Loading...
IP #901COUNC1! Request for Action � # Originating Department Approved for Agenda Agenda Section Work Session Parks and Recreation December 19, 2011 Item No. By: Susan Rader, P&R Director By: Kirk McDonald, City Manager Jim Corbett, Recreation 11.2 Facilities Manager Discuss interior Ice Arena improvements Requested Action Staff recommends that the City Council discuss possible improvements to the interior of the Ice Arena. Background This fall, the city has been successful with a roof replacement over the north sheet of ice. In addition, the north sheet of ice will be shut down from late March until the beginning of August for needed replacement of the north sheet and mechanical equipment. Additionally, the painting of the entire exterior of the building will take place in the spring. These much needed improvements do not include any interior cosmetic improvements. Staff feels that this would be a perfect time to implement some updates to the arena lobby, office area and community room, and look forward to discussing a strategy with the Council. In the lobby there are places where the file flooring is breaking apart, sheetrock in the entry is starting to peel from roof leaks, and it is very dark with the wood paneling. The office area is very visible to the public, having windows along two sides. Some of the furniture is original or hand me downs that are just as old. One desk is held together with duct tape. The community room has light fixtures that are very outdated and the kitchen area is in complete disrepair. Several of the appliances no longer work and the cupboards and accordion door are falling apart. There are several projects that have been listed in CIP through 2015 that will be taken care of as part of the current improvement project, including infrared heating, replacement of the north floor and bleacher stairs, mechanical improvements and project costs. This amounts to approximately $3.3 million. In 2011, an additional $10,000 was earmarked for the community room kitchen improvements. Motion by Second by VU I \RFA\P&R\ARENA\Discuss interior arena improvements anis Dec 2011.docx Request for action December 19, 2011 Page 2 Staff would be interested in working on a proposal that would use the existing space and update it to create an environment that is clean, comfortable and welcoming. Recommendation In conjunction with the Ice Arena study, completed by Scott Ward of Stevens Engineering and in partnership with 292 Design Group from New Hope, many ideas for cosmetic improvements to the entry, lobby and community room were discussed. If the Council supports moving forward, staff requests that Mr. Ward and the 292 Group be contacted for their ideas on how to proceed and possibly submit a proposal to assist staff through this process. Staff would bring the proposal back to the Council for further discussion. Attachments Pictures of arena lobby, office area and community room Copy of the C1P listing for 2010, 2011, 2012 and 2015 Excerpts from 2010 Ice Arena Study Conceptual Estimate of three concepts I:\RFA\P&R\ARENA\Discuss interior arena improvements WS Dec 201 I .docx - -A5 err w L N 14 O O O O P, � O N V N O n V O O OD O O O O O O O cl O O 0 1V N � H N� N LO LL O O A [LG O V V r O A v O O O V O O O O O O cn O O M CO A N N � [O N LL. N r O r] [U a `m t ii W o � � rn v rn v c C7 CLU W N L C LL W 0 In� Of c �k W c p W c E LL 0 U) a d c 9 O `m = E LLI zL '$ E v a w U U) 0 r O N Q co w W g � r r r o w 7 o. b m C m C y C c a m C c c C C m C d C r r r r r r r r O o r c C r O O N O N N w N Co Iq D a o a it O a rte. N 0) o m m R D a a O '6 O N D a O N O N O N O N 3 o N O U O N O N O N frl 0 O C O C O C 0] 0 a 3 C d _ O O O O O O O O C 41 C� ) ?O C = �1 C C C f0 .0 C E E m a C a C m w J O E f0 c @ a m a m v m v m v N v _m a _N w Q U M u M IE C c .(q s m U ec U W U m U ` as U m V m V I� E C R N .S 9 C O N }r 3 L L L 7 7 3 3 7 7 L L L c 7 L c 7 L 7 L L LP uJ L L n a v t a t- v v t g- E E E E E E E_ a m cD co O7 IO M in W IO �r V LO ILS 00 O O co co Co. 0 O V W O r N r 000 m m O N O N IO r C6 N I!'i N to ui CN7 O U o 0 o a a o 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 o a o 0 0 0 O N O N NC:, O N O N O N O N O N O N O N O N O N O O N N O N O N p N O N O N O N O N O N O N O N O O O -� N N N A C p N m O U o 'C 07 b C N N V Q y 5 01 ' q� L N m j N C O. N H "CC G 0] O M a ICE E N = jl C m V C O 3 5 'D O Y7 C D jSE Cy �y N C p y OU N V m a d C m .� E O 0) N L N U v C 'aIE] L e' D L C N a O U �_cm Q C 7 y .O O C Ol Q C 'C D t ,l0 7 L N n� O � C y0 C _� G C p C Q, O L N E (Ii !A LL _ a U N C N "5 rq ` N rd y N N p A E 7 Q C E c6 J aLw O O O '� C � N E '� O) � 6 V E N C E 2 E U H 0 03 W l6 L6 I6 a¢¢¢¢ [g L 0 C7 0 C7 U C9 O a0 [° °1 in [f] N T OOi Nf° c0,� (n° rn O co wr M G ° 7 F LL m w LO O 0 47 0 0 0 O o co O N � O r n N W rn M e- m m cq m C 01 7 LL Y b EL Q d E O O C 0 Cf Lmi U a ° � LL O � F a � o LL F G -C N O d 3 m m N 0 IL S E y o m o 16 E n a m m M r r N V (iO r m m a m s ° m m O v a m 'lob °17 C_ O m p d C a r O Cl 0 O O o m U m m m m m m m a N m m m E m r C 0 C O° 0 N N N N •- N C C a G a 1d ° C ° �9 U 3 r C - O Q C C o w .7 c ^ N rY Cl C O c •m c •ti a a m m C C T C L] C > L j 0 O Cl O u N w N a .. N ` m N m a0 m m mU o 0 o U —R 5 0 'o '° L 'a c m m E ? `m `m E `m `m v N a _� 't -E n EO a d a t V m fTl 0 0 C ° L% U U c C m c own U 2E v U O _ xwx Flf W c ca W Ud W 'E E C� C U j_E L L L L W L L L L 3 L L L 6/ L L L ° z E E E E a V m 0 cO O O O N p� m N tD M N �° O r, Q m N *0 m m Oi 11 2 (J N a N N N N N N pr N N O pr O O N N N N N T N o o N N a N O O N N c 1 c t m p mCLW m fk m a) � rn a23 pL m o a R E c $ a m m E m a 3 °o E Z E 0m LD 1 m ii 3 .cmEm �0b I °m d=-e oc CL E �•E` �"a aw°N 12a Jr amo EgE UE o 0 0 0 0 g um Eo ° b d m a Q a ad �°E g _ , Inq co /»cmLn 04 =� f e " - © 2 Rm L 2 § [ ( § ° R [ LO° 2 a § k LO � 2 � . §A $¥ Pw )� }) 2 ■ » � J - ■� { k } ze �E A q a e-5 _§f2 E13■3 { ) k / 22 \«R� 2�2 43 0 e CL \ ) / \ \ / / \ f 2 ({ � CD ) Lo ) 2©\« f \ | t 6 d |m Cj ) k 2 f \ ) )) k = - - - _ - _ 0 ! E | | LO CM LO �2 0$ 2 7CO p �) § � co N CD N 0 � § / I 2 a _ §! § .•; / § - \ k k 2E§ _ \ § ■\ / t j/ o a k � 2 ° / s- tm ■ a F /] e 2_ ) k 2§ 7\ -02 I£g){ g t 2® $ p $ $ t ! cl ! @ ) k § / K It 2 g r40 co L� LO C3 § ~Cl 0 LL % � k 2 ° a 2 � k� k� ° l® B � § � �CL ) � !� zg %E cn e� k§ � /} �( ` }SZ; - - �� /f k§k�k a E; $ ° ) §{ ■ 2� \ | § $ �« [ ; 2 - � �m ] 00m § E e ke 2m a 0 -� �I ) - g �o in iv 0 CD �CD / M, /» f E m 0 k f§§ e� E ƒk 1? \ 10 �_/ 8 0 § 2@�� •2 _| &|2 �f 22E ® k k p�f #a E 0 2 « IPL du) £I (Lo� NEW HOPE ICI: ARENA — ENGINEERING STUDY Existing public toilet facilities do not meet current ADA accessibility codes. * There is a roof leak at the vestibule. * A resilient type flooring is envisioned for the walking track to make the track more user friendly, currently the track surface is painted concrete. Current varsity team rooms do not have access to toilet/shower facilities from within the locker room. The desire is to create toilet/shower facilities that are directly accessed from the varsity locker rooms. Currently players need to wrap themselves in a towel and walk out into the public hallway to go to the showers. planning pracm The planning process consisted of a kick-off meeting on February 25, 2010 with City Staff to discuss overall project goals that are listed at the beginning of this report. On March 24, 2010 a meeting with the Ice Arena Committee was held at the ice arena to discuss the projects goals and to discuss ideas for the future of the ice arena. These items included the renovation of the lobby, team rooms, track upgrades, community room, refrigeration, mechanical, and electrical systems. With the input from the committee, 292 Design Group began conceptual design work on the overall facility. On April 14, 2010 292 Design Group presented cwo concept designs for the community rooms, team rooms, and lobby. The pros and cons for each concept is as follows: Community Room Concept A (See Figure 1): Pros: Relocates the stair from the lobby in a north south direction which helps free up space in the lobby. Utilizes existing elevator. Locates catering kitchen, toilet room, storage. and office at top of stairs creating good visual control of the entry. Deliveries to the kitchen are convenient. Creates an entry way to the main community room space, and this area can also be used as a waiting area for parents picking up their children. Photo P-31: Additional signs of exterior moisture problems at the roof overhang where the roof connects with the lobby. Photo P-32: Paint flaking off face of concrete block in the North Rink is a contlnuous maintenance item. No handrails on the stairs is a safety concern. Photo P-33: There is very little storage space available in the facility. NEW HOPE ICE ARENA —ENGINEERING STUDY Cons: Congestion near the entry to the community room. r Existing building plumbing is not convenient to location of new kitchen and bathroom. New kitchen, bathroom, office spaces encroach on useable community room space. Community Concept B (See Figure t): Pros: Relocates the stair from the lobby in a north south direction which helps free up space in the lobby. * Utilizes existing elevator. Locates catering kitchen, toilet room, storage and office to the rear of the community room space which helps clear up congestion at the entry. Increased square footage by 180 SF of space by building out north east corner. + The main community room space is flexible for a variety of activities. New kitchen, toilet room, and office are located adjacent to existing facility plumbing. Cons: • New kitchen is at the far end of the space making deliveries more cumbersome. s Once you get to the top of the stairs you are immediately in the space, does not provide an entry space for waiting. Lobby Concept A (See Figure 2): Pros: * Enlarges and combines separate lobbies by removing wall that currently separates the two rinks. Creates a larger entry vestibule. Relocates office function adjacent to entry, creates a central control point for the facility. a Relocated office creates opportunity to enhance building exterior. 6 Relocates stair to community room to create more centralized lobby space. Redesigns concession area with a central service window Replaces existing wood framed windows between north rink and lobby. Updates public restrooms to meet current ADA code. W Keeps existing elevator in current location. Photo P-34: Very few improvements have been completed on the existing community room. Iff Photo P-35: The existing kitchen in the community room is very confined and outdated. Page 49 of 74 NEW HOPE ICE ARENA —ENGINEERING STUDY Cons: Expensive and extensive renovation project. Keeps elevator in current location which is an obstacle in the expanded lobby. Serving window to concessions divides the lobby. Lose rink access control for varsity events because the wall is removed between the two existing lobbies. Lobby Concept B (See Figure 1) Pros: Pushes entry out to the east helping to increase the lobby size. Relocates stair to community room to create more centralized lobby space. No work in concessions area. Remodel office area. Updates public restrooms to meet current ADA code. Replaces existing wood framed windows between north rink and lobby. New walking track added to north end of south rink, eliminates need for walkers/joggers to walk through lobby 0 Less expensive option because main spaces are not being relocated or renovated. Cons: Enlarged lobby is undersized for a facility of this size. Site lines from lobby area of south are compromised if the track is installed inside the arena, the track will prevent you from seeing the north goal. Lose rink access control for varsity events because the wall is removed between the two existing lobbies. Team Room Concept A (See Figure 3): Pros: • Minimal impact on interior of existing rink. • Maintains existing toilet and showers, and varsity team rooms. • Adds new toilet and shower facilities to the exterior of the building. No work required in coaches rooms. Less expensive option because the existing facility is minimally impacted with construction. Cons: .N Requires relocation of trash enclosure. • Requires relocation of existing transformer. • Results in the loss of approximately 8-10 parking stalls. Photo P-36: The existing lobby Is on the smaller side for a facility of this size Photo P-37: Existing walking track, Mby and concessions area in the South Rink, Photo P-38: Existing varsity team ruum. Page 50 of 74 NEW HOPE ICE ARENA— ENGINEERING STUDY Team Room Concept B (See figure 3): Pros: • No exterior construction to west side of existing arena, results in no loss of parking stalls. • Provides toilet and shower facilities for the visiting varsity team. • Creates new coaches offices to the south of the arena. • Creates a new larger youth team room to the south of the arena. • Electrical transformer and trash enclosure do not need to be relocated. • Opportunity to create second floor space above new team room and coaches offices. Cons: • Requires extensive interior construction, resulting in loss of use of team rooms for a period of time. • Results in loss of existing storage room. • Potential to be expensive because of amount of plumbing work required on south end of arena for new toilet and shower facilities. • Coaches offices are far removed from the varsity team rooms, adult supervision of team rooms is more difficult. On May 13, 2010 a series of revised concepts based on input from the first Concept design meeting and comments received from committee members were presented to the committee. The two primary additions to the study were the inclusion of a gymnastics gyrh and a large expansion to the existing lobby. The pros and cons to each scheme are presented below: Lobby Concept 1(See Figure 4): Pros: Relocates offices adjacent to the entry. Pushes entry out the southeast, creating a better visual marker to 49th avenue north and the parking lot. Lobby space increases. • Leaves existing elevator intact. Opens up south rink lobby to north rink lobby. • Concessions is centrally located with a serving window to each side of the lobby. • Opportunity to incorporate the history of the New Hope Hockey and Arena into the entryway by designing display cases around the existing structure. • Existing toilet rooms would be updated to meet current ADA guidelines. Page 51 of 74 NEW HOPE ICE ARENA — ENGINEERING STUDY Cons: • Existing elevator creates an obstacle in the lobby. • Control of access into each arena is more difficult, especially for large events. A control person will need to be positioned at the large event entry. This will take a different operational philosophy than how the building is currently controlled. • Relocation of offices is expensive. Community Room Concept 1: Pros: 0 Creates a meeting/dance room to the east, allowing for two dance classes or meetings to happen simultaneously. ® Allows for exterior windows to be incorporated into the design to bring natural light into the meting/community room. • Kitchen and support facilities are located to west of the facility adjacent to existing plumbing. • Creates a small waiting space at the top of the stairs. Cons: • Does not create the one large community meeting room space as Option A. • Does not allow natural light back into large community room. • Does not create a lounge area which is a nice feature when hosting larger functions. Lobby Concept 2 (See Figure 5): Pros: • Removes elevator from center of lobby and locates it along with the stair to the upper level adjacent to the front entry thereby opening up the lobby as a gathering space. • Relocates offices to east side of lobby adjacent to entry, creates a very good control point for the arena. • Creates great views into each arena from the lobby, opportunity to add tables and chairs and lounge type seating. Concessions is centrally located with a serving window to each side of the lobby. • Opportunity to redefine and update the building exterior with the office and stair relocation to the east side of the arena. Existing toilet rooms would be updated to meet current ADA guidelines. Page 52 of 74 NEW HOPE ICE ARENA— ENGINEERING STUDY Cons: • Relocating the elevator and stair is expensive. • Relocation of offices is expensive. • Control of access into each arena is more difficult, especially for large events. A control person will need to be positioned at the large event entry. This will take a different operational philosophy than how the building is currently controlled. Community Room Concept 2 (See Figure 5): Pros: • Enlarged community room space. • A lounge with a fireplace is incorporated into entry space creating a great atmosphere for wedding receptions, family reunions, etc. The lounge space can also be used for larger dance classes or as overflow space. • The community room has its own sense of entry with the relocated stair and elevator. • The bridge connection allows for the opportunity to create a highly festive and energetic entry by opening it up with glass to the exterior. People outside will be able to see activity inside the building. • Allows for a tremendous amount of exterior windows to be incorporated into the design to bring natural light into the community room. • Kitchen and support facilities are located to west of the facility adjacent to existing plumbing. Cons: • The expense to build out over lobby. Team Room Concept A (see Figure 6): Pros: • Creates large team rooms that allow the JV and Varsity programs to share the same team room, also the team rooms have a separate area for changing out of street clothes. • Coaches' offices are located between the team rooms this helps maintain supervision over the team room area • The new visitor team room has its own toilet and shower facilities. • Ability to create space above the new visitors team room and team room four which could be accessed from the walking track above. Page 53 of 74 NEW HOPE ICE ARENA— ENGINEERING STUDY Cons: • Expansive build -out to the west is expensive. 