communication Resolution approving the FY2019 budget with a total tax levy rate of$17.7326 and property and excise tax askings in the amount of$41,095,303. City Council Meeting: 3/12/2018 Prepared: REVIEWERS: Department Reviewer Action Date Finance Felchle, Kelley Approved 3/9/2018 - 12:27 PM ATTACHMENTS: Description Type ❑ Dept. of Management Email Backup Material Submitted by: Submitted By: Michelle Weidner; Chief Financial Officer Per Iowa Code §384.16(1-5)the city is required to adopt a budget via resolution in order to expend funds. Attached to this communication is an email Summary Statement: from the Iowa Department of Management explaining this requirement and the grave ramifications for the failure of a council to adopt a budget by resolution. The rate and askings on the agenda are the maximum amount that can be adopted if the council does not adopt a budget by March 15, 2018. Page 505 of 513 MICHELLE WEIDNER From: Nellesen, Ted <ted.nellesen@iowa.gov> Sent: Friday, March 09, 2018 4:18 PM i To: MICHELLE WEIDNER Subject: FY201.9 City Budget Follow Up Attachments: Waterloo_Analyses_03-09-2018.xlsx Michelle- As we have discussed on the phone,the City will still need to adopt a budget via resolution in order to be allowed to tax and expend money per 384.16(1)to 384.16(5) of the Code of Iowa. Section 384.16(6) states that the penalty is applied to this adopted budget. If the City fails to adopt a budge via resolution, no property taxes will be collected and no expenditures will be allowed from the City for FY2019. The penalty enforced will be that non-debt service property taxes will be held to an amount that is no higher than the amount of$32,027,948 from FY2018. Expenditures are not held to the FY2018 level, they are only limited by not being allowed to exceed the amounts that were published for the public hearing. I' Attached are the analyses we discussed: Gain/(Loss) of taxable value by city, tax rate changes in the top 10 population cities. Let me know if you need anything else or if i can help in any way. Regards, Ted J. Nellesen i' Iowa Department of Management State Capitol Building, Room 13 1007 East Grand Avenue Des Moines, IA 50319 ted.nellesenkiowa.gov (515)281-3705 i Page 506 of 513 CITY OF WATERLOO Council Communication Board of Adjustment meeting minutes of November 28, 2017. City Council Meeting: 3/12/2018 Prepared: 3/5/2018 REVIEWERS: Department Reviewer Action Date Planning& Zoning Schroeder,Aric Approved 3/5/2018 - 4:01 PM Clerk Office Higby, Nancy Approved 3/6/2018 - 10:46 AM ATTACHMENTS: Description Type D BOA 11/28/17 minutes Cover Memo SUBJECT: Board of Adjustment meeting minutes of November 28; 2017. Submitted by: Submitted By: Page 507 of 513 MINUTES OF THE WATERLOO BOARD OF ADJUSTMENT REGULAR MEETING HELD ON November 28,2017 IN THE HAROLD E. GETTY COUNCIL CHAMBERS, CITY HALL Chairperson Shimp called the regular meeting of the Waterloo Board of Adjustment to order at 4:00 p.m. Board members in attendance were: Shimp, Reisinger, Chizek, and Condon. Board Members Absent: Goldsberry. Staff in attendance was: Western, Dornoff, Hyberger and Schroeder. I. Approval of the agenda November 28, 2017 agenda. It was moved by Condon and seconded by Reisinger to approve the agenda as submitted. Motion carried unanimously. II. Approval of the Minutes of the Regular Meeting on. October 24, 2017. It was moved by Chizek, seconded by Reisinger to approve the minutes of the October 24, 2017 Regular Meeting. Motion carried unanimously. III. Decision Items 1. A request by Cedar Valley Catholic Schools for four variances to allow for the placement of a new 132 SF Wall Sign for Columbus High School at 3231 W 9th Street with the following variances: 1) Variance to allow signage on all 4 sides of each building: 2) Variance to allow for one self-illuminated sign: 3) Variance to allow for more than a total of 64 SF of signage to allow for 664 SF of signage on campus,which is 600 SF more than allowed per ordinances and 4) Variance to allow one sign to exceed 12' in height in the "R-3" Multiple Family Residence District. Hyberger Gave Staff Report. Condon asked for clarification of the request. Hyberger further explained that some of the signs where installed without approval in the past. Shimp asked if the fact that one of the signs being approved is a dedication to his grandparents is a reason to abstain. Hyberger stated that it is not. It was moved by Chizek, seconded by Reisinger to approve the request for four variances to allow for the placement of a new 132 SF Wall Sign for Columbus High School at 3231 W 9th Street with the following variances: 1) Variance to allow signage on all 4 sides of each building;2) Variance to allow for one self-illuminated sign;3) Variance to allow for more than a total of 64 SF of signage to allow for 664 SF of signage on campus, which is 600 SF more than allowed per ordinance;and 4) Variance to allow one sign to exceed 12'in height in the "R-3"Multiple Family Residence District The Motion Carried unanimously. 2. Election of Officers Shimp stated that due to his election to the Ward 5 City Council Seat, his will be resigning. Western discussed not having a December meeting. Condon stated that there were items he thought needed to be on the agenda for December. Schroeder and Western explained that those items are on hold for various reasons. The board discussed potential new members for 2018. Schroeder stated that there two new members so far and staff is working to find a third. It was moved by Chizek and seconded by Reisinger to approve Condon as the new Chairperson. The Motion Carried Unanimously. It was moved by Condon, seconded by Reisinger to appoint Goldsberry as Vice Chair. The Motion Carried Unanimously. Page 508 of 513 BOARD OF ADJUSTMENT November 28,2017 Minutes Discussion None IV. Adjournment It was moved by Reisinger,seconded by Condon, to adjourn the meeting at 4:20 p.m. Motion carried unanimously. Sincerely, Chris W. Western Planner II/Brownfield Coordinator Page 509 of 513 CITY OF WATERLOO Council Communication Waterloo Water Works Board of Trustees meeting minutes of February 20, 2018 on file in the Waterloo City Clerk's office. City Council Meeting: 3/12/2018 Prepared: 2/28/2018 REVIEWERS: Department Reviewer Action Date Water Works Mahler, Matt Approved 2/28/2018 - 2:02 PM Clerk Office Higby, Nancy Approved 3/5/2018 - 9:21 AM ATTACHMENTS: Description Type a LEGAL NOTICE OF MINUTES - FEBRUARY Cover Memo 2018 SUBJECT: Waterloo Water Works Board of Trustees meeting minutes of February 20, 2018 on file in the Waterloo Citv Clerk's office. Submitted by: Submitted By: Matt Mahler, General Manager Page 510 of 513 Board of Water Works Trustees held their regular meeting on Tuesday, February 20, 2018, with Mary Potter, Chair, and Ron G. Welper, Trustee; present. Also in attendance: Bruce Jacobs, City Council Liaison, Steve Schmitt, City Council Liaison; Rick Wilberding, Distribution Department Manager; and Matthew L. Mahler, General Manager and Secretary. Scott Wienands, Vice-Chair,was absent. The Board approved to adopt: the agenda; the minutes of the regular meeting of January 17, 2018; the Monthly Financial Report; the Monthly Revenue and Expense Summary; a resolution to cause$3,811.00 for service line repair to be assessed to the property taxes of 618 Independence Avenue; a resolution to cause $2,755.00 for service line repair to be assessed to the property taxes of 520 Elm Street; a resolution to cause $1,139.48 for service line termination to be assessed to the property taxes of 410 Mobile Street; a resolution to cause $594.87 for pave box repair to be assessed to the property taxes of 1454 Lyon Avenue; a motion to receive and place on file the cancellation of Public Official Bond for Terry M. Kuntz; a motion to receive and place on file the Public Official Bond for Trustee Ron G. Welper; a resolution to approve updated overhead percentages; a resolution to approve completion of project and acceptance of public improvements for the City of Waterloo 2016 Street Reconstruction Program-Division II Water Main Replacement Project; a resolution to approve completion of project and acceptance of public improvements for the 2017 Pavement Repair Project; a resolution to approve agreement with the City of Waterloo regarding the 2018 Street Reconstruction Program-Division II Water Main Replacement Project; a resolution approving preliminary specifications, bid documents, etc., setting the date of Public Hearing as the March 2018 Board of Trustees meeting for the 2018 Street Reconstruction Program-Division II Water Main Replacement Project, and to instruct the General Manager to publish notice of plans, specifications, taking of bids, and notice of public hearing; a resolution to approve agreement with the City of Waterloo regarding the 2018 University Avenue Reconstruction - Division II Water Main Replacement Project; a resolution approving preliminary specifications, bid documents, etc., setting the date of Public Hearing as the March 2018 Board of Trustees meeting for the 2018 University Avenue Reconstruction - Division II Water Main Replacement Project, and to instruct the General Manager to publish notice of plans, specifications, taking of bids, and notice of public hearing; a resolution to approve Engineering Services Contract with Wayne Claassen Engineering and Surveying, Inc., for the Denver to Vermont, and Coachman to Upton to Christensen Water Main Loop Project, and to authorize the General Manager to inquire and negotiate the purchase of a public utility easement, if necessary; a motion to receive and place on file Appraisal Report of prospective tower property located along West Shaulis Road; a motion to receive and place on file Appraisal Report of Water Works property located along Dysart Road; a motion to receive and place on file Appraisal Report of prospective well property located along Dysart Road; a motion to engage the owner of the prospective well property located along Dysart Road in a land purchase option agreement; a motion to authorize inquiry regarding permanent easements for Independence Avenue Water Main Extension Project; a motion to authorize the General Manager to engage the City of Raymond regarding development of a revised 28E Agreement for water service; and to set the date of the next regular Board meeting as Wednesday, March 21, 2018 at 8:45 a.m. Payment of the following bills: ABM Janitorial Services 1,041.50 Advanced Systems Software Upgrade 350.00 Air Management Supplies 50.90 Aramark Uniform Services 271.48 Aspro Supplies 961.20 Automotive Service Solutions Services 206.99 AWWA Dues 90.00 Black Hawk County Auditor Water&Sewer Bond 34,766.82 Black Hawk County Treasurer, MIS Services 7.63 Black Hawk Electrical Co. Services 1,442.85 Black Hawk Waste Disposal Services 104.00 BMC Aggregates Supplies 2,740.99 C and C Welding Supplies 72.07 Campbell Supply Supplies 238.29 Page 511 of 513 Cedar Valley Sportsplex Payroll Deduction 604.98 Cedar Valley United Way Payroll Deduction 125.00 CenturyLink Services 213.45 Charles Schwab Institutional Payroll Deduction 49,641.10 City of Raymond Sewer, Garbage &Yard 27,326.00 Waste City of Waterloo Sewer& Garbage Deposits 7,166.00 City of Waterloo Sewer, Garbage &Storm 1,146,148.70 Water Clapsaddle-Garber Assoc. Services 2,990.00 Cogsdale Corp. Software 4,175.00 Continental Research Supplies 1,105.31 Courier Communications Legal Ad 71.52 Des Moines Area Community Seminar 175.00 College Dex Media East Services 33.50 E. H. Wachs Supplies 151.50 Electronic Engineering Services&Supplies 1,183.60 Evansdale Truck&Trailer Services 104.00 Fastenal Supplies 270.00 Fifth Street Tire Supplies 1,412.91 Fisher, Shawn Reimbursement 296.66 Frickson Bros. Excavating Repairs 6,153.93 Gierke-Robinson Supplies 343.71 Goodyear Commercial Tire Services 374.00 Hach Co. Supplies 3,077.08 Harrison Truck Centers Supplies 354.36 Hogan-Hansen Services 479.40 Iowa Dept. of Natural Resources Operator Fees 90.00 Iowa Municipalities Workers' Insurance 4,249.00 Compensation Association Iowa One Call Services 260.10 Iowa State University Workshop 90.00 IPERS Pension 14,862.62 IWI Motor Parts Supplies 49.86 Kelly Services Services 773.06 Kerns, Steve Reimbursement 50.00 Kwik Trip Fuel 3,208.78 L.J.'s Welding & Fabrication Supplies 822.00 Larson, Travis Reimbursement 76.23 Mahler, Matthew L. Reimbursement 57.70 Menards Supplies 155.69 MidAmerican Energy Gas, Power& Electric 1,473.09 Morgan, Mark Reimbursement 23.50 Murphy Tractor& Equipment Supplies 269.38 Mutual Wheel Supplies 168.18 Napa Auto Parts Supplies 362.79 Nilles Associates Services 1,790.00 Northland Products Supplies 61.13 Office Concepts Supplies 492.00 P & K Midwest Supplies 75.22 Payroll 110,401.73 Pocketful of Posies Supplies 50.00 Postmaster Postage 1,863.40 Professional Office Services Services 7,793.42 Public Employees Credit Union Payroll Deduction 14,182.50 R Company Repairs 8,456.00 Radio Communications Services 126.00 Ray Mount Wrecker Services 250.00 Refunds 2,486.26 Sandee's Ltd. Supplies 84.00 Schumacher Elevator Services 527.38 Scot's Supply Supplies 593.26 Sensus USA Supplies 11,668.61 Page 512 of 513 Service Signing Services 350.00 SJE-Rhombus Services 1,250.00 Smutz, Gabe Reimbursement 75.00 State of Iowa Treasurer Sales Tax 41,676.00 Storey Kenworthy Supplies 962.18 Sun Life Financial Insurance 7,046.07 Swisher& Cohrt Legal Services 518.00 Teamsters Local Union#238 Payroll Deduction 990.00 Treasurer, State of Iowa State Tax 8,486.00 U.S. Cellular Services 64.68 Union Pacific Railroad Permit 505.00 UnityPoint Clinic-Occupational Annual Dues 60.00 Medicine US Dept. of Treasurer Federal Tax 52,559.09 Utility Equipment Supplies 24.70 Van Wert Inc. Services 4,496.10 Vogel,Wes Reimbursement 267.00 Voya Institutional Trust Payroll Deduction 11,981.00 Watco Construction Repairs 4,890.00 Waterloo Water Works Reimbursement 12,232.04 Wellmark Blue Cross Blue Shield Medical Insurance 58,566.69 Wilberding, Rick Reimbursement 50.00 $1,691,313.87 WATERLOO WATER WORKS ATTEST: Secretary Page 513 of 513