16 parking stalls are lost due to the expansion. • Trash enclosure and electrical transformer need to be relocated. Team Room Concept 6 (See Figure 6): Pros: • No exterior construction to west side of existing arena, results in no loss of parking stalls. • Provides a new JV team room with toilet and shower facilities. • Creates new coaches offices central to the team rooms to help maintain supervision over this area of the arena. • Creates a new larger youth team room to the south of the arena. Electrical transformer and trash enclosure do not need to be relocated. • Opportunity to create second floor space above new JV Team Room and Team Room 4. • Maintains toilet and shower facilities that are available to other teams and the coaches. Cons: • Requires extensive interior construction, resulting In loss of use of team rooms for a period of time. Results in loss of existing storage room. • Potential to be expensive because of amount of plumbing work required on south end of arena for new toilet and shower facilities. Gymnastics Gym Concept A (See Figure 8): Pros: • Provides a new gymnastics gym to serve the community. • Located adjacent to main entry enables very good operational control over the entire facility. • Expands the services that the New Hope Arena provides, making it more of a true community center. • Additional toilet rooms to serve the gymnastics gym along with current arena patrons. Provides an expanded lobby and separate distinct access to upper level community rooms. • Opportunity to create an updated image to the overall facility. Office is located adjacent to main entry allowing for visual control over both ice sheets, gymnastics gymnasium, and access to upper level community rooms. Page 54 of 74 NEW HOPE ICE ARENA- ENGINEERING STUDY Cons: • Lose approximately 23-30 parking stalls. • View of front entry is obstructed from 06 Avenue North. Turns the current ice arena into a community center operationally. Proposed Building Upgrades: Based on the Ice Arena Committee meetings and site observations the following items along with the work identified on the concept plans are being recommended by the design team as building element upgrades: • Handrails at existing concrete bleachers: This includes the addition of handrails at the bleacher stairs for the north rink. This will allow for safer access up and down the bleacher for spectators. • Repair concrete steps at north rink: This includes the demolition of the existing south stair of the north rink bleachers, and replacing with new concrete stairs including a vapor barrier. The stairs would then be covered with rubber flooring. • Re -paint exterior of building: Exterior painting consists of power washing the entire concrete block and precast concrete exterior of the existing facility and repainting it. The existing paint is faded and beginning to peel in various areas and is In need of repainting. • Rubber flooring at south rink concourse: Rubber flooring is being proposed to create a user friendly walking surface around the south rink concourse. This allows the ice rink to provide a terrific space for walking which consistently ranks as the number one fitness activity in the United States. The proposed surface is a Mondo Sport Impact rubber flooring system which is a non -slip resilient flooring surface with excellent resistance to heavy wear and tear, cutting or ripping and has a anti -bacterial surface. This product is used in a variety of sports facility because of durability and ease of maintenance. Page 55 of 74 NEW HOPE ICE ARENA — ENGINEERING STUDY New roofing at north rink: Includes a complete tear off along with replacement of damaged insulation. The current roof system is getting towards the end of its useful life and consideration should be given to replacing the roof in the next 4 to 7 years. The recommended new roof membrane would be a thermoplastic roofing membrane which comes in white or tan and is excellent at reducing the heat island effect of roofing. This type of roofing is an excellent choice for ice arenas because it reflects and minimizes the heat gain to the facility. Also, an alternative budget number was provided if the roof insulation value were increased to an R=30 for the rink, this would help reduce energy use of the facility. Masonry Repair: consists of cutting out existing deteriorated concrete block and replacing with new concrete block units that match existing. In numerous areas the existing concrete block is crumbled from moisture migration and then freezing and thawing of the moisture within the block thereby causing it to crumble. It is also recommended that the existing grade along the building be redone so it slopes away from the building. The existing grade slopes into the building because of settlement over the years; this creates a condition where water is constantly being forced against the existing wall. This will help protect the wall from moisture collecting along the base of the wall, thereby minimizing the damage to the exterior wall. LED monument sign: This sign would be located out at the street and allow for Information to be displayed about events that are happening at the facility. This type of sign is computer controlled so messages can be easily updated and changed from the manager's office. Page 56 of 74 NEW HOPE ICE ARENA- ENGINEERING STUDY Based on the May 13, 2010 drawings a cost estimate for construction was prepared by RJM Construction to identify probable costs associated with the proposed ice arena upgrades and is included in Appendix D for reference. The cost estimates are also included below in Table 11. Table 11 Building Improvements Cost Estimate mem one Community Room Improvements - Option 1 $434,000 Lobby Improvements - Option 1 $1,130,000 Community Roam Improvements - Option 2 $741,000 Lobby Improvements - Option 2 $1,380,000 Team Room Improvement - Option 1 $576,700 Team Room Improvement - Option 2 955,000 Team Room Improvement - add second story Site work associated with building Improvements $121,000 $118,000 North Rink - Bleacher Improv. - new concrete stairs $17,700 North Rink - Bleacher Improv. - Install hand rails $18,100 Exterior of Building - Paint $52,000 Exterior of Building - repair block ($72/SF x 775 SF) $55,800 Exterior of Building - re -grade site for drainage $30,000 Walking Track Improv. - poured rubber flooring $131,000 Walking Track Improv. - re-route track inside S. Rink $125,000 North Rink - Replace roof $588,000 LED monument sign budget $56,000 North Rink - Increase roof Insulation to R-30 $90,000 Gymnastics gym and restrooms addition $1,100,000 1. The cost presented in this table include a 15% estimate, design and construction contingency and 18% for design, legal and administration Energy Conservation Opportunity # 17 — increase roof insulation from R = 7.5 to R=30 in North Rink: Tohin ILIA rrn !H- 7 �rn - Est. Value Summer peak demand savings (kW) Annual energy savings (kWh) NIA 32.,000 Annual electrical cost savings ($) $2,300 Other cost savings ($) $0 Cost of opportunity ($ from table above) $90,000 Simple payback (years) 391 Page 57 of 74 m i ALL a — — �r F e i Hit - JE cc I FL O `o o=;. LL c i to i WK4 E z W4 cn m 0- E 0 0 a c E IE U y� gg � a a N 1 J bd i+ls"vdK7, m i ALL a — — �r F e i Hit - JE cc I FL O `o o=;. LL c i to i WK4 E z W4 cn m 0- E 0 0 a c E IE U m c O } M!u Q. • ++j9 V/Ij {.NI.q IpM MON O f ! D 1 r; s u L__�_____ fMWuiM M!N �J xmz�l C O a0 N 1 144 N d N ca 0 J rq .01N M. E 0 0 A C 3 E E 0 c3 T c 0 CL 0 d O C) O CSI r m H c O CL O E 0 0 E E U �^r L O J E 0 0 E E 0 v N O 0 Jr � I�1p' m m N � a O 11 n ra Fr C) r 0 N 0 Til N 3 do iz 0 C6 tI O c 0 -W Q 0 E O O C E E O U 0 Rader Susan From: Corbett Jim Sent: Saturday, December 10, 2011 12:29 PM To: Rader Susan Subject: FW: Conceptual Estimates Attachments: New Hope Entry Concept Estimate.pdf From: Tom Betti [mailto:tbetti@292designgroup.com] Sent: Friday, December 09, 2011 12:08 PM To: Corbett Jim Cc: sward@stevensengineers.com Subject: Conceptual Estimates Jim, Attached is a conceptual estimate I put together this morning for refreshing and/or adding onto the entry. I estimated 3 different concepts: • Option A: Refresh the existing lobby. includes new flooring, paint, ceiling finish, lighting upgrades, new storefront, removal of the wall between north and south lobby. • Option B: Same as A plus I extended the store front out to the face of the existing curved entry and added dollars for a new canopy. Option C: Same as A but with a new entry and canopy. The thought being that the existing barrel vaulted entry element would be demolished and replaced with a new curved glu-lam entry that is larger and would have glass up in the curved glu-lam beam roof. This would create higher ceilings and bring in natural light — similar to Cottage Grove. I was conservative because I have very little information to go off of at this time, but as an order of magnitude I think you can get a sense of what things would cost. Call me on my cell (612.747.4330) if you have any questions. Thanks Tom Betti, AIA, NCARB Partner f6e� i EF -J design group 9100 49th Avenue North New Hope, MN 68428 763.533.3813 o 612.747.4330 c tbefti@_292desjqnqroup.com 292 Design Group New Hope Ice Arena Concept Estimate 12.10.11 Option A - Lobby Refresh Option C - Entry Addition (demo existing barrel vault entry) SF Cost/5F Cost New Lobby Floor 2,400 $8 $19,200 Demolition Wall between rinks 220 $12 $2,640 Flooring 2,400 $2 $4,800 Storefront 760 $2 $1,520 New Storefront 760 $55 $41,800 Paint/Refresh walls 3,500 $1 $3,500 Ceiling refresh 2,400 $5 $12,000 Electrical 2,400 $6 $14,400 Mechanical 2,400 $4 $9,600 Sub -Total 1,600 $65 $109,460 Contingency 10% 2,400 $55 $10,946 Soft Costs 15% 1,000 $40 $16,419 Total 4,000 $8 $136,825 Option B - New Entry (keep existing barrel vault entry) 4,000 $7 $28,000 SF cost/SF Cost New lobby floor 3,100 $8 $24,800 Demolition Soft Costs 15% Wall between rinks 220 $12 $2,640 Flooring 2,400 $2 $4,800 Storefront 760 $2 $1,520 Paint/Refresh walls 3,500 $1 $3,500 Ceiling refresh 2,400 $5 $12,000 New Foundation 600 $40 $24,000 New exterior sidewalk 1,400 $5 $7,000 New Storefront 1,000 $55 $55,000 New canopy 700 $40 $28,000 Electrical 3,100 $6 $18,600 Mechanical 3,100 $4 $12,400 Sub -Total $194,260 Contingency 10% $19,426 Soft Costs 15% $29,139 Total $242,825 Option C - Entry Addition (demo existing barrel vault entry) SF Cost/SF Cost New lobby floor 4,000 $8 $32,000 Demolition Wall between rinks 220 $12 $2,640 Flooring 2,400 $2 $4,800 Arched entry 1,000 $15 $15,000 Storefront 760 $2 $1,520 Paint/Refresh walls 3,500 $1 $3,500 Ceiling refresh 2,400 $5 $12,000 New Foundation 800 $40 $32,000 New exterior sidewalk 1,200 $5 $6,000 New Glu -Lam roof structure 1,600 $65 $104,000 New Storefront 2,400 $55 $132,000 New canopy 1,000 $40 $40,000 Electrical 4,000 $8 $32,000 Mechanical 4,000 $7 $28,000 Sub -Total $445,460 Contingency 10% $44,546 Soft Costs 15% $66,819 Total $556,82S COUNCII V - Request for Action Originating Department Approved for Agenda Agenda Section Development and Parks and Recreation January 23, 2012 Planning Item No. By: Susan Rader, P&R Director By: Kirk McDonald, City Manager 8.4 Motion to authorize preparation of plans and specifications for interior improvemer.ts at the New Hope Ice Arena Requested Action Staff recommends that the City Council approve the proposal by Stevens Engineering to provide plans and specifications for cosmetic improvements to the interior of the Ice Arena in the amount of $33,500. Background Major ice arena improvements are underway as part of the recently approved $4.4 million project which includes the new roof and energy-related improvements, including the new north ice sheet, dehumidification system, lighting, conservation improvements and exterior painting. These much needed improvements do not include any interior cosmetic improvements. Staff feels that this would be a good time to implement some updates to the arena lobby, office area and community room, and brought this topic forward to Council at the December 19, 2011 work session for discussion. At the December meeting, Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. As the Council is aware, these are the consultants who were selected through an RFP process to be involved in the 2010 Ice Arena Study. They are knowledgeable of the components that were identified in the study. In January, staff met with Mr. Ward from Stevens Engineering and Mr. Betti from 292 Design Group to discuss both short term and long term needs for interior improvements and asked them to prepare a proposal on how they could assist the city in moving forward with a potential project. A proposal was recently received and shared with the Council at the January 17, 2012 work session. Mr. Betti was also available at the work session to answer questions and further explain the proposal. Motion by Second by To: 1;1RFA\P&R\ARENA\R-P1ans and specs for Interior arena improvements. docx Request for action January 23, 2012 Page 2 Staff would be interested in working with Mr. Ward and Mr. Betti to prepare plans that would use the existing space and update it to create an environment that is clean, comfortable and welcoming. Both have worked in and designed many arena facilities. They will be able to provide several different options to consider for improving the interior of the facility. Funding The funding of this project could be covered by the Parks Infrastructure Fund. As of December 31, 2011, the Parks Infrastructure Fund cash balance is approximately $1,270,500. There are several projects that have been listed in CIP and the Park Infrastructure Fund through 2015 that will be completed of as part of the current improvement project, including infrared heating, replacement of the north floor and bleacher stairs, mechanical improvements and project costs. This amounts to approximately $3.3 million. In 2011, an additional $10,000 was earmarked for the community room kitchen improvements and $6,000 for carpet replacement. Recommendation If the Council supports moving forward with interior upgrades to the arena by approving the proposal for plans and specifications, staff would then continue to meet with Mr. Ward and Mr. Betti to develop formal plans. Staff would anticipate bringing these plans to the Council for approval in February and to request authorization to seek bids from contractors. The bids would include alternate options so the city can determine which improvements it wants to complete. Bids would be presented to the City Council in March. If a bid is awarded, the project would take place during summer 2012. All improvements would be complete by early fall when the north sheet and refrigeration replacement components are completed. Per the direction of the City Council, staff will be working with AEM to develop more information regarding the. long-term sustainability of the ice arena. This information will be presented in conjunction with consideration of the bids. Attachments Proposal from Stevens Engineering I:\RFA\P&R\ARENA\R-Plans and specs for interior arena i mprovements.docX January12, 2012 City of New Hope Attn: Ms. Susan Rader - Parks and Recreation Director 4401 Xylon Avenue North New Hope, MN 55428 RE: Professional Architectural and Engineering Design Services Proposal New Hope Ice Arena Interior Improvements Dear Ms. Rader: We are pie ased to submit this proposal to provide professional design services for the proposed renovation and refresh to the entrance, lobby, offices, community room and common spaces at the New Hope Ice Arena. We are proposing the same design team on this project as we had for the Ice Arena mechanical improvement including Stevens as the lead firm, 292 Design Group and Nelson-Rudie & Associates. 292 and MRA's offices are located in the City of New Hope. As you know, we have a very good understanding of the arena and the improvements the City is proposing; and have the in-depth, specialty experience required to successfully complete this project for you and the City of New Hope. This proposal is in response to the City of New Hope's request and is based on the information gathered from our meeting with you, Jim Corbett and Kirk McDonald on Monday of this week and presented in the Ice Arena Engineering Study completed by Stevens in August, 2010. As a continued effort to improve and update the New Hope Ice Arena, the City of New Hope is interested in improving the aesthetics and circulation of the public gathering spaces and offices in the arena. Most of these spaces have not been updated since the original building was constructed in 1975. More specifically, the City is looking to update the finishes in the community room, offices, and common areas. Also, as part of the project the City would like to expand the existing entry and lobby. The goals of the project as understood to date are as follows: Community room refresh and remodeling including the following: New storage room New catering type kitchen New lighting Replace windows that look out to the rink Refinish ceiling New uni-sex toilet room Design a new entry into the community room Clean-up and potentially replace HVAC ductwork New trophy display, maybe a case or shelving Repaint walls and sprinkler piping New coat rack and shoe storage space Repaint and refinish entry space into community room 2211 O'Neil Road, Hudson, WI 54016 t 715.386.5819 t 651.436.2075 If 715.386.5879 www.stevensengineers_com c Stevens Lobby and Office refresh and remodeling including the following: Expand entry vestibule to the east by 5-10 feet to create a larger lobby Look at ways to potentially bring in natural light to the lobby Remove the wall between the north and south rink lobbies. This will be dependent on cost and code issues. Relocate stair in lobby to help create a more open feel. This will be dependent on structural and cost issues and will require field investigation to determine if it is even possible. New lobby flooring — large tile Remove wood wall finish and visually lighten up the space Remove unit heater from lobby Clean-up and potentially replace HVAC ductwork New hallway the flooring New paint on walls in lobby and common areas New carpet and paint in office and conference areas New lighting Clean-up low voltage wiring by having it installed in conduits Replace wood windows that look out to north rink New ceilings in common areas and conference room New furniture for office and conference room New millwork component in conference room for a small refrigerator, microwave, and storage for staff lunches Replacement of counter tops in the concession area, along with new door fronts ■ Additional items that may be identified during the design phase of the project. SCOPE OF WORK As design professionals tnat specialize in, and focus on, ice arena facilities; we will provide the following, detailed, step-by-step approach to your project: Step 1— Schematic Design Phase: We firmly believe that design is a partnership between the client and their design team. The more closely we connect in understanding the aspirations of our clients, the greater the design potential becomes. We strive diligently to learn about our clients to instill into our understanding their values, perceptions and ideals. This approach to design for all of the projects we undertake is based on the belief that architecture must grow out of an intimate and continuing dialogue between the design team and the client. Open and lively communication is the key to making this work. During this phase we will: Meeting #1 — Meet with the City to review the desired improvements. Review the recommendations in the 2010 Ice Arena Engineering Study and discuss immediate and long term needs and goals. Rank improvements according to priority and assign costs for planning and budgeting future improvements. Prepare and develop Schematic Design documents (pricing set) which will include floor plans, elevations, and details. Provide a project schedule. Meeting #2 — Meet with the City to review Schematic Design documents and project schedule. Ms. Susan Rader City of New Hope --New Hope Ice Arena Interior Improvements 3,4Q4 j1l Ro"4ludson, WI 5016 t 715.386.5 ,,, ttA1.436.2075 f715.386.5879 www.stevensengineers.com UStevens Step 2 — Design Development Phase During this phase we will: Prepare design development documents based on discussions in Step 1 and the approved schematic design. Prepare preliminary specifications in CSI format. Prepare draft of procurement and Division 1 documents. Provide opinion of probable construction costs for the improvements. Meeting #3 - Meet with the City to review Design Development documents and make changes based on these discussions. Step 3 — Construction Documents Phase During this phase we will: Prepare final working and permit -ready drawings showing dimensions needed for construction, exterior and interior elevations as needed, reflected ceiling plans, schedules and appropriate details needed to convey the design intent and construction finish. Structural engineering services as required for the larger entrance, wall removal at the lobby, and potential stair relocation are included. Mechanical and electrical design services are also included. Interior design services include; finish plans detailing paint, wall covering, flooring locations and types along with furniture selections. Make revisions based on discussions in Step 2. Prepare final specifications in CSI format. Prepare final procurement and Division 1 documents. Provide a final opinion of probable construction costs. Update the project schedule. Meeting #4 — Meet with the City to review the final documents, project schedule and cost estimates. Revise final documents according to comments by the City. Present final plans, specifications, schedules and opinion of probably construction cost to the City Council. Step 4 — Bidding Phase During this phase we will: Provide recommendations on bidding and award schedule. Provide copies of the bid documents to the City for your use. Distribute copies of the bid documents to the contractors and potential bidders. Answer questions from contractors, suppliers, and the City during the bidding process. Review bid results and recommend award of construction contract. Prepare construction contracts for review by the City. Ms. Susan Rader City of New Hope — New Hope Ice Arena Interior Improvements 4 ,q'�1-J2GA3ludson, WI 5016 t 715.386.5 p ,$#4.436.2075 f715.386.5879 www.stevensengineers.com 5-4 Stevens Step 5 — construction Phase Services Proper installation and construction of improvements play a significant role in the success of this type of project. Experienced ice arena professionals provide a higher level of confidence that the installation has been done right and the final product has been constructed as the design intended. We will provide the construction administration phase services necessary to monitor and document the construction of the project for the City. More specifically we will: Provide twelve (12) site visits during construction to view process and installation. The total number of site visits can be modified, if requested, once a final construction schedule has been established. Additional site visits will be charged as an additional expense, it is anticipated that each additional site visit will require 3 hours per visit. We will document the project progress through field reports. Answer construction and code related questions or issues that arise and address as needed to maintain the specified construction schedule. Provide contract administration services including: Shopdrawing review of equipment and materials. Maintain a shopdrawing log and file to turn over to the City at the end of the project. Review and process pay requests, change orders, etc. ADDITIONAL UNDERSTANDING For purposes of defining the scope of work, Stevens will assume the following; 1. Prior to starting the work, you shall provide the Stevens Team with full information regarding their requirements including any special or extraordinary considerations for the Project or special services needed. You shall also make available all pertinent existing data. 2. Modifications to the Scope of Work or additional design or drafting resulting from revisions after commencement of our services will be billed as additional services on an hourly basis. Additional work will not proceed without a signed contract amendment. 3. In preparing this proposal, certain items have been excluded from the scope of services that may or may not be required. Should these services become necessary, we can provide them as additional services and shall be approved in writing. The following services have been excluded from this proposal: Energy calculations Information for energy rebate programs Environmental reviews, reports or permits Project advocacy beyond the normal standard of care Ms. Susan Rader Cit of New Hope — New Hope Ice Arena Interior Improvements JgAMTca�, udson, Wi 54016 t 715.386.5 a 4t#51.436.2075 f 715.386.5879 www.stevensengineers.com Stevens COST OF SERVICES We propose the following fixed fees for the services based on an estimated construction cost of $400,000 to $500,000 and as outlined above. STEP 1 — SCHEMATIC DESIGN PHASE STEP 2 — DESIGN DEVELOPMENT PHASE STEP 3 — CONSTRUCTION DOCUMENT PHASE STEP 4 -- BIDDING PHASE STEP 5 — CONSTRUCTION ADMINISTRATION PHASE TOTAL FIXED FEE SERVICES $7,000 $9,500 ��IS $17,000 � $2400 s -- - $11,900 $47,800 Conditions of Proposed Fee: 1. Reimbursable expenses are billed in addition to the proposed fixed fee. 2. The costs of all testing services required are in addition to the fixed fees and will be paid directly by the City. 3. The cost of all review agencies, City, State or other applicable fees are in addition to the fixed fees and will be paid directly by the City. 4. We will invoice monthly for services based on a percentage of the fixed fee work completed at the time of invoicing. 5. Finance charges will be applied to all payments not received within 30 -days of invoicing. 6. We will provide additional services, pre -approved by you, on an hourly basis in accordance with our current fee schedule. Additional site visit during the construction phase will be based on a 3 - hour duration at a cost of $375.00 per visit. 7. Taxes not included in fee. 8. The attached professional fee schedule is valid through December 31, 2012. Any services furnished after December 31, 2012 will be charged in accordance with our 2013 fee schedule. We will not increase any item on the fee schedule by more than 5% for work performed in 2013. The fixed fee will remain unchanged for 2013. PROJECT SCHEDULE We understand the desired schedule is to have the improvements completed by October 1, 2012. Upon acceptance and authorization to proceed, we will meet with the City to develop a mutually agreeable project schedule. If you, Jim, Kirk, the Mayor, or City Council have any questions regarding this proposal, please feel free to call me. We would be more than happy to meet with you to discuss the details of the proposal. If the proposal is satisfactory, we will draft an agreement for our services for the City to review. I can be reached at our office at 651.436.2075 or on my mobile at 651.492.1376. We appreciate the opportunity to continue to work with you, Jim, Kirk and the City on this facility. Sincerely, STEVENS Scott A. Ward, P. E. PrincipaiNice President Enclosure: 2012 Professional Services Fee Schedule Ms. Susan Rader City of New Hope --New Hope Iee Arena 4UQAe;I43o"�iudson, WI 5016 t715 5 f715.386.5879 www.stevensengineers.com APPENDIX B M,Stevens 2012 Professional Services Fee Schedule Period: January 1, 2012 through December 31, 2012 HOURLY FEE SCHEDULE Personnel: Principal Engineer/Project Manager $110-$185 Specialist $170-$185 Project Engineer $90-$120 Project Architect $75-$105 Planner $60-$75 Technician/Inspector $45-$85 Interior Designer $55-$85 Administrative $45-$60 Registered Land Surveyor $85-$100 Survey Crew (1 person with GPS or Robot) $145 Survey Crew (2 persons with GPS or Robot) $155-$165 Survey Crew (3 persons with GPS or Robot) $165-$195 Expert Witness Rates: All rates shall be multiplied by a factor of 1.5 for litigation, arbitration, dispositions, other legal or administrative proceedings. REIMBURSABLE EXPENSES Reimbursable expenses include, but are not limited to the tomwing; • Transportation cost at IRS allowable rate. • Parking fees. • Cost of out-of-town travel, lodging and electronic communication in connection with the project. • Reproductions, plots, and standard form documents. Item 1 Size Black & White Color Photocopies/Printing 8'/2 x 11 $0.10 $0.80 8'/z x 14 $0.12 $0.90 11 x 17 $0.15 $1.50 Plots 22 x 34 $1.50 $5.00 24 x 36 $2.00 1 $5.50 i 28 x 42 or larger $3.00 $6.00 Specification and Report Assembly Binder, Cover $8.00 Laminated Report Covers with Binder $17.00 • Project photography, postage, long-distance and mobile telephone calls, and facsimiles. • Materials required to assemble reports. • Subconsultants, • Other similar direct project -related expenditures. Reimbursable expenses are billable at 10% over cost. Stevens' typical invoicing process; monthly billing, due net 30 days. lines). Mr; McDonald pointed out the city's efforts for a City Center vision and inquired whether the city would be eligible for part of the $32 million. Mr. Brimeyer encouraged the city to get its name on the grant list. Mr. Brimeyer also shared Met Council's goals for rapid bus transit and. light rail He reported the Federal Transit Administration (FTA) granted approval for preliminary engineering on the region's third light-rail project, the Southwest Corridor. Mr. Brimeyer reported the Central Corridor LRT is 30% complete. He also spoke of the stadium proposal for the Vikings stadium and related costs. The Council thanked Mr. Brimeyer for his update. Council Member Stauner pointed out a transportation issue with the lack of connectivity between Plymouth and New Hope. Council Member Stauner acknowledged the challenges faced when cities "opt out" of the transit system. Mr. Brimeyer concurred regarding the transit issues. He noted when the legislature cut the transit funding, it was only fair to pass on the reduction to the cities with "opt out" provisions as well. He noted the Met Council was advised that the funding would be restored in the next biennium. He agreed that the Met Council should review options to improve bus transportation between agencies. ICE ARENA Mayor Hemken introduced for discussion item 11.2, Discuss interior ice Item 11.2 arena improvements. Mr. Kirk McDonald, city manager, noted the major improvements underway at the ice arena as part of the recently approved $4.4 million project which includes a new roof, and energy-related improvements via $3.5 million in QECB funding (for the new north ice sheet, dehumidification system, lighting and conservation improvements, and exterior painting). He stated he asked staff to explore cosmetic improvements to the entry, lobby, office, and community room areas within the ice arena which are not included in. the project, as it would be timely to update the public areas simultaneously with the shutdown of the north ice sheet (anticipated to occur March to August, 2012). Ms. Susan Rader, director of parks and recreation, and Jim Corbett, recreation facilities manager, were recognized. Ms. Rader shared photographs and explained the need for updates to the arena lobby, office area, and corndnunity room, She noted several projects listed in the CIP through 2015 will be handled as part of the current improvement project. (infrared heating, replacement of the north floor and bleacher stairs, mechanical improvements). Ms. Rader pointed out the heavy use of the community room through the dance program, hockey groups, and private rentals. Council Member EIder inquired of the impact to rental revenue with the City Council Work Session December 19, 2011 Page 2 requirement of police officer presence if they are serving alcohol. Mr. Corbett reported that the late night party activity has decreased but the room is still being rented. He noted the golf course clubhouse is rented up to three times a day to various groups for family/youth activities and is the type of rental he would like to see at the arena. Regarding birthday parties, he noted it is offered free of charge if the group pays for open skating. Mr. Corbett and Ms. Rader shared the proposed improvements/ideas: • Community room - appliances, countertop, cabinets, lighting, accordion door, unisex restroom on upper level • Lobby - the flooring, sheetrock, dark wood paneling, lighting • Office - furniture 0 Concessions - ventilation fan in storage room, ceiling file above sink, countertops • Conference room - carpeting Council directed staff to obtain pricing for a proposal from the consultants utilized for the recently completed arena study for improvements. Council Member Stauner suggested a long-range plan be established for improvements and costs. POOL SEASON Mayor Hemken introduced for discussion item 11.3, Discuss length of 2012 Item 11.3 pool season. Ms. Susan Rader, parks and recreation director, reported that historically the pool has been open for a 10 -week season. She noted due to budget cuts the pool was open for a 9 -week period for 2010 and 2011. She stated this fall Council authorized the extension of the 2012pool season to a 10 -week period and directed staff to provide financial data to explore an 11 or 12 week pool season. Ms. Rader provided staffing information, attendance records, season pass and daily admission rates, and dates that other metro pools are open. She explained that seasonal staffing costs are the majority of the expense, and other sizeable costs include chemical and utility expenses. She explained that the pool budget is subsidized by the park infrastructure fund. Ms. Rader stated the city of Crystal has committed to provide a 10 -week season for 2012. She asked for feedback from the Council.. Mr. Kirk McDonald, city manager, reported that the city begins publicizing the pool in January so a decision from Council regarding the season is necessary at this time. Ms. Rader commented that attendance decreases near the end of summer. She also reported for the 2012 season, pass rates will increase $4 per person (for residents) and $5 per person (for non-residents). City Council Work Session December 19, 2011 Page 3 O (D O M N Lf) r O r O (D C1 c0 q;r N LO M O 'CF CD LO LA M LO r O O M Ln Lo C1 LO CV C) MU)) 0 M LL LC) M CD O co NO c) CD r- CO �• N Lf) Cl) 0 �• CD Ln Lf) Cl) LC) p p C7 LC) W> f• C O M t• in co Lf) co m (D M L6 L L W O � U") N N lC LiC w Cp CA N 'O C Cls O -0 Q) C C _ .^ _ T ._ C >, ._ T -0 N• L C[) C (D C O ' O C T CD F O v 43 .� I @ c C c fG O u G _ c y — f` a) O d 0 N fT6 r . O.. Q> E• C O Q) C "O L L ... G O G1 N D VJ O v; V.' Q u, � :c .a C U r P y r in U r O a+ U ._. } O C C Im _ C> C: c (D E m m .0 CD c N r a r O = C @= r= n a) Q) O U U W (c6 C 7 C� E r i O O O Eo CIA ` ?. a QS -o CD L CJ •c y+ 'J W Q) 7 7 (D "O" iIiCL N CU m OL -sr o U O U L2 C C> C C C _ { ^r E Q1 C E 7 3 CL N co W W K m W C (0 N r Q) Q7 c 0 7 7 7 7 7 N .D LEEE � .CD L E E 0. CU M Co O M N v> O O CO C, x V u- N(") [D] m ko O 0 In u7 C~ CA ~LO h p O O CL U CMD M p r r N N N N M M M Lf) L(7 (D CD (D (D 03 p p O O O 0 O OV _N O O d C> O O O O ON ON O N O � Cq N N N N N N N Ea F y 0 tu a Q a+ c 0 N i _ 1 t cm _ — •� — .. n y Z E O y F — 0 � � C 0) c E 0 cr c E t = r m EIOD) ° Z O Q `i rn c w Q U a�ii _ - o_ �, - �, U t (D Q J E CL " J zn tz E C O CL C ton O v0) 0 O w LL �! <� c < < c� � a a �' ¢ < a < a < < < < < a A January 31, 2012 Mr. Scott Ward, PE Stevens Engineers, Inc. 2211 O'Neil Road Hudson, WI 54016 Dear Mr. Ward: At its meeting of January 23, 2012, the New Hope City Council approved the contract with your company for the ice arena architectural and engineering design services for interior improvements at the New Hope Ice Arena for a cost of $33,500 for steps 1, 2, and 3 (schematic design, design development, and construction document, respectively). Steps 4 and 5 (bidding phase and construction administration phase) may be authorized by the City Council at a later date as part of this contract. Enclosed please find two contract documents. In the presence of a notary, please sign both contracts. Retain one copy for your files and return the other copy to my attention. Please submit a certificate of insurance prior to commencing any work. Questions regarding the contract should be directed to Susan Rader, Director of Parks and Recreation, at 763-531-5152. Thank you. Sincerely, Valerie Leone City Clerk, CMC Enclosures — Contracts cc: Susan Rader CTTY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 • TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 « Public Works Fax: 763-592-6776 February 10, 2012 Ms. Susan Rader Director New Hope Parks and Recreation Department 4401 Xylon Avenue North New Hope, MN 55428 Re: New Hope Ice Arena — Interior Improvement Project Design Service Agreement Our File No. 900.12.155 Dear Ms. Rader: Please find enclosed one (1) copy of the signed Contract for Architectural and Engineering Design Services Agreement and one (1) copy of Stevens insurance certificates for your records. If you have any questions please call our office at 651.436.2075. Sincerely, STEVENS .� c [,-� Scott A. Ward, P. E. Vice President/Principal Enclosure: Agreement and Insurance Certificates. 2211 O'Neil Road, Hudson, WI 54016 t715.386.5819 t651.436.2075 f715.386.5879 www.stevensengineers.corn City of 1\'ew Hope Contract for Architectural and Engineering Design Services for New Hope Ice Arena Interior Improvements For valuable consideration as set forth below, this contract dated the 23rd day of January, 2012, is made and signed by the City of New Hope, a Minnesota municipal corporation (hereinafter "City") and Stevens Engineers, Inc. a Wisconsin. corporation (hereinafter "Contractor"). 1. CONTRACT DOCUMENTS The Contractor hereby promises and agrees to perform and comply with all the provisions of this Contract and the specifications set forth in the proposal dated January 12, 2012, for professional design services for the proposed renovation of interior space at the New Hope Ice Arena. 2. THE WORK The work to be performed by Contractor under this Contract (hereinafter the "Work"), is described in the "scope of work" in said proposal. 3. CONTRACT PRICE The City agrees to pay the Contractor $33,500 for Steps 1, 2, and 3 (schematic design, design development, and construction document, respectively). Authorization to proceed with Steps 4 and 5 (bidding phase and construction administration phase) require City Council approval at a future date. Payment(s) shall be payable in full within 35 days from the date of receipt of the documents. Date of receipt shall be defined as the City Council's acceptance at a regularly scheduled Council meeting. Payment shall also be conditioned upon the City's receipt of Mechanic's Lien waivers from all subcontractors performing work on the study prior to payment. The waivers must be in a form acceptable to the City as approved by the City Attorney. Contractor represents the following entities will perform services on the contract as subcontractors: a. 292 Design Group: (contact - Thomas Betti, phone # 763-533-3183) Address: 9100 49th Avenue North, New Hope, MN 55428 b. Nelson — Rudie & Assoc.: ( contact — Mike Woehrle, phone # 763-367-7600) Address: 9100 49th Avenue North, New Hope, MN 55428 Contractor further represents and agrees it will not permit any work to be performed under this contract by other subcontractors not identified above without first obtaining written consent from the City and disclosing to the City the name, address, telephone number and contact person of said subcontractor. The City's consent will not be unreasonably withheld. 4. PAYMENT TO SUBCONTRACTORS Pursuant to Minn. Stat. §471.425 subd. 4a. Contractor acknowledges and agrees it will pay its subcontractors within 10 days of Contractor's receipt of payment from the City for any and all undisputed services provided by the subcontractor under this contract. If the Contractor fails to make timely payment of any undisputed amounts as required by this section, Contractor will also pay its subcontractor interest of 1 Ih% per month on any part of a month any undisputed amount is not paid on time to the subcontractor. Contractor agrees the minimum monthly interest penalty payment for an unpaid balance of $100.00 or more is $10.00. For an unpaid balance of less than $100.00, Contractor shall pay the actual penalty due to the subcontractor. Further, Contractor acknowledges and agrees it will be required to pay costs and disbursements, including reasonable attorney's fees, to any subcontractor that prevails in a civil action to collect interest penalties on undisputed amounts per this section. 5. TERM OF CONTRACT The effective date of this contract shall be January 23, 2012, and shall be completed by April 1, 2012 (design phase). If subsequent work is authorized for Steps 4 and 5, the corresponding completion date shall be October 1, 2012. 6. INSURANCE Before beginning actual work under this Contract, the Contractor shall submit to the City an Accord 25 certificate of insurance or other insurance certificate acceptable to the City providing for the following coverages: a. Worker's Compensation Insurance Coverage A - Statutory Coverage B - $500,000 Each Accident $500,000 $500,000 b. Commercial General Liabili $1,000,000 $1,000,000 $1,000,000 $1,000,000 Disease Policy Limit Disease — Each Employee General Aggregate Products/Completed Operation Aggregate Errors and Omission Professional Liability Each Occurrence 2 $1,000,000 Personal Injury c. Com rehensive Automobile Liability $1,000,000 Combined single limit — bodily injury and property Damage. All owned non -owned and hired vehicles. d. Umbrella Excess Liability $1,000,000 Each occurrence and aggregate This certificate must provide for the coverage to be in effect from the date of the Contract until 30 days after the Completion Date and must provide the insurance coverage will not be canceled by the insurance company without 30 days written notice to the City of intent to cancel. The certificate must further provide that the Contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to liability, injury or damage relating to the work performed under the contract by either the City or any employee, agent, independent contractor or any other person or entity retained by the City to perform the services described herein. The City shall be included as an additional insured on all of the coverages referenced. 7. LAWS REGULATIONS AND SAFETY The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to performance under this Contract. 8. INDEMNIFICATION The Contractor agrees to indemnify, defend and hold the City harmless from any damages, including costs and attorney's fees, from any claims, demands, actions or causes of action arising out of any act or omission on the part of the contractor or its agents, servants or employees in the performance of or with relation to any of the work or services performed or furnished by the contractor under this Contract. 9. ASSIGNMENT The Contractor shall not assign or transfer, whether by an assignment or notation or otherwise, any of its rights, duties, benefits, obligations, liabilities or responsibilities without prior written consent of the City. 10. NOTICE The address and telephone number of the Contractor for purposes of giving notices and any other purpose under this contract shall be Mr. Scott Ward, P.E., 2211 O'Neil Road, Hudson, WI 54016; 715.386.5819; 651.436.2075. 3 The address of the City for purposes of giving notices and any other purpose under this contract shall be 4401 Xylon Avenue ,North, New Hope, MN 55428. The contact person for this contract is Jim Corbett (Recreation Facilities Manager); 763.531.5181. IN WITNESS WHEREOF, the parties to this Contract have hereunto set their hands and seals as of the day and year first above written. CITY OF NEW HOPE By Kathi Hemken Its Mayor By Kirk McDonald Its City Manager STATE OF MINNESOTA ) ) ss. COUNTY OF HENNEPIN ) The foregoing was acknowledged before me this 3l day of January, 2012, by Kathi Hemken and Kirk McDonald, the Mayor and City Manager, respectively, of the City of New Hope, a Minnesota municipal corporation, on behalf of said municipal corporation. VALERIE LEONE LIU NQ7ARr PUsuc - MINNESOTA Nota' Public My Commission Expires Jan. 31, 2615 STATE OF r I 0�5 i n ) ) ss. COUNTY OF CONTRACTOR STEVENS ENGINEERING, INC. By Scott Ward, P.E. Its Vice President The foregoing was acknowledged before me on this 10 day of -Vc be-Lc!a 2012, by Scott Ward, Vice President of Stevens Engineers, Inc., a Wisconsin corporation, on behalf of the corporation. ®IANC B. WILLERT Notery Public Notary Public 5tato of Wisconsin 4 �® CERTIFICATE OF LIABILITY INSURANCE 2�9�2oiI ') 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 Dennis J. Linder & Associates an affiliate of American Agency, Inc. 731 Bielenberg Drive, Suite 204 Woodbury, MN 55125 COME:NTACT Heather Paulson PHONE (6$i) 621-8985 Fax (651)521-8989 E-MAIL ,heatherp@djlinder.com INSURER(S) AFFORDING COVERAGE NAICN INSURER A.American Cas Co of Reading PA 20427 INSURED Stevens Engineers Inc 2211 O'Neil Road Hudson, WI 54016-8169 INSURER B :Trans Ortation Insurance CO 20494 INSURERC.ValleY Forge Insurance Company 0508 INSURER D: INSURERS: 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 LTR I TYPE OF INSURANCE ADDLSUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABIL(T( PREMISES Eaoecurrence $ 300,000 A CLAIMS -MADE � OCCUR 077983256 /9/2011 /9/2012 MED EXP (Anyone person) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 X XCII includes: GENERAL AGGREGATE Is 4,000,000 X Broad Form PD erations of Subs - ontingent Liability; GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $ 4,000,000 X POLICY X PRO LOC ontractual Liability. $ AUTOMOBILE LIABILITY COMBINEDISINGLE LIMIT 1,000,000 A X ANY AUTO BODILY INJURY (Per person) $ BODILY INJURY(Per accident) $ ALL OWNEDSCHEDULED AUTOS AUTOS 2068846987 /9/2011 6/9/2012 HIREDAIITOS NON -OWNED AUTOS PROPERTY DAMAGE $ Per 1 Un insured motorist combined $ 11000,000 X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAMS -MADE 020343463 6/9/2011 /9/2012 AGGREGATE $ 1,000,000 DED I X I RETENTION $ 10.00 $ WORKERS COMPENSATION I X VVC STATU- OTH- AND EMPLOYERS' LIABILITY Y 1 N E.L. EACH ACCIDENT $ 1 000,000 ANY C OFFICERIME BER EXCLUDED�CUTIVE (Mandatory In NH) N IA 076709282 6/9/2011 6/9/2012 E.L. DISEASE - EA EMPLOYEd $ 1,000,000 It yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1' VEHICLES (Attach ACORD 101, Additional Remarks Schedule, It more spans Is required) New Hope Ice Arena - Interior Improvement Project l -3i.111&1-11 City of New Hope 4401 Xylon Ave N New Hope, MN 55428 ACORD 25 (2010106) INS025 (201008).01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE MALL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Linder/HLP C 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORIQ CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDDNYYYI 2/9/2012 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(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement an this certificate does not confer rights to the certificate holder in lieu of such endorsements). PRODUCER Dennis J. Linder & Associates an affiliate of American Agency, Inc. 731 Hielenberg Drive, Suite 204 Woodbury, MN 55125 COME:NTACT Heather Paulson NA PHONE(651) 621-8985 FAX IAIC-No: (651)621-8989 EVIL ,heatherpBdjlinder.ccm INSURER(S) AFFORDING COVERAGE NAICN INSURERA:Continental Casualty Co 0443* INSURED Stevens Engineers Inc 2211 O'Neil Road Hudson, WI 54016-8169 INSURER R : INSURERC: INSURERD: INSURERE: 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, LTR ILTR TYPE OF INSURANCE ADDL 5UBR POLICY NUMBER POLIo EFF MIDR IPOLICY EXP LIMITS Dennis Linder/HLP GENERALLIABILITY EACH OCCURRENCEA $ COMMERCIAL GENERAL LIABILITY XTE TO —RENTED PREMISES Ea am rence $ CLAIMS -MADE F1 OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ $ 1-1 POLICY PRO- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea acdden[ BODILY INJURY (Per person) $ ANY AUTO cid BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOSAUTOS PROPERTY DAMAGE S Per accident HIRED NON -OWNED HIRED AUTOS ALTOS $ UMBRELLA I " OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DED I I RETENTION $ $ I 1 WORKERS COMPENSATION VuC STATU• DTH - AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETORIPARTNERIEXECL'TIVE❑ I E.L. EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? NIA (Mandatory In NH) E.L. DISEASE- EA EMPLOYE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT I $ A Architects & Engineers REBOOG161089 /1112011 /11/2012 Ewh Claim $1,000,000 Professional Liability mime Mada & Reported Aggregate $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Add[tional Remarks Schedule, IF more space Is required) New Hope Ice Arena - Interior Improvement Project This policy covers the PROFESSIONAL SERVICES of the named insured for all projects & the limit of liability shown shall not be construed to be applied to this project only. rFRTIFICATF 1.1[11 nFR CANCELLATION ACORD 25 (20101051 INS026 (201005).01 p 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of New Hope 4401 Xylon Ave N AUTHORI2EDREPAESENTATNE New Hope, HN 55426 Dennis Linder/HLP ACORD 25 (20101051 INS026 (201005).01 p 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD This is EXHIBIT 1, consisting of 1 pages, referred to in and part of the Contract for Architectural and Engineering Design Services for New Hope Ice. Arena Interior Improvements — dated January 23, 2012. Amendment No. 1 1. Background Data: a. Effective Date of Agreement: January 23, 2012 b. Owner: C. Engineer: d. Specific Project: 2. Nature of Amendment City of New Hope, MN Stevens Engineers, Inc. New Hope Arena— Interior Improvement Project XAdditional Services to be performed by Engineer ❑ Modifications to Services of Engineer ❑ Modifications to Responsibilities of Owner XModifications to Payment to Engineer ❑ Modifications to Time(s) for rendering Services ❑ Modifications to other terms and conditions of the Short Form of Agreement 3. Description of Modifications Provide additional design and engineering services for modifying the foundation of the lobby extension from a standard footing type system to a system using helical piers and grade beams. This change was required due to poor soil conditions. The change in the. contract amount is $4,000 (add). Page I of 2 Exhibit 1—Amendment to Short Form of Agreement EJCDC E-520 Short Form of Agreement Between Owner and Engineer for Professional Services Copyright 02002 National Society of Professional Engineers for EJCDC. All rights reserved. Jwner and Engineer hereby agree to modify the above -referenced Agreement as set forth in this Amendment. All provisions of the Short Form of Agreement not modified by this or previous Amendments remain in effect. The Effective Date of this Amendment is June 18, 2012. OWNER: V By: Title: 5 Date Signed: ENGINEER: By: C Scott A. Ward Title: Vice President Date 7.11.12 Signed: Page 2 of 2 Exhibit 1— Amendment to Short Form of Agreement EJCDC E-520 Short Form of Agreement Between Owner and Engineer for Professional Services Copyright 02002 National Society of Professional Engineers for EJCDC. All rights reserved. C4101IM10111111 Request for Action Originating Department Approved for Agenda Agenda Section Parks and Recreation February 21, 2012 Work Session Item No. By: Susan Rader, P&R Director By: Kirk McDonald, City Manager Jim Corbett, Recreation 11.4 Facilities Manager Discuss Ice Arena long-term sustainability and review plans and specifications of interior improvements (project no. 901) Requested Action Staff recommends that the City Council discuss the long-term sustainability of the Ice Arena, and then review the plans and specifications provided by Stevens Engineering for improvements to the interior of the building. Steve McDonald from AEM will be present to address the financial sustainability issues and representatives from Stevens Engineering and 292 Design Group will be present to review plans and specifications. Staff requests that the City Council also discuss the next phase of the project. The quote by Stevens Engineering for the next step, the Bidding Phase, is in the amount of $2400. If the Council supports moving forward with interior upgrades to the arena, staff recommends the Council formally accept the plans and specs and authorize the solicitation of quotes from contractors at the council meeting on February 27, 2012. Background 1.) Lang -Term Sustainability At the Council Work Session on January 17 and Council Meeting on January 23, 2012, the Council requested fixture discussion regarding the financial position of the ice arena and the long-term sustainability of the facility. To assist with discussion, staff met with Steve McDonald and Kristi Brutlag of AEM and asked them to prepare the attached financial information. In addition, staff has included information regarding past ice usage and Armstrong Cooper Youth Hockey Association (ACYHA) registration information. The arena usage has been steady over the last four years, and the seven year average has continued to increase. In addition, one of our largest users, ACYHA continues to have stable enrollment. They have projected slight increases in participation numbers for at least the next three years. In addition to our city sponsored programs (open skating, skating school) and community partners (ACYHA and District 281), staff works hard with outside hockey organizations to accommodate their needs while contum to meet the needs of our base users. Customer groups are changing sli htl , but the demand for ice Motion by Second by To: 1:IRFA \P&R1ARENA\2012\Discuss sustainability and plans and specs of interior arena improvements WS Feb 2012.docx Request for action February 21, 2012 Page 2 time will continue to grow. Based on current requests for spring, summer and fall of 2012, staff is projecting that some of these outside organizations, such as AAA Hockey, will continue to expand their ice time if time becomes available. Although requests have increased, due to the north sheet of ice being unavailable from the end of March through the first part of August, the usage hours for 2012 will decrease from 2011. 2.) Interior Improvements Major arena improvements are underway as part of the approved $4.4 million project which includes the new roof and energy-related improvements, including the new north ice sheet, dehumidification system, lighting, conservation improvements and exterior painting. These much needed improvements do not include any interior cosmetic improvements. Staff feels that updates are needed to the arena lobby, office area and community room, and brought this topic forward to Council at the December work session for discussion. At the meeting on December 19, 2011, Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. Staff met with Scott Ward from Stevens Engineering and Tom Betti from 292 Design Group to discuss both short term and long term needs for interior improvements and brought a proposal forward for discussion at the work session on January 17, 2012. On January 23, 2012, the City Council formally approved moving forward with the development of plans and specifications. This included Steps 1-3 in the Stevens Engineering proposal in the amount of $33,500. Staff has continued to meet with Mr. Ward and Mr. Betti to develop formal plans and identifying needed improvements as well those that could be alternatives if the funding is available. The city is under no obligation to proceed with a project if quotes are sought. Funding The funding of this project could be covered by the Parks Infrastructure Fund. There are several projects that have been listed in CIP and Park Infrastructure Fund through 2015 that will be completed as part of the current improvement project, including infrared heating, replacement of the north floor and bleacher stairs, mechanical improvements and project costs. This amounts to approximately $3.3 million, which was included in the long-term CIP. In 2011, an additional $10,000 was earmarked for the community room kitchen improvements and $6,000 for carpet replacement. As of December 31, 2011, the Parks Infrastructure Fund cash balance was approximately $1,270,500. Recommendation If the Council supports moving forward with interior upgrades to the arena, staff recommends the Council formally accept the plans and specs and authorize the solicitation of quotes from contractors at the council meeting on February 27, 2012. Staff would anticipate bringing these quotes to the Council for discussion in March. If the city receives favorable quotes and the Council supports moving forward, a project could take place during summer 2012, so all improvements would be complete by early fall. 1:1RFA%P&x1 ARENA\2oi2\Discuss sustainability and plans and specs of interior arena improvements WS Feb 2012.docx Long -Term Sustainability MEMO TO: KIRK MCDONALD FROM: STEVE MCDONALD SUBJECT: SUSTAINABILITY OF ICE ARENA DATE: 2/Z5112 INTRODUCTION Upon your request, we have been asked to review the long-term sustainability of the ice area as part of the Council's consideration of the interior improvements. I understand that the council approved the proposal of Stevens Engineering to provide plans and specifications for cosmetic improvements to the interior of the Ice Arena at the January 23, 2012 City Council meeting. I have included projected cash flow schedules for the Ice Arena and Park Infrastructure based on current information available. They are attached to this memo. The question of sustainability would revolve around two different components of the business. The first component would be revenue and the composition of that revenue. I understand Jim and Susan are addressing this area for the future. I have reviewed the data provided by Jim and did note that the last 10 years have shown increasing hours of ice time sold (2002 had 3,155 hours and 2011 had 3,903). The last 4 years have shown no change in the total hours sold and the mix of customers has stayed consistent. During this time cash receipts have increased from $652k to an estimated $753k. This is encouraging to see increasing prices in a down economy and points to a positive sustainability indicator. Cash flow from operations - Actual 2008-2010, Projected 2011-2016 $1,000,000 -- $900,000 —_-- --__ $800,000 --- $700,000 .°a $600,000 $500,000 — — a $400,000 $300,000 $200,000 $100,000 $ 2008 2009 2010 *Cash received from customers $652,837 $707,374 $731,240 ■ Cash paid for expenses $661,983 $552,177 $585,350 2011 2012 1 2013 1 2014 1 2015 1 2016 $753,177 $775,773 1 $799,0461 $823,017 I $847,708 $873,139 $602,911 $620,998 $471,128 $4$5,2499,819 $514,814 The second consideration for sustainability includes the expense side. Expenses for the purposes of sustainability include operating expenses, payroll and capital needs. Operating would include all expenses to supply and operate the facility. Payroll includes all staff time allocated to the arena. Capital expenses include improvements greater than $5,000 that have a useful life greater than one year. To review operating expenses we need to remember the City entered into the guaranteed energy saving contract. As a result we have assumed that the operating expenses will be at the level McKinstry has provided. The cash flow for expenses above show a decrease for 2013 of approximately $168.5 thousand due to the contract. Beginning in 2013 payroll will make up about 65% and there are no plans to significantly change staffing levels. Based on these estimates the Arena should have positive cash flow from operations in amounts sufficient to provide for all future bond payments. Capital costs have mainly been funded in the park infrastructure fund. We have reviewed the capital improvement plans and future cash flow of the Park Infrastructure fiend and have noted that the fund remains healthy and should provide resources for planned capital projects. Based on our review of the prior four years we believe the arena has achieved positive results and has sustained operations well. You can never say what the future will look like but based on the projected activity for the next 5 years we believe the arena has control over the more significant categories of expense. 2 O N 0 R fn�o tn a V) -�t .. pp o � .M+ M M 0 0 S N .�- " It 0 M 00 .D 00 N N M m M O b9 00 00 �O O O O N kn O Vt cD DO l� Ch nN o0 N O .�.. ,�-o V f Do O h l— N 8 [1 to �• \O O+ N%0 W "r O` O 7 T M N N oo M U p 69 t4- oMo vii a O O Owl O O+ cV N O oN0Go N fM+i N N oo0 a N .. 59 tOp O O �O In 00 O 00 nVelcq (71 Qr O �D O O On N Vi 000 M OI oo n v r M N N [� W O n � N M N v v Fin M to O nO M M l� naM0 I' O M H' O V's Oi 41 ao 0`0 l� —c- c N M n N v N t b M 69 l� n M 1� O tfi O C' O+ N O o0 o0 en O` wl 64 In oo m CD 01 ' Y M O P O 0 0 N M M vi fis O. N tt N v� a a M a t�rl M T N G 00 M Yi N n N Onoo 10 kn � N ~ N fen N opo N n w 00 NO pJ: en O to t� O+ WW 64 � A a AU3 ¢ > d >M o G > > C7 0 0 vC7 = .°o rnM Lei O =� a 0 0 y Via ¢ m �.0 d4 O o AU UQ UV 3 S i FO Z � �w a Ln 2A Vi a� A O¢ .a 3 Q Q ¢ E OF 'G U. a a O � �x O u a aTv,a a w 7VQ Q < u u u U U 0 N e O h O 000 �O a O O ' '� Ori 0� CD In N � m M ren rw+l ero a QO, ~O M M M M N tA rs3 � 021 1 ocO � i o C) ' I OO+ '� Lei M N10 00 PO M1 r Ono W O m N N N 69 � Ldp Ln O K1 h LMoo M. 9 C 6 C 0% v r r o, v v n 'n o N v M M r r r a all y� M m 10 O O N 55 En OIn m 10 m N N b O r r m o+ � � O M m C N m m m O 4 O N bl-Y pp I M o O --� N O O N � m M M Do O a m � or• r c o N moo v r v m � CJ b w1 O N m O O IO O vn vi O 'n m r r O� r M N N Po m vi r O W A m PO m o+ N 'n r N en O N V m M I I fig � I O' O 10 O O Y N' ' N N 'f) ' h O O� V O O 'n r r oo M m i o a r c a o m o o m v v N 10 IFS N � T O+ �t a Q; -Itm l+ m o, M N knn m omo ren M M m 1 4A f.S 1 O N ami N O O Q 0P Off+' 00 1 rn N N M M to N ,C b •�.• h V m vOi 1 N N 7 yy &9 O M Q. N 0 C� m ' .�-' dr' M M1 O 6l �O o0 N r M m 1 p N N N 7 N N N N vOs r yV) JA a ep p0 n o m 01 N 1 N r m m r 00 ea 10 IIt V'I N m N N M " In m 'n r m O In m a It In O N N N ^-' i 7 yy 69 ) a � W ) v, O r W - n ;D� U U M 14 00 U Q F CC tv rA w> 0 w � ui a w u u w u u rg'= d m o z A m ,, O a m O R Ix1 w 6a W F' z�y a m w V W % V c R R u V W O C) z U L>-% cu E E :3 I cu �� W E W 0 CL E .-+ N O D O a M 0 O n Iq r1 M H N o N R1 N 0 H o N f j c6 O � n h H H N M IO N N m N ti O� r1 m .-� O+ V N .moi LIZ m n C3 N V N co K UD n H iR Yh Vr V! V/ 4& Nh 0 0 o o o a o 0 0 0 04A u-+n if, i aF m +Pr in- ur ilr ur 4A - C) 0 0 0 CA � � o ° V a M N V -W 4& # Ln # -W m co co fn n 10 CD In m 0 a ccOl -W � 4f,qft N m n m 0% v m a o (, � LA p In 0 m N ID o I 401- 40� 40. 4& O V Qq V 1l1 n N C7 N N pp rt, H N OU1 N m ofyf T .�+1 viIDtp L �+Mi Ian ri V � tt � lf� 40� 4A 4& u v u v u u a) 0 0 a = 0 a 0 a 0 = 0 = CL o a v v R v FD = x x x i i a a Z7 2 4. Z" 2 2:. 2 Y — - U U U U U U U U V U [7 l7 v N E „ v N E C Y E vi 2 N C E ro E ' ' E E N E 3 y v E m" °J ` m� $ 3 R 7 0. W a W m N O u O R— co S. C O a L J N u 1L y Ci N $ G y R O P� N Q' y y aOa W d jp 1 C v C v c G Q' y r o c aff 0 E C tim 8 CL x m R tea = R O Z' 3 t7y ro R a c O a) m x i x x E ro" O C c R n D Oi L G 6 M M $ a N L M mcc C co C C j ui R V E Z f Z F ~ cm h 01 C: Q v Oi LL C H V 3 O1 C L C O O y0 C C C G r c G yO.� u C % v r_OI Yl C p Y 0 O X R W W R R— ? E {gyp AmE c ° Ch 6Cp�La pap�z QQc y v cC m1Qp7 E o UI .c N 7 Ln G m C Ill C] C i ¢ W UP Ili L N U N YI 111 N R r m A m m U a = n a n n 2 c U a :I y U c= > > U g a U 7 O O U V O G C C C 1 A CLcm n 9 C V H E O L= pi U L S U t U t rn y d C N S C L R O'i W O J J O _ W E J U W - Ol > C Q' V C OI C O C O O CA C V J V Ol U C> O m OS w m u ri cU c > 10 H m cU a Ln 0 fL V C) CiIn 00 0)n � n c; 0 ci C6 D1 O 'I'n N 'o N 10 U, m 40V ll� 4m It ai r, r1i L'i ff� rl Go m q Lei m Ln .; -i LD a, k6 03UO Lr� C N 4A- -W ld%L tF, w 4a 4& IF, 4p, 4& 4F� Ift V! HY qf! CD VF 4&O *W Vf iw V! CD V� 4& 4A, 4R 4w V! 4ft V� ift Vf qft m ED 0 0 C3 -W # ti iR tR m m iR tn- Vx 4& a, N 4& 41r uk L Go all m 5z N C, E3 C3 m R en LM ko LA w m O afq, itz ffi li CL Ln 1% Ln M %0 kA LM N Ln C� m m rl 4' ca m M m .z %a0 Ili N NL 0 lei Ln Ln 40 41, 0 0 0 i C i 10-0 c r c c 0 r 0 -e z CL to w w j F! " E CL.Ff CP m n .5 m m -0 qm 0 ro E ro w ti CL E tc c S != vo A fu = 0 , A - 10 0 fu = c L JG U E & CA u aj 0 c m w -Q t 15 7 s . I =f m w E E m ai 5 cm - c x 5 cm .2 Cl. x UJ M 4( C, x uj v s > r 4) u > > m w a, u > 0 tr I L--� C�f 5 c a. 0 a) 0 u Uw) (on L m cn OI Cfm, 0. 11 CL CL CL a7o CL C4 cr. qu > at L I u+a c c W -i > 0 o .2t cn > —t 2 CL P 2 < S E r c 2 i7 X J. ii ul 1 X LU 10 . - x .0 o. aQ h N r m W r- N C h m M M M co m m tU tU N w w 0 LIS to M 10 h M t() h r co (m a IT v m m h tD to � M M (9 m M m ro ro ro ro ro ro M tnh MU)h J tti h o o Lo h to h O 14 d ui O d Q ❑ O ❑ O 0 a 0 O o LO h U) h to h O h h V' to h h V; H (V O m Q 0 O m W m N o O O7 V7 N �d M N N M h to CO h M � m h 0 Y] KJ m M S M m v M m M M co co ai M M m m M er M N N (nm '--� Q O 0 tD h O tD O N O LQ m N to h O W to h d O to h Q O Lo h Q W R O O O a W Lo h L N m 0 T h Q] m m O (D M h M o v N W CV N h N �} M h h u7 M Qo m V) M W H N 0 0 o d o 0 0 o a o 0 o Q o 3E Y o tri U (7 o ti) q ari Lq r o (7 o Lq N 0 47 0 Di 0 o 0 0 0 qi 0 (7 to W S Z W a D W Lf) d d a to ❑ to o R d o o to to o ❑ o ❑ to N M co O to N co m (O O m W N W 0 M m m fn Go m h m m m m to m m N N M 0 m m m m z T W a O O O tC) OO O �[} O O O U) O O O m O O N m O m N +n O O h O tD N O O O h tD O N r -,N a N O M N O wm m m m M M v h Z h N W Q h r m m M M W O h (o W (➢ 0 Lu N J S O 2 O O O to to d O O O O O O O O N to O tq to m U) N h O N h U G m 0 m W h m `rK,y M R N C R m h m V_ W N N O O (O m m m h m �fi O iii M N m h co N Z N D U LU LU D O to O to -D to Oto O u7 tD u] O o tD N 1[) d m Y to h O N N h q O f+ h N tD tD N 1� h W N m U A vi CV h tL7 h i� 7 Q N m 7 to N V' r O (O O M O N N N_ N N N_ 7 m N M M m h 'IW m m L'!m h a �_ m O O_ W (D Z N r O O O O to to O m to W to W to tD O O N O N W N W>v) G h O u] N G h LQ (G h m h Q1 h of h Q h M h (O N W d d h m W CG M w m O u] M u7 l�J N m V' r m m u'') m W (D u7 N Lf) O t() O to m ti') m v O v N M w Q m O m W h (D til M N O m W h m Y) a J a w O w O O O O O O Q O O O O O O O O O O O o m m m m m m m m m m m m Q y L{] N N N N N N N N N N N N O} O N Fo073' O � ACYHA Registration Information Analysis Combined Reg Info Ail Levels PlyrRegLevel 2008 2009 2010 2011 Mite 1: New Player 64 77 65 89 Mite 1: Returning Player 47 42 37 30 Mite 2 65 51 51 46 Mite 3 51 49 44 45 Mite Aggregate 227 219 197 210 Girls MM 13 22 20 20 Girls M1 9 11 9 10 Girls M2 20 11 10 10 Girls M3 11 15 10 9 Girls Mite Aggregate 53 59 49 49 Girls 10U 16 21 31 31 Girls 12U 22 22 20 23 Girls 14U 7 6 1 3 Boys MM 51 55 45 69 Boys M1 38 31 28 20 Boys M2 45 40 41 36 Boys M3 40 34 34 36 k Boys Mite Aggregate 174 160 148 161 Squirt 83 72 62 55 Peewee 64 62 74 71 Bantam 52 59 27 47 Total Reg 471 461 412 440 Mite new Mayer recruiting hit all time high of 89 for 2011-2012 season? We 1: New Player 100 80- 60- Mite 1: New Player 40- 20- 0- 2008 020D2008 2009 2010 2011 Player info by age and projections 2012 0 2013 0 2014 0 2008 2009 2010 2011 Projected Projected h` Projected Gender Age Level I Count Count Count Count Count Count Count Female 3 3 Female 4 3 7 2 5 5 5 Female 5 8 10 7 7 18 18 18 Female 6 12 12 10 15 15 38 38 Female 7 19 13 12 10 15 15 38 Female 8 12 18 15 13 11 16 16 Female 9 U10 10 12 20 13 11 9 14 Female 10 U10 11 12 13 20 13 24 11 21 9 23 Female 11 U11 13 9 12 12 18 12 10 Female 12 U11 13 11 8 11 11 29 17 29 11 21 Female 13 U12 5 7 1 3 4 4 4 4 6 6 Female 14 U12 Male 3 3 0 5 3 3 3 Male 4 25 22 12 25 15 15 15 Male 5 34 32 29 33 69 41 41 Male 6 32 40 31 34 39 81 48 Male 7 44 28 41 30 33 37 78 Male 8 37 38 30 36 26 29 33 Male 9 Squirt 36 34 30 24 29 21 23 Male 10 Squirt 42 35 30 29 23 52 28 49 20 43 Male 11 PeeWee 24 40 36 30 29 23 28 Male 12 PeeWee 35 22 38 40 33 62 32 55 26 54 Male 13 Bantam 29 34 16 39 41 34 33 Male 14 Bantam 22 25 11 8 20 61 21 55 17 50 Totals 471 461 412 440 481 510 523 Registration by City 2008 2009 2010 2011 iBrooklyn 2008 2009 2010 2011 Center ' 4 4 5 3 Brooklyn Park 10 11 10 10 -- Golden Vaf ley -74. 62 731-75 58 - 51 1__77_.. 68 e Maple Grove_ , -- _ 3 7 3 Medicine Lake _ 13 1 1 ; 1 Minneapolis--6-� i - 9 T 8 8 E New Hope ! 75 74 57 66 __ 1 -?-l -y' -m- o-ut"h T 192 172 - 150 14_8 I Rabbinsdale 44 54 II 47 5.5 St Louis Park _48 2 1 1 Female 2008 2009 2010 2011 i Brooklyn Center 3 4 2 1 _ ---- -- i Park. ---- -1------------ 4 ----- -- 4 _—_ _ Cr -.Brooklyn, I--14. f 60 _ 16 —19-h- 19 Golden Valley _ _ 13 16 _ 13 19 1 Maple Grove i �- 1 2 �_ _ P_inno_ 1 3 ..__ N -. Mew Hope 5---- _�-- - 16 �... 18 � _.1_4._�._ _ _ 13 Plymouth 44 37 32].. 32 ._.--1 i Robbinsdale 1 - 14 ] . .�_ 17 ..__ 151 _._ _ 17 ! St Lows Paris _148 - - 34 37 -- 32 _ 38 _ Male 2008 2009 2010 2011 Brooklyn Center 3 4 3 2 Brooklyn Park ,-- 5 -1--.__6. Crystal 60 -7 57 ---6 56T -58 - Golden Valle+ 491 42 38 49 Maple Grove 3 63_ Medicine Lake 1 1 1 1 Minneapolis 5 6 6 6. _ New Hope - 59 _ 56 43 53 Pjymouth ; 135 118 116 _ Robbins dale - _148 - - 34 37 -- 32 _ 38 _ St Louis Park _� _ 2 _ Interior Improvements m a Q J zz Z N O Z w LL K =Q Z z m °O °o z 1 o � ZO k 3 N� U up.' aLL Ngo z 2 NQS o o 0 U w z ¢ Z4a Ul z$ s $mow 00 z QaO J Ja O UZ w zx° t7x � ¢ I. -I F 1 zo Lu d w:Pi �� z06 ❑U z��JZ Z www zwf3 �va�2z WZLu i� agZU 7 UUz a Cw3 z Z, gm2m 0333 �L-U O !� O���z�$W2�� W W I:! W � W W W J O U Z Z w 0. Z Z Z Z Z a R' Q Z Z Q Z O LL LL iV [+l U R O' 6060 J r Irk Z U O O O W U z Y m W Z p ^ W O' �j mZ F v) in 0.. }ara r u�0 W F ozZZ O ai 6K� rd rcz�w�z WoCa�p�� Cg"�aaW W Z?z P m ��UppJu41 !- KS�Ww "6 wg LLg m = Om py Nt j LL i pOq�=ZQE C7Z6 T3� gZp}5 §! �Sj m >> �O JO UWw O wz:0 rijC7i0f7 F p¢xaw`n W� &5�¢ �zt.-w.izx� ?aa'�Z Zg0.7d0 zCL Z Q�JZf/1 Z WG()w QQ W[7pp y }- 2Q Q i�S Q4 D Q W}J W W 0.�LL Z ¢�g0 0.UUJQv1ZLL 0.U�c5 HE 0. Uw2� 13W wMW,K a� CL O �O E ZZ Z I� W p � 4i z F LL + J- Cr): L =. - z Fill ° Lwu,g Wim-CDZ w z 0�) 55 FA tit ) c§ HM CAP .i ` ■ ° ; • � '|! !. \ � | | 2 / W § §/ § I § coLU § -zz� �2§§ 3 §-=S k @ �k2§ �!K 0 o ) 22 \ k)U§ 0 26 § U- §k 0222 U �� » Z k2)/ 2� §� 2 ate; �R0« ee kf� RR 2§ 9a §. 2w 2 _; ■zLZ? 2affz= L) shoo =k �§ �¢2kkk¢$§]§$§§k§§§§$§ (Ba.0 �¢q dk §§ February 14, 2012 Tom Betti CONSTRUCTION 292 Design Group 9100 49th Avenue North New Hope, MN 55428 Re: New Hope Ice Arena Dear Tom, RJM Construction is pleased to present an estimate for the New Hope Ice Arena renovations. Together with 292 Design Group and the City of New Hope, we can work as a team to deliver the project goals of cost, schedule and quality. Our estimate is based upon drawings received February 3, 2012, Total Base Estimate: $492,573 ALTERNATES: No. 1: Ceramic the at North and South hallways. Add $43,200 No. 2: Suspended acoustical ceiling system at North and South Add $11,700 hallways. No. 3: New door and drawer fronts at Concession area, Add $10,194 No. 4: New uni-sex toilet room at upper level. Add $18,750 No. 5: Replace existing wood interior windows at office and north Add $36,979 rink. No. 6: Provide Corian type counter -tops in lieu of Cambria Deduct $8,804 counter -tops. CLARIFICATIONS: No. 1: This estimate assumes that all work will be done during regular business hours. No. 2: We do not include removing, storing or re -installing any systems furniture. No. 3: Phone, data, AV and security are all excluded. No. 4: Architectural and engineering fees are not included. No. 5: Our estimate does not include any SAC and WAC fees. in effort to identify the most complete and economical pricing, we looked at the entire project as one scope of work. We understand that there may be some components that would be broken out separately. The approximate cost breakout for the main areas of work are as follows: $108,117 for the community room, $178,471 for the vestibule and $205,985 for the main level refresh work. CORPOVIATE OFFICE HWY, 7 CORPORATE CENTER Thank you for the opportunity to provide this estimate. Our team is experienced and 7003 W. LAKE ST. SUITE 400 competent in your market; this applied knowledge will assist the team in obtaining the best ST. LOUIS PARI(, MN 55426 PHONE 952.837-8600 possible project value. Please feel free to contact RJM if you have any questions or need FAX 952-832.9600 additional information. REGIONAL. OFFICES 1331171H STREET SUITE 605 DENVER, CO 80202 PHONE 720.898.448$ FAX 770-898.5688 9375 EAST BELL RD- SUITE202 PHOENIX, AZ 65260 PHONE 602.325.1.450 FAX 952-893-8152 Sincerely, Ted Beckman Chief Estimator CONSTRUCTION ESTIMATE DATE: February 14, 2012 PROJECT: New Hope Ice Arena ARCHITECT: 292 Design Group DRAWING DATE: February 3, 2012 ESTIMATE SUMMARY DESCRIPTION Notes Base Estimate $/sf 9,000 Construction Casts Selective Demolition $28,000 $3.11 Concrete & Masonry $12,400 $1.38 Metals $39,500 $4.39 Millwork $32,291 $3.59 Metal Panels $11,250 $1.25 Roofing $6,000 $0.67 Doors, Frames & Hardware $10,800 $1.20 Fire Shutter $7,500 $0.83 Entrances & Storefront No interior window work included $50,400 $5.60 Gypsum Wallboard $9,600 $1.07 Tile $51,000 $5.67 Acoustical Ceilings $6,000 $0.67 Carpet & Resilient $4,500 $0.50 Painting & Staining $21,175 $2.35 Commercial Appliances Refrigerator, microwave, range $8,000 $0.89 Food Service Equipment 3 -compartment sink $5,000 $0.56 Fire Protection $5,250 $0.58 Plumbing $10,800 $1.20 HVAC $28,500 $3.17 Electrical $41,000 $4.56 Earthwork $9,800 $1.09 General Conditions $25,636 $2.85 Genera! Liability Insurance $4,668 $0.52 Builders Risk Insurance $0 $0.00 Permits No city permit cost included $1,500 $0.17 Bond $0 $0.00 Subtotal Construction Costs $430,571 $47.84 Contingency $43,057 $4.78 Contractor's Fee $18,945 $2.11 Total Construction Estimate $492,573 $54.73 PAGE 2OF3 CONSTRUCTION ESTIMATE DATE: February 14, 2012 PROJECT: New Hope Ice Arena ARCHITECT: 292 Design Group DRAWING DATE: February 3, 2012 ESTIMATE SUMMARY DESCRIPTION Notes Base Estimate $/sf 9,000 Owner Costs SAC/WAC $0 $0.00 Testing & Special Inspections $750 $0.08 Owner Furniture & Fixtures $0 $0.00 Interior Signage $0 $0.00 Exterior Signage $0 $0.00 Systems Furniture $12,000 $1.33 Concession Equipment $0 $0.00 Owner Equipment $0 $0.00 Subtotal Owner Costs $12,750 $1.42 Design Fees Arch & Engineering Fees Total fees through construction $47,800 $5.31 Subtotal Design Fees $47,800 $5.31 Contingency Design Contingency $0 $0.00 Owner Contingency $0 $0.00 Subtotal Contingency $0 $0.00 Total Project Estimate $SS3,123 $61.46 PAGE 3 OF 3 R�, Stevens Lobby and Office refresh and remodeling including the following: • Expand entry vestibule to the east by 8-10 feet to create a larger lobby • Look at ways to potentially bring in natural light to the lobby • Remove the wall between the north and south rink lobbies. This will be dependent on cost and code issues. • Relocate stair in lobby to help create a more open feel. This will be dependent on structural and cost issues and will require field investigation to determine if it is even possible. • New lobby flooring — large tile • Remove wood wall finish and visually lighten up the space • Remove unit heater from lobby • Clean-up and potentially replace HVAC ductwork • New hallway tile flooring • New paint on walls In lobby and common areas New carpet and paint in office and conference areas • New lighting • Clean-up low voltage wiring by having it installed in conduits • Replace wood windows that look out to north rink • New ceilings in common areas and conference room New furniture for office and conference room • New millwork component in conference room for a small refrigerator, microwave, and storage for staff lunches Replacement of counter tops in the concession area, along with new door fronis a Additional items that may be identified during the design phase of the project, SCOFF OF WORK As design professionals that specialize in, and focus on, ice arena facilities; we will provide the following, detailed, step-by-step approach to your project: Step 1-- Schematic Design Phase: We firmly believe that design Is a partnership between the client and their design team. The more closely we connect in understanding the aspirations of our clients, the greater the design potential becomes. We strive diligently to learn about our clients to instill into our understanding their values, perceptions and ideals. This approach to design for all of the projects we undertake is based on the belief that architecture must grow out of an Intimate and continuing dialogue between the design team and the client. Open and lively communication is the key to making this work. During this phase we will: Meeting #1 — Meet with the City to review the desired improvements. Review the recommendations in the 2010 Ice Arena Engineering Study and discuss immediate and long term needs and goals. Rank improvements according to priority and assign costs for planning and budgeting future improvements. Prepare and develop Schematic Design documents (pricing set) which will include floor plans, elevations, and details. Provide a project schedule. Meeting #2 — Meet with the City to review Schematic Design documents and project schedule. Ms. Susan Rader Git1y of New Ho a d6�—New Hoe Ice Arena Interior Improvements �1 O'KteA-Roaudson, WI 5 016 t 715.386.5$04 ;, .$)1.436.2075 f715.386-5879 www.stevensenglneers.com Stop 2 — Design Development Phase MStevens During this phase we will: Prepare design development documents based on discussions in Step I and the approved schematic design. N Prepare preliminary specifications in CSI format. Prepare draft of procurement and Division 1 documents. Provide opinion of probable construction costs for the improvements. Meeting #3 - Meet with the City to review Design Development documents and make changes based on these discussions. Step 3 — Construction Documents Phase During this phase we will: .. Prepare final working and permit -ready drawings showing dimensions needed for construction, exterior and interior elevations as needed, reflected ceiling plans, schedules and appropriate details needed to convey the design intent and construction finish. Structural engineering services as required for the larger entrance, wall removal at the lobby, and potential stair relocation are included. Mechanical and electrical design services are also included. Interior design services include; finish plans detailing paint, wall covering, flooring locations and types along with furniture selections. Make revisions based on discussions in Step 2. Prepare final specifications in CSI format. Prepare final procurement and Division 1 documents, Provide a final opinion of probable construction costs. J, Update the project schedule. Meeting #4 — Meet with the City to review the final documents, project schedule and cost estimates. Revise final documents according to comments by the City. Present final plans, specifications, schedules and opinion of probably construction cost to the City Council, Step 4 — Bidding Phase During this phase we will: Provide recommendations on bidding and award schedule, Provide copies of the bid documents to the City for your use. Distribute copies of the Laid documents to the contractors and potential bidders. Answer questions from contractors, suppliers, and the City during the bidding process. Review bid results and recommend award of construction contract. 9 Prepare construction contracts for review by the City. Ms. Susan Rader Cita of New Hove — New Hoppe Ice Arena Interior Improvements 3JMAJf.RoM�Wudson, Wi 54016 t 715.386.5 a ff4.436.2075 f 715.386.5879 www.stevensengineers.com 0- Stevens Step 5 — Construction Phase Services Proper Installation and construction of improvements play a significant role in the success of this type of project. Experienced ice arena professionals provide a higher level of confidence that the Installation has been done right and the final product has been constructed as the design intended. We will provide the construction administration phase services necessary to monitor and document the construction of the project for the City. More specifically we wilt. Provide twelve (12) site visits during construction to view process and installation. The total number of site visits can be modified, if requested, once a final construction schedule has been established. Additional site visits will be charged as an additional expense, it is anticipated that each additional site visit will require 3 hours per visit. We will document the project progress through field reports. ■ Answer construction and code related questions or issues that arise and address as needed to maintain the specified construction schedule. r Provide contract administration services including: ® Shopdrawing review of equipment and materials. Maintain a shopdrawing log and file to tum over to the City at the end of the project. r Review and process pay requests, change orders, etc. ADDITIONAL UNDERSTANDING For purposes of defining the scope of work, Stevens will assume the following; 1, Prior to starting the work, you shall provide the Stevens Team with full information regarding their requirements including any special or extraordinary considerations for the Project or special services needed. You shall also make available all pertinent existing data. 2. Modifications to the Scope of Work or additional design or drafting resulting from revisions after commencement of our services will be billed as additional services on an hourly basis. Additional work will' hot proceed without a signed contract amendment. 3. In preparing this proposal, certain items have been excluded from the scope of services that may or may not be required. Should these services become necessary, we can provide them as additional services and shall be approved in writing. The following services have been excluded from this proposal: Energy calculations • information for energy rebate programs • Environmental reviews, reports or permits • Project advocacy beyond the normal standard of care Ms. Susan Rader City of New Hope -- New Hoppe Ice Anna Interior Icmprovements �;�Ij Il R(DjMp Iudson, W154016 t715.386.5 ,& At".436.2075 f715.386.5879 www.stevensenglneers.com COST OF SERVICES We propose the following fixed fees for the services based on an estimated construction cost of $400,000 to $500,000 and as outlined above. STEP 1 — SCHEMATIC DESIGN PHASE $7,000 STEP 2 — DESIGN DEVELOPMENT PHASE 1$9,500 STEP 3 -- CONSTRUCTION DOCUMENT PHASE $17,000 STEP 4 — BIDDING PHASE $2,400 STEP 5 — CONSTRUCTION ADMINISTRATION PHASE $11,900 TOTAL FIXED FEE SERVICES $47,806 4��15ao Conditions of Proposed Fee. - 1 . ee:1. Reimbursable expenses are billed in addition to the proposed fixed fee. 2. The costs of all testing services required are in addition to the fixed fees and will be paid directly by the City, 3. The cost of all review agencies, City, State or other applicable fees are in addition to the fixed fees and will be paid directly by the City. 4. We will invoice monthly for services based on a percentage of the fixed fee work completed at the time of invoicing. 5. Finance charges will be applied to all payments not received within 30 -days of invoicing. 6. We will provide additional services, pre -approved by you, on an hourly basis in accordance with our current fee schedule. Additional site visit during the construction phase will be based on a 3 - hour duration at a cost of $375.00 per visit. 7. Taxes not included in fee. 8. The attached professional fee schedule is valid through December 31, 2012. Any services furnished after December 31, 2012 will be charged In accordance with our 2013 fee schedule. We will not increase any item on the fee schedule by more than 5% for work performed in 2013. The fixed fee will remain unchanged for 2013. PROJECT SCHEDULE We understand the desired schedule is to have the improvements completed by October 1, 2012. Upon acceptance and authorization to proceed, we will meet with the City to develop a mutually agreeable project schedule. If you, Jim, Kirk, the Mayor, or City Council have any questions regarding this proposal, please feel free to call me. We would be more than happy to meet with you to discuss the details of the proposal. if the proposal Is satisfactory, we will draft an agreement for our services for the City to review. I can be reached at our office at 651.436.2075 or on my mobile at 651,492.1376. We appreciate the opportunity to continue to work with you, Jim, Kirit and the City on this facility. Sincerely, STEVENS Scott A. Ward, P.E. PrincipsWice President Enclosure: 2012 Professional Services Fee Schedule Ms, Susan Rader City of New Hoppe — New Hope ice Arena Interior QNPjI-RgAA6;Hudson, WI 5016 t 715.386.5W f 715.386.5879 www.stevensengineers.com APPENDIX B 2012 Professional Services Fee Schedule Period: January 1, 2012 through December 31, 2012 HOURLY FEE SCHEDULE Personnel: Principal Engineer/Project Manager $110-$185 Specialist $170-$385 Project Engineer $90-$120 Project Architect $75-$105 Planner $60-$75 Technician/Inspector $45-$$5 Interior Designer $55-$85 Administrative $45-$60 Registered Land Surveyor $$54100 Survey Crew (1 person with GPS or Robot) $145 Survey Crew (2 persons with GPS or Robot) $1554165 Survey Crew (3 persons with GPS or Robot) $165-$195 9-11 Stevens ENGNEERS • PLANNER5 • SURMOR.5 Expert Witness Rales: All rates shall be multiplied by a factor of 1.5 for litigation, arbitration, dispositions, other legal or administrative proceedings. REIMBURSABLE EXPENSES Reimbursable expenses include, but are not Iimlted to the following: • Transportation cost at IRS allowable rate. • Parldng fees. • Cost of out-of-town travel, lodging and electronic communication In connection with the project. R roductions, plots, and standard fort documents. Item Size Black & White Corot Photocopies/PrintingPhotocoples/Printing 8%x11 $0.10 $0.60 8Yx14 $0.12 $0.90 11 x 17 $0.15 $1.50 Plots 22 x 34 $1.5D $5.00 24 x 36 $2.00 $5.50 28 x 42 or larger $3.00 $6.00 SpedWon and Wort Assembly (Binder, Cover $8.00 Laminated Re rt Covers with Binder $17.00 Proiect ahotographv. postage, long-distance and mobile telephone calls, and facsimiles. • Materials required to assemble reports. • Subconsultents. • Other similar direct project -related expenditures. Reimbursable expenses are billable at 10% over cost. Stevens' typical invoicing process; monthly billing, due net 30 days. Council unanimously supported the draft policy and staff was directed to place the item on the January 23 Council Meeting agenda. ICE ARENA INTERIOR Mayor Hemken introduced for discussion item 11.4, Discuss proposal for Ice IMPROVEMENTS Arena interior improvements. Item ILIA Ms. Susan Rader, director of parks and recreation, distributed photographs of the Cottage Grove ice arena. Mr. Kirk McDonald, city manager, stated he and Director Rade' met with 292 Design Group and Stevens Engineering to discuss short-term and long-term needs for interior improvements. Mr. Betti of 292 Design Group reviewed a proposal to provide professional design services for the proposed renovation of the ice arena entrance, lobby, offices, community room and common spaces for a cost of $33,500 (steps 1-3). He noted inclusion of the bidding phase and construction administration phase (steps 4 and 5) would cost a total of $47,800. Mr. Betti explained that the proposal addresses architectural, interior design, furniture, mechanical engineering, electrical engineering, and structural engineering. He stated it would be necessary to prepare plans and specifications and review options with staff and Council. He pointed out that adjustments would likely be needed during the project if issues were encountered during the interior renovations. He stated the proposal include-, 12 site visits. Ms. Rader pointed out that many issues listed in the CIP and Park Infrastructure. Fund through 2015 will be handled by the current ice arena energy savings project (repainting exterior, infrared heating, replacement of stairs, north floor). She suggested using park infrastructure funds for the interior improvements. Mr. Betti reviewed the proposed community center room improvements including refreshing the entry sequence, storage room, catering kitchen, lighting, windows (alternate), ceiling, unisex toilet (alternate), ductwork design, trophy display, coat rack and shoe storage space, and paint. He stated the plans for the lobby and office include expansion of the vestibule, adding natural light, possible removal of the wall between north and south rink lobbies, new flooring, removal of the wood wall finish to lighten up the space, furniture selection, millwork in conference room, concession area countertops and door fronts. Mayor Hemken inquired of the community room rentals, specifically whether the number of rentals dramatically reduced due to the policy change requiring the presence of a police officer if the renter is serving alcoholic beverages. Mr. ,Jim Corbett, recreation facilities manager, indicated the outside rentals has slightly decreased although over the holidays many family events were held at the community room. He stated there is validity to improve the space as it is City Council Work Session January 17, 2012 Page 4 UTILITY BILLING PROGRAM Item 11.5 City Council Work Session Page 5 well used by private groups as well as hockey groups and for the dance program. Mayor Hemken inquired whether there will be improvements to the locker rooms. Mr. Corbett indicated locker rooms are not a part of the proposed interior improvements. Discussion ensued regarding expansion of the lobby and whether it will cause parking space loss. Mr. Betti stated he believes the front could be expanded 5-10 feet without impacting the parking lot. Mr. Corbett reported there is sufficient sidewalk space to extend the vestibule. It was noted that the sidewalk area may require new concrete. Council Member Stauner commented that although the ice arena's financial report for 2011 has not yet been distributed, he is hopeful that the operation is in good condition. He expressed concern with the cost of the project and whether there is a payback. He questioned whether the demand for ice time will exist in 10 years. He requested staff to develop information regarding the long-term sustainability of the ice arena. Ms. Rader noted that staff will recommend improvements that have the greatest impact. Council Member Hoffe recommended prioritizing the improvement items along with associated costs. Mr. Betti indicated that is part of the planning phase. Mr. Kirk McDonald, city manager, commented on the $4.5 million renovation project currently underway at the arena (new roof and energy-related improvements, new north ice sheet, dehumidification system, lighting, conservation improvements, and exterior painting). He stated the improvements should last a minimum of 25 years, and it is timely to make interior cosmetic improvements. He recommended approval of steps 1-3 of the professional design services proposal for $33,500. Council Member Stauner inquired of the city's commitment if it was determined the project is not feasible. Mr. McDonald commented that the city would own the plans and specifications for use in the future, and there is no obligation to the consultant to undertake the project. The Council was receptive to placing this matter on the January 23 Council Meeting agenda. Mayor Hemken introduced for discussion item 11.5, discussion of city's utility billing program. January 17, 2012 PLANNING CASE Mayor Hemken introduced for discussion Item 8.1, Resolution approving 2011-10 Planning Case 2011-10, request for conditional use permit to allow a medical Item 8.1 clinic in a school facility, 8301 471h Avenue North, Independent School District 281, petitioner. RESOLUTION 2012-26 Council Member Elder introduced the following resolution and moved its Item 8.1 adoption: "RESOLUTION APPROVING PLANNING CASE 2011-10, REQUEST FOR CONDITIONAL USE PERMIT TO ALLOW A MEDICAL CLINIC IN A SCHOOL FACILITY, 8301 47m AVENUE NORTH, INDEPENDENT SCHOOL DISTRICT 281, PETITIONER." The motion for the adoption of the foregoing resolution was seconded by Council Member Hoffe, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Stauner; and the following voted against the same: None; Abstained: None; Absent: Lammle; whereupon the resolution was declared duly vassed and adopted, signed by the mayor which was attested to by the city clerk. PLANNING CASE Mayor Hernken introduced for discussion Item 8.3, Resolution approving the 2011-09 extension of the review period for Planning Case 2011-09, Request for a Item 8.3 variance at 8424 46th Avenue North, Dawn Niess, petitioner. Mr. Eric Weiss, community development assistant, explained the request for a 60 -clay PxtPnsion for consideration of the planning application to allow the petitioner time to provide a property survey. RESOLUTION 2012-27 Council Member Stauner introduced the following resolution and moved its Item 8.3 adoption: "RESOLUTION APPROVING THE EXTENSION OF THE REVIEW PERIOD FOR PLANNING CASE 2011-09, REQUEST FOR A VARIANCE AT 8424 46TH AVENUE NORTH, DAWN NIESS, PETITIONER." The motion for the adoption of the foregoing resolution was seconded by Council Member Hoffe, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Stauner; and the following voted against the same: None; Abstained: None; Absent: Lammle; whereupon the resolution was declared duly passed and adopted, signed by the mayor which was attested to by the city clerk. ICE ARENA Mayor Hemken introduced for discussion Item 8.4, Motion to authorize IMPROVEMENTS preparation of plans and specifications for interior improvements at the New Item 8.4 Hope Ice Arena. Ms. Susan Rader, director of parks and recreation, requested the City Council approve the proposal by Stevens Engineering to provide plans and specifications for cosmetic improvements to the interior of the Ice Arena in the amount of $33,500. Ms. Rader reported major ice arena improvements are underway as part of the recently approved $4.4 million project which includes the new roof and energy-related improvements, including the new north ice sheet, dehumidification system, lighting, conservation improvements and exterior New Hope City Council January 23, 2012 Page 7 painting. She stated staff feels that this would be a good time to implement some updates to the arena lobby, office area and community room, and brought this topic forward to Council at the December 19, 2011 work session for discussion. She stated in December Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications. She noted Stevens and 292 Design Group were the consultants selected through an RFP process to be involved in the 2010 Ice Arena Study. She stated a proposal was shared with the Council at the January 17, 2012 work session. Ms. Rader reported funding of the proposed project could be covered by the Parks Infrastructure Fund which has a balance of $1,270,500 as of December 31, 2011. She stated several projects that have been listed in CIP and the Park Infrastructure Fund through 2015 will be completed as part of the current improvement project, including infrared heating„ replacement of the north floor and bleacher stairs, mechanical improvements and project costs. Ms. Rader stated if the Council supports moving forward with interior upgrades to the arena by approving the proposal for plans and specifications, staff would continue to meet with Mr. Ward and Mr. Betti to develop formal plans. She reviewed the proposed timeline for the project: February — present plans to Council March — present bids to Council (including alternate bids); award contract Summer 2012 —complete work Council Member Stauner expressed concern regarding the cost and funding options. He questioned whether the city would be obligated to pay the full design cost if the project is not feasible. He spoke of the need to address long- term sustainability of the icc arena. Mr. Kirk McDonald, city manager, noted the action before the Council at this time is authorization to prepare plans and specifications. He explained if the City Council does not authorize proceeding with the project, the plans and specifications will be property of the city and can be used at a later date Ms. Rader commented that the consultants are aware of the possibility that the project may not proceed. MOTION Motion was made by Council Member Elder, seconded by Council Member Item 8.4 Hoffe, authorizing preparation of plans and specifications for interior improvements at the New Hope Ice Arena. Voting in favor: Hemken, Elder, Hoffe, Stauner; Voting against: None; Absent: Lammle; Abstained: None. Motion carried. IMP. PROJECT 900 Mayor Hemken introduced for discussion Item 8.5, Motion to authorize Item 8.5 preparation of plans and specifications for playground improvements at Civic Center Park (improvement project no. 900). New Hope City Council January 23, 2012 Page 8 a LL m a ��ii `m U $ C7 O d LD v c m w LL V7 N W OI m m � W A F - m W0 W w N h w S W p cfl O C7 N v p r m O OJ W uj N S a m m 4 O `m r O 3 p E C7 y O SCCi U 0 N p Q N O w LL p C H D 3 S W LLM EO N W p m N y � o v E " s� coo b cn x° E } m ig p s o s Z V � T m m O c `gym S vym o y rn v O NO 6 N O N a m m w m a •Q� c 'F C C pp E C C g E Q :t !C :t m N Y (pV Amy 00 m m m W mBa ICv c S m0 pp U b o o y O a L g o= o yyy i` O a W o o { E .s N a c p V v a a E m o q u)u)m m _ �,7 "c U V U L E S g EmE*} w 5� W U u.9� a Q w ° E U m U .ryq� t z t r r n r r = r r >_ > t r t r r 23 m r : n r m r r_ r r a y� o: .99 r t E t. L ��pp p W p p pp G7 p O l(l7 ry p Q W W O1 Y9 N 0� m N W S N p W S w dU � W fti m } p N O N O N O N O N o N N N N N N N N N N N R N N N N N N N N N D c '' m m m m m Z 2 g c Q w 6 w t E E E m ` E a $ a E n a E 0. c 5'i U (4 L E o m E E c Ir K v s s i Q m E= ¢ v m '�' r E 'E r m 1 o. y m w m �° D c '? in rn c c m o o E o E E E m o $ � $ �5 b oo o o E m � m '� '9 m m 4 a ¢ 4 E E U U U U �i N a z m a a a a a m a m m a a m a q _ _ _ _ ci c� c7 0 0 0 a LL m a ��ii `m U $ C7 O d LD v c m w LL Fm - c m c d a m m N A V) N U C m` 15 L m O � W U � (7 O a � 000 0 O h c CC9 N 0 V1 N CDw 4) N N N 9 (00 n n H N DD M Oi p Ln a M N LL b V7 N Q V) T O N V) (N 0 V) O m h h m ti W) Cl r m (3 n C 7 Oi N f7 0 m KI CA LL N W P d) t C N N y 7 O ~ W 0 N 0 m U W 5 y U. o C F- U j U- E CD 0 m 0 0 N 3 O o d p @ p P DD 0 m W =0 -S" � 5 ` o CL E ¢ Cl V � � I CL W 0) ° 47 yy W ° W 4= N -0 U 'pW N b N m N 0'1 ti N "C W d2 W } m vi U C N _ •C C _ .� Y W O. OWi C m L p C p c C E'W m .� h h ob W I W w *a ° cu CO E W c m v a c a E= E b ¢ _ cccn La a 0 E N = O O = W — N 0 c cm z :E r 133 L L 7 3 7 m r L t L Im L Lp r 7 .0 t ° C E E E a p O O p h O O u7 N a 'n N p u'l O 0 m h h bl aD N a m N m 0 m h o f 0 [7 T IN i(j m IL U N N N N N NN N N N N N N N N N N N N N N N y- ap r o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N N CLCL r E 'A C =® ccE IF E N = crc W E yy ��_q (D W qJ 3 O G C w O = W E ._ O_ 3 V :� N 7 8 9 W U .e C Q 8 �; �1 d Q _U x a og E o W E p E W m m¢ a a v ii x 1° W gmg m �C Ntow w as as o v� f 5 o a U U ~ N 0: m a s as 0- a WaI a 6. LL a a1 N A V) N U C m` 15 L m O � W U � (7 O a c CDw 9 3 3LL W H m lL U) L x C -BO F y � C o eyc 3 U y C .a j W CL a C ro b s LO LL v c N y m E eu c c '0 :3 c w E ao 8 cd c m U � U m en co u"+ 0 w 0 0 0 a od CD O o 'n M o � ern M o C cc Lo to N en o m Cl m c ywy� c � r r r v m C LL° N e: ec Pt E Q O 7 LL yd LO M n LO Lo M d R d u1 LO N M O 'D.O co C 7 L1. Y W a m r Y3 c c O a rn o � r is �U 3 c O LL S7 C H a c ci o �' 0 0 N O N E �o 0 m ? v �+ FL m T co a CV N U o V � � M Q N C O y 07 -50 -0 's -2 eS7 C 01 '8 4z: Lo C n �y CSO dpi d d p a 61 Q 12(S E N c �j d �F = on U W m 3 c E Eca 'c a— w E m _ E m m C� t c o �mm o c w n Ln o m m a a� E 5 Co0 V g¢ �_ a Q. ° in in mi m r c y�0 .o RM L PM t r t t L 7 L 7 7 M t L M t E E E E E c 0 C 0 C:, OD 0 O a d 0 O) 0 O 0 r Lo M a L[3 u7 M Cl m U') cn N u, o m aG N x •`��' e v an a U ani 0 N a N o N 0 N 0 N o N 0 N 0 N 0 N 0 N a N 0 N 0 N 0 N 0 N 0 N a Lo x o co co a 3 t w cu a .mac.. aX4j n 2 E n cts E m 5 ym sa U E q �+ y° } *Q+cr '9 L P E CD ui _ M � M E E U N C� i. C �1 Q +� �U` F � N N oluf 0 m a ��l 21a. Q I ¢ C�7 E CU') y � C o eyc 3 U y C .a j W CL a C ro b s LO LL v c N y m E eu c c '0 :3 c w E ao 8 cd c m U � U m c 2 w 4' m c ywy� c •a � ecu O v m C LL° N e: ec Pt E C U 0 U Lu 0 0 O O W O OO O O O Q O1 O N O ori O LL7 N N Y7 fT7 In h u7 N h C A � c 0 M m -0A li � O Ur C A A N LL e o � a N o a V m O LL'1 O LO N 0 U) lf) h C 7 LL a `m 0 0 Y3 c � T C7 0 m N O � r N a C U 0 W LL C3 C LL € 00 r O O C f6 � O O O O co Q 0 T9 co2 IL x E d U) CL �O E o L Q N (D C1 C V It '�j lT0 � Lo C p aN0 0 N a A io O m Q N a N >.f x n E }+ O C rn O 0 N C N E W LL w - a Ion P! �' CDa E g ¢ Q, air U O7 `v`s Q' Q m v U) in a c E C, 8 � N w 0 t r-� t r r r rnLm 3 r 'O .0 L � t — L L L 0 L L C CL O CO 0 O O C) O O O O O O N O r r O M U[ N N Lo M Ln h Loh N M � a � a o 0 0 0 00 0 0 0 O N 0 N N N 0 N N 0 N 0 N N N N N N N N Q � a m 4 vo 0 d a m a E a .` a.0 _ e °' g E cl N +n OQ ° a C 0 N -Ti n c D W N a us en Of�F o U N e m O cm o r N i A v C .E a CL a .CL — a ¢ x ren a° E m CU9 LD C U 0 U Lu 0 0 21 C A � c 0 M m -0A li � E € . C A A N e o � a o a V m m e C !i a co ' (n £ (t h W S; co v CD E W O 7 0 E c 4 c� to C Q 77 C 7 QL7 O O O o O lit N O LL7 O o O LL 3 0 l� � p R C LL C m 3 E yy 3 O LL xN co to N 0 a16 N O In 0 N O t- 16 C C 0 E p 'O co Q C 7 LL ` «� m GA U. Vi R Q1 Lo LL CO N R d O Ol L s O 0 0 N � In LL o r F •v w o D Q c $ a N o O 0 N Go 1 cm 4 o m m R C N N S E W z o E v a Q b a� m Co —� �• yy 2 'p C N }� C L C C 1n a a $� � co Ol aCi m a o W o ? °° � C E E o Q pcm o O7 0 c a m cmyQ O CR C R N R R C �° C �7 'O E .4 W m N O C coco 3 g a m 5 R f a co rn a v ID U 16 0.0 tll 2 Ui .P 16 EC c N C xNx W R 'O C 7 t L L L t L 2 t(D 1a a L 0) L L L L o0 L (J} O 'C ID a 4i OO W O O O T In T O I(1 LO It N O I17 O 00 6 N O r h Q V 0 a n O In O In O In O +n O 1n 0 In O 1n O 1n O ur O In O n O Irl O W N Q} N N N N N N N N N N Cl N N CL m 0 n 8 c o Lo T C i2 . c y E Mm aai ' a Z S E o p m R a rEp •C V) E G c R a Z' ` ,c 8 n ID E m qv Etc c �m E n' C Rcau E In Ip C € H H O v 111 �qEq', a w P tm 0. N N a a d ICO d U �i g U C7 W S; co v CD E W O 7 0 E c 4 c� to C Q 77 C 7 QL7 � _7 aI LL 3 0 l� � p R C LL C m 3 E yy 3 O C N xN co N O CL' a16 16 C ` N3 E p 'O U C Q C 4'7 ` «� m GA U. Vi R Q1 Lo LL CO N 0) LO M m M c m` L C) d LL U C�7 O a ®O C W o 6 O O O N O N O , Y M O C7 '0 Lp CO O m r- C4 � � � 'F O 7 ro a qi :� LL p C 7 UI m LL Z co 3 c3 N F O O 3 N LL N N N R V' N {07 M O W m O O � M 7 LL LY a `m n n s � O C O 7� 7 `m O C7 c 0U. cm H C c U- E E C4 ya C C a _ E in z CL o E CLm m IC9 M 3 R c � � W (n a O On7 O N d d N C N i0 N Q. C7. E . N ]+ N D y LD O �� C U N O N O� cl 7 N C O 47 C a) m L ~ Cb N R L 'O N W W m Ecc c$ C O7 °.° fl 3 3 N E Q 's ro s m C-? m 's 3 a tm w ro E 7 O1 C m L m L "n C m tlJ C xN W a)W t I N to 'O $ PL t L L 3 .0 L L L L L L 7 S L 7 RM PM MM L3 m C E L� L L t L L L a COD d Q C N W 'mV N M [07 m m 001 o on `N P1T 11 T T T m 4 U m m m m m m co m m m m m m m m m m m o N O N Q N o N O NN OO N O O N N O O N N O N o N G N o N O N O N CL} `ocl CO _ r y L c G .. b t Y ti LL W Y E O O L E r c c_ G1 w `�� � _ dj o U 4 N L 4 L'v� b C mrn O � Z m who 8 m ca m E a a m ro n`v ac 40 F _ a c E _ �E 1p a P L m a O �_? M LL A U ciL U C, N z r0 m CJ a$i a ftl O aaQ rot m'o 5 00 b C7 0 � 0) LO M m M c m` L C) d LL U C�7 O a &0 C z Zj G U w 3 � y � a C � � 'F O 7 ro a qi :� LL p C 7 UI m LL Z co 3 c3 N F &0 C z U w 3 CL' a CYH :� 01) m' oo V m U. 4 2 c N y m mLL m� H COUNCIL A Request for Action Originating Department Approved for Agenda Agenda Section Parks and Recreation February 27, 2012 Consent Item No. By: Susan Rader, P&R Director By: Kirk McDonald, City Manager 6.4 Motion to accept the plans by Stevens Engineering and authorize seeking bids for th interior improvements at the Ice Arena (project no. 901) Requested Action Staff recommends that the City Council accept the plans by Stevens Engineering and authorize seeking bids for the interior improvements at the Ice Arena. The quote by Stevens Engineering for the next step, the Bidding Phase, is in the amount of $2400. Background Major arena improvements are underway as part of the approved $4.4 million project which includes the new roof and energy-related improvements, including the new north ice sheet, dehumidification system, lighting, conservation improvements and exterior painting. These much needed improvements do not include any interior improvements. Staff feels that updates are needed to the arena lobby, office area and community room, and brought this topic forward to Council at the December work session for discussion. At the meeting on December 19, 2011, Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. Staff met with Scott Ward from Stevens Engineering and Tom Betti from 292 Design Group to discuss both short term and long term needs for interior improvements and brought a proposal forward for discussion at the work session on January 17, 2012. On January 23, 2012, the City Council formally approved moving forward with the development of plans and specifications. This included Steps 1-3 in the Stevens Engineering proposal in the amount of $33,500. Staff has continued to meet with Mr. Ward and Mr. Betti to develop formal plans and identify needed improvements as well those that could be alternatives if the funding is available. These plans were shared with the Council at the February 21, 2012 work session. Mr. Betti, Mr. Ward and Ms. Holz were also available at the work session to answer questions and further explain the plans. 7 Motion by Second by To: I:\RFA\P&R\ARENA\20I2\R-Authorize bids for Interior arena Improvements.docx Request for action February 27, 2012 Page 2 As follow up to the February 21s1 meeting, in the next couple of weeks, engineers will be finalizing specifications and including the alternatives that were suggested by the City Council. Some of the items discussed include: • Breakdown of Bids: Contractors could provide one lump sum bid for the base bid work and breakdown their pricing into three categories — Community Room, Lobby Expansion, All other work. The bid award would only be based on the base bid lump sum price with separate alternate item pricing. This would provide "approximate" pricing for the three main areas. However, the City could not hold the contractors to those separate numbers. If the City chooses to reduce the scope of the project by removing one of the categories, the City would have to negotiate the actual price through a change order to the project. • Showers for the locker rooms: This item can be included as an alternate. This topic was discussed in the 2010 Engineering Study and would require a fairly involved building renovation and expansion. The applicable sections from the report are included for your information. • Locker Room Painting: Teams currently paint their own locker rooms so staff and the engineer recommend not including locker room painting as part of the project. Funding The funding of this project could be covered by the Parks Infrastructure Fund. As of December 31, 2011, the Parks Infrastructure Fund cash balance is approximately $1,270,500. There are several projects that have been listed in CIP and the Park Infrastructure Fund through 2015 that will be completed of as part of the current improvement project, including infrared heating, replacement of the north floor and bleacher stairs, mechanical improvements and project costs. This amounts to approximately $3.3 million. In 2011, an additional $10,000 was earmarked for the community room kitchen improvements and $6,000 for carpet replacement. Recommendation If the Council supports moving forward with interior upgrades to the arena by formally accepting the plans and authorizing the solicitation of quotes from contractors, staff would anticipate having the plans for bids distributed and advertised in mid-March with an anticipated bid opening on April 12, 2012. Staff would then bring these quotes to the Council for discussion in April. The quotes would include several alternate options so the city can determine which improvements it wants to complete. If the city receives favorable quotes and the Council supports moving forward, a project could take place during summer 2012. It is anticipated to have all improvements complete by early fall. Attachments Plans from Stevens Engineering Proposal from Stevens Engineering 2010 Engineering Study — Team Room information I:11FA\P&R\ARENA12012\R-Authorize bids for interior arena improvements.docx fa -j- z LU f z } p ? 0 gw LL 8 S LL z a z z w o W d oa W or r FZ U p5'-' = w z U LU K ui pOQ it 1z z 0 Zqp U' � �0 r�nr o_WW apF co 1°za p pogq rw z [1 4 z Zw�? a3oWZ[[w7 oo<go— Z z2�pu�u�z wj Lu gZd2 OCuTu wwO�u z>z Oww a Lir KKVUz ZgoCEMU a Q SN � Wp w m? a y 0�zwZW� In w 4f7111w�+ V QFQ h y � JUmmp pµ! > �t9a=uzw3uzzoMc7�0 wi zocViLw >0f U. awww zaz�xogwnzrcoc "I L4 1 11 1 f n `-~ Ci1 �4 N -- h J �Zzwz F 1 q ga a LL t7 � rc w w U i wI tzg Zg4mV U i w ecwiuYi Ir (00 M I i —� w UP I A § &� EL 2 £sE �E u m © _�`o � ��2Lu ICK k ■ 3325 2 � B@ %kik 2BLLJK o % &2B « oI 2§ k § §� ]@2� §§ 8 %SEB§) §§ �Wk§ §/�� I.- � §#k}7\ $\ k} �k Z0>o ° ee 2 &_ �-j U- z« _� kE ��j�=i} u o §■add �E �$/Ekk$§§§§¢2§k �¢§§§¢$ �$q �kn$E - - February 14, 2012 r? Tom Betti CONSTRUCTION 292 Design Group 9100 49th Avenue North New Hope, MN 55428 Re: New Hope Ice Arena Dear Tom, R}M Construction is pleased to present an estimate for the New Hope Ice Arena renovations. Together with 292 Design Group and the City of New Hope, we can work as a team to deliver the project goals of cost, schedule and quality. Our estimate is based upon drawings received February 3, 2012. Total Base Estimate: $492,573 ALTERNATES: No. 1: Ceramic tile at North and South hallways. Add $43,200 No. 2: Suspended acoustical ceiling system at North and South Add $11,700 hallways. No. 3: New door and drawer fronts at Concession area. Add $10,194 No. 4: New uni-sex toilet room at upper level. Add $18,750 No. 5: Replace existing wood interior windows at office and north Add $36,979 rink. No. 6: Provide Corian type counter -tops in lieu of Cambria Deduct $8,804 counter -tops. LLARIFICATIONS: No. 1: This estimate assumes that all work will be done during regular business hours. No. 2: We do not include removing, storing or re-instaiiing any systems furniture. No. 3: Phone; data, AV and security are all excluded. No. 4: Architectural and engineering fees are not included. No. 5: Our estimate does not include any SAC and WAC fees. In effort to identify the most complete and economical pricing, we looked at the entire project as one scope of work. We understand that there may be some components that would be broken out separately. The approximate cost breakout for the main areas of work are as follows: $108,117 for the community room, $178,471 for the vestibule and $205,985 for the main level refresh work. CORPORATE OMcE ;;';A' 7 C0CP3Rh.Tc C"NTS P Thank you for the opportunity to provide this estimate. Our team is experienced and 700.+ :Y. LAKE ST. -ij1T 4DO competent in your market; this applied knowledge will assist the team in obtaining the best 5'f. 1 -OUTS PARK, V.N 55,92C PHONE 95y 83+`'3.+00 possible project value. Please feel free to contact RJM if you have any questions or need rnx 952.83? -9E00 additional information. REGIONAL OFFICES 1331 17 T H 57r f ET SUITE 605 fJLNVFR. CO 80202 PHONE 720•Cy3-"L'a r 6y- 7Z0-xf`�8-5fi8?. 9375 EA:,"; TiEL.L RD, SL4TE 203 PHOENIX, AZ G53i.0 PHONE 60"-325ia9'D FAX 952-893-81.;2 Sincerely, 4 Ted Beckman Chief Estimator CONSTRUCTION ESTIMATE SUMMARY ESTIMATE DATE: February 14, 2012 New Hope Ice Arena 292 Design Group DATE: February 3, 2012 PAGE 2 OF 3 �1 CONSTRUCTION DATE: February 14, 2012 PROJECT: New Hope Ice Arena 292 Design Group DRAWING DATE: February3, 2012 ESTIMATE SUMMARY PAGE 3 OF 3 07 StAVA Lobby and Office refresh and remodeling including the following: Expand entry vestibule to the east by 8-10 feet to create a larger lobby Look at ways to potentially bring in natural light to the lobby Remove the wall between the north and south rink lobbies. This will be dependent on cosl and code issues. Relocate stair in lobby to help create a more open feel. This will be dependent on structural and cost issues and will require field investigation to determine if it is even possible. ® New lobby flooring — large tile Remove wood wall finish and visually lighten up the space Remove unit heater {tarn lobby Clean-up and potentially replace HVAC ductwork New hallway tile flooring New paint on walls in lobby and common areas New carpet and paint in office and conference areas New lighting Clean-up low voltage wiring by having it installed In conduits Replace wood windows that look out to north rink New ceilings in common areas and conference room New furniture for office and conference room New millwork component in conference room for a small refrigerator, microwave, and storage for staff lunches Replacement of counter tops in the concession area, along with new door fronts Additional items that may be identified during the design phase of the project. SCOPE OF WORT{ As design professionals that specialize in, and focus on, lee arena Mciiities; we will provide the following, detailed, step-by-step approach to your project; Step t -- Schematic Design Phase: We firmly believe that design Is a partnership between the client and their design team. The more closely we connect in understanding the aspirations of our clients, the greater the design potential becomes. We strive diligently to learn about our clients to instill into our understanding their values, perceptions and Ideals. This approach to design for all of the projects we undertake is based on the belief that architecture must grow out of an intimate and continuing dialogue between the design team and the client. Open and lively communication is the key to making this work. During this phase we will. Meeting #1 — Meet with the City to review the desired improvements. Review the recommendations in the 2010 ice Arena Engineering Study and discuss immediate and long term needs and goals. Rank improvements according to priority and assign costs for planning and budgeting future improvements. Prepare and develop Schematic Design documents (pricing set) which will Include floor plans, elevations, and details. Provide a project schedule. Meeting #2 —Meet with the City to review Schematic Design documents and project schedule. Ms. Susan Rader C1 of New Ho e _ New Hope Ice Arena Interior Improvements 2 ZQ;4MWQft0p udson, Wi 54016 t 715.386.5 a ,436.2075 f 715.386.5879 www.stevensengineets.com btevens Step 2 — Design Development Phase During this phase we will: Prepare design development. documents based on discussions in Step 1 and the approved schernatic design. Prepare preliminary specifications in CSI format. Prepare draft of procurement and Division 1 documents. Provide opinion of probable construction costs for the improvements. Meeting #3 - Meet with the City to review Design Development documents and make changes based on these discussions. Stop 3 — Constructlon Documents Phase During this phase we will: ffi Prepare final working and permit -ready drawings showing dimensions needed for construction, exterior and interior elevations as needed, reflected ceiling plans, schedules and appropriate details needed to convey the design intent and construction finish. Structural engineering services as required for the larger entrance, wall removal at the lobby, and potential stair relocation are included. Mechanical and electrical design services are also included. Interior design services include; finish plans detailing paint, wall covering, flooring locations and types along with furniture selections. Make revisions based on discussions in Step 2. Prepare final specifications in CSI format. • Prepare final procurement and Division 1 documents. • Provide a final opinion of probable construction costs. E Update the project schedule. 10 Meeting #4 — Meet with the City to review the final documents, project schedule and cost estimates. f Revise final documents according to comments by the City. In Present final plans, specifications, schedules and opinion of probably construction cost to the City Council. Step 4 — Bidding Phase During this phase we will: if Provide recommendations on bidding and award schedule. Provide copies of the bid documents to the City for your use. Distribute copies of the bid documents to the contractors and potential bidders. Answer questions from contractors, suppliers, and the City during the bidding process. Review bid results and recommend award of construction contract. R Prepare construction contracts for review by the City. Nis. Susan Rader Citv of New Ho e - New Hope Ice Arena Interior Improvements 2 ;(�I�eil.�i" udson, WI 54016 t 715.386.5 e _ 436.2075 f 715.386.5879 www.stevensengineem.com Stip 5— Cansdrrctfon Phase Senrdces BStevren! Proper insWIadon and construction of Improvements play a significant role in the success of this type of project. Experienced ice arena professionals provide a higher level of confidence that the Installation has been done right and the final product has been constructed as the design intended. We will provide the construction administration phase services necessary to monitor and document the construction of the project for the City. More specifically we will: Provide twelve (12) site visits during construction to view process and installation. The Dotal number of site visits can be modified, if requested, once a final construction schedule has been established. Additional site visits will be charged as an additional expense, it is anticipated that each additional site visit will require 3 hours per visit. We will document the project progress through field reports. Answer construction and code related questions or Issues that arise and address as needed to maintain the specified construction schedule. Provide contract administration services Including: Shapdrawing review of equipment and materials. Maintain a shopdrawing log and file to tum over to the City at the end of the project. Review and process pay requests, change orders, etc. ADDITIONAL. UNDERSTANDING For purposes of defining the scope of work, Stevens will assume the following; 1, Prior to starting the work, you shall provide the Stevens Team with full information regarding their requirements including any special or extraordinary considerations for the Project or special services needed. You shall also make available all pertinent existing data. 2. Modifications to the Scope of Work or additional design or drafting resulting from revisions after commencement of our services will be billed as additional services on an hourly basis. Additional work will riot proceed without a signed contract amendment. 3. In preparing this proposal, certain items have been excluded from the scope of services that may or may not be required. Should these services become necessary, we can provide them as additional services and shall be approved in writing. The following services have been excluded R __ LL IForrr thiii proposal: Energy calculations • information for energy rebate programs • Environmental reviews, reports or permits 1 Project advocacy beyond the normal standard of care Ms. Susan Rader City of New Hope— New Hope Ice Arena Interior Improvements e�I 4o Jiudson, WI 5416 t 715.386.5Me $&#.436.2075 f 715.386.5879 www.stevensenoneers.com COST OF SERVICES We propose the following fixed fees for the services based on an estimated construction cost of $400,000 to $500,000 and as outlined above. STEP 1 •- SCHEMATIC DESIGN PRASE $7,000 STEP 2 — DESIGN DEVELOPMENT PHASE $9,500 STEP 3 —CONSTRUCTION DocumENT PHASE $17,000 STEP 4 -- BIDDING PHASE $2,400 STEP 5 — CONSTRUCTION ADMINISTRATION PHASE $11,900 ToTA1- PIKED FEE SERVICES $47,800 CandWons of Proposed Fee: 1. Reimbursable expenses are billed in addition to the proposed fixed to. 2. The costs of all testing services required are in addition to the fixed fees and will be paid directly by the City. 3. The cost of all review agencies, City, State or other applicable fees are in addition to the fixed flees and viii be paid directly by the City. 4. We will invoice monthly for services based on a percentage of the fixed fee work completed at the time of invoicing. 5. i^ ina cites jai°gee wili be applied to all payrnents ; Poi received within 3G -days ui invoicing. $. We will provide additional services, lar"ppro;red by you, on an hourly basis in accordance with our current fee schedule. Additional site visit during the construction phase will be based on R 3 - hour duration at a cost of $375.00 per visit. 7. Taxes not included in fee. 8. The attached professional fee schedule is valid through December 31, 2012. Any services fumished after December 31, 2012 will be charged in accordance with our 2013 fee schedule. We will not increase any item on the fee schedule by more then 5% for work pe- rformod in 2013. The fixed fee will remain unchanged for 2013. PROJECT SCHEDULE We understand the desired schedule is to have the improvements Completed by October 1, 2012. Upon acceptance and authorization to proceed, we will meet with the City to develop a mutually agreeable project schedule. If you, Jim, Kirk:, the Mayor, or City Council have any questions regarding this proposal, please feel free to call me. We would be more than happy to mwt with you to discuss the details of the proposal. If the proposal is satisfactory, we will draft an agreement for our services for the City to reviet+t►. I can be reached at our office at 651.436.2075 or on my mobile at 651.492,1316. We appreciate the opportunity to continue to work with ybu, Jim, Kirk and the City on this facility. Sincerely, STEVENS Scott A. Ward, P.E. PrincipalWice President Enclosure: 2012 Professional Services Fee Schedule Ms. Susan Rader C11tv of New Hoe - New Hope ice Arena Interior Improvements 2 M1 ft �Iudson, WI 5016 t 715.386.5 a .436.2075 4 715.386.5879 www.stevensenginee.rs.com APPENDIX B 2092 Professional Services Fee Schedule Period: January 1, 2012 through December 31, 2092 HOURLY FEE SCHEDULE Pe_ rsonnel Principal Englneer/Project Manager $110-$185 Specialist $170-$185 Project Engineer $90-$120 Project Architect $75•$105 Planner $60$75 Technicianllnspectpr $45-$85 Interior Designer $55.$85 Administrative $46460 Registered Land Surveyor $854100 Survey Crew (1 person with GPS or Robot) $145 Survey Crew (2 persons witty GPS or Robot) $155-$165 Survey Crew (3 persons with GPS or Robot) $165-$195 OStevens ElNYi NURS • PLANNERS SURVFYOAS Expert Witness Rates; All rates shall be multiplied by a factor of 1.5 for litigation, arbitration, dispositions, other legal or administrative proceedings. REIMBURSABLE EXPENSES Reimbursable expenses include, but are not limited to the following: Transportaflon cost at IRS allowable rate. • Parking fees. • Cost of out of town travel, lodging and electronic communication in connection with the project. • rrolem pnotagrapny, postage, long-distance and mobile telephone calix, and facsimiles. • Materials required to assemble reports. • SubconsuNants. • Other similar direct project -related expenditures. Reimbursable expenses are billable at 10% over cost. Stevens' typical invoicing process; monthly billing, due net 30 days. Council unanimously supported the draft policy and staff was directed to place the item on the January 23 Council Meeting agenda. ICE ARENA INTERIOR Mayor Hemken introduced for discussion item 11.4, Discuss proposal for Ice IMPROVEMENTS Arena interior improvements. Item 21.4 Ms. Susan Rader, director of parks and recreation, distributed photographs of the Cottage Grove ice arena. Mr. Kirk McDonald, city manager, stated he and Director Rader met with 292 Design Group and Stevens Engineering to discuss short-term and long-term needs for interior improvements. Mr. Betti of 292 Design Group reviewed a proposal to provide professional design services for the proposed renovation of the ice arena entrance, lobby, offices, community room and common spaces for a cost of $33,500 (steps 1-3). He noted inclusion of the bidding phase and construction administration phase (steps 4 and 51 would cost a total of $47,600. Mr. Betti explained that the proposal addresses architectural, interior design, furniture, mechanical engineering, electrical engineering, and structural engineering. He stated it would be necessmy to prepare plans and specifications and review options with staff and Council. He pointed out that adjustments would likely be needed during the project if issues were encountered during the interior renovations. He stated the proposal include.- 12 ncludes12 site visits. Ms. Fader pointed out that many issues listed in the CIP and Park Infrastructure Fund through 2015 will be handled by the current ice arena energy savings project (repainting exterior, infrared heating, replacement of stairs, north floor). She suggested using park infrastructure funds for the interior improvements. Mr. Betti reviewed the proposed community center room improvements including refreshing the entry sequence, storage room, catering kitchen, Lighting, windows (alternate), veiling, unsex toilet (alternate), ductwork design, trophy display, coat rack and shoe storage space, and paint, He stated the plans for the lobby and office include expansion of the vestibule, adding natural light, possible removal of the wall between north and south rink lobbies, new flooring, removal of the wood wall finish to lighten up the space, furniture selection, millwork in conference room, concession area countertops and door fronts. Mayor Hemken inquired of the community room rentals, specifically whether the number of rentals dramatically reduced due to the policy change requiring the presence of a police officer if the renter is serving alcoholic beverages. Mr. Jim Corbett, recreation facilities manager, indicated the outside rentals has slightly decreased although over the holidays many family events were held at the community room. He stated there is validity to improve the space as it is City Council Work Session January 17, 2012 Page 4 NEW HOPE ICE ARENA— ENGINEERING STUDY Cons: * Expensive and extensive renovation project. • Keeps elevator in current location which is an obstacle in the expanded lobby. 0 Serving window to concessions divides the lobby. Lose rink access control for varsity events because the wail Is removed between the two existing lobbies. Lobby Concept B (See Figure 1) Pros: gi Pushes entry out to the east helping to increase the lobby size. Relocates stair to community room to create more centralized lobby space. + No work In concessions area. * Remodel office area. Updates public restrooms to meet current ADA code. 8 Replaces existing wood framed windows between north rink and lobby. New walking track added to north end of south rink, eliminates need for walkers/joggers to walk through lobby * Less expensive option because main spaces are not being relocated or renovated. Cons: Enlarged lobby is undersized for a facility of this size. e Site lines from lobby area of south are compromised if the track Is installed Inside the arena, the track will prevent you from seeing the north goal. Lose rink access control for varsity events because the wall Is removed between the two existing lobbies. Team Room Concept A (See Figure 3): Pros: • Minimal Impact on interior of existing rink. • Maintains existing toilet and showers, and varsity team rooms. e Adds new toilet and shower facilities to the exterior of the building. • No work required in coaches rooms. • Less expensive option because the existing facility is minimally impacted with construction. Cons: Requires relocation of trash enclosure. Requires relocation of existing transformer. Results in the loss of approximately 8-10 parking stalls. phntn P-36- The axisting lobby is on the smaller side for a facility of this size Photo P-37: Existing walking track lobby and concessions area in the south Rink. z ,a Photo P-39: Existing varsity team room. Page 50 of 74 NEW HOPE ICE ARENA - ENGINEERING STUDY Team Room Concept B (See Figure 3): Pros: • No exterior construction to west side of existing arena, results in no loss of parking stalls. r * Provides toilet and shower facilities for the visiting varsity team. Creates new coaches offices to the south of the arena. • Creates a new larger youth team room to the south of the arena. * Electrical transformer and trash enclosure do not need to be relocated. • Opportunity to create second floor space above new team room and coaches offices. Cons: • Requires extensive interior construction, resulting In loss of use of team rooms for a period of time. • Results in loss of existing storage room. • Potential to be expensive because of amount of plumbing work required on south end of arena for new toilet and shower facilities. • Coaches offices are far removed from the varsity team rooms, adult supervision of team rooms is more difficult. On May 13, 2010 a series of revised concepts based on Input from the first concept design meeting and comments received from committee members were presented to the committee. The two primary additions to the study were the Inclusion of a gymnastics gym and a large expansion to the existing lobby. The pros and cons to each scheme are presented below: Lobby Concept 1 (See Figure 4): Pros: • Relocates offices adjacent to the entry. • Pushes entry out the southeast, creating -) better visual marker to Wh avenue north and the parking lot. • Lobby space increases, • Leaves existing elevator intact. • Opens up south rink lobby to north rink lobby. • Concessions is centrally located with a serving window to each side of the lobby. • Opportunity to incorporate the history of the New Hope Hockey and Arena Into the entryway by designing display cases around the existing structure. Existing toilet rooms would be updated to meet current ADA guidelines. Page 51 of 74 NEW HOPE ICE ARENA— ENGINEERING STUDY Cons: • Relocating the elevator and stair Is expensive. • Relocation of offices Is expensive. Control of access Into each arena Is more difficult, especially for large events. A control person will need to be positioned at the large event entry. This will take a different operational philosophy than how the building is currently controlled. Community Room Concept 2 (See Figure 5): Pros: * Enlarged community room space. • A lounge with a fireplace Is incorporated into entry space creating a great atmosphere for wedding receptions, family reunions, etc. The lounge space can also be used for larger dance classes or as overflow space. The community room has its own sense of entry with the relocated stair and elevator. The bridge connection allows for the opportunity to create a highly festive and energetic entry by opening it up with glass to the exterior. People outside will be able to see activity inside the building. Allows for a tremendous amount of exterior windows to be Incorporated Into the design to bring natural light into the community room. • Kitchen and support facilities are located to west of the facility adjacent to existing plumbing. Cons: • The expense to build out over lobby. Team Room Concept A (see Figure 6): Pros: 0__ • Creates large team rooms that allow the JV and Varsity programs to share the same team room, also the team rooms have a separate area for changing out of street clothes. ■ Coaches' Mces are located between the tearn rooms this helps maintain supervislon over the team room area • The new visitor team room has Its own toilet and shower facilities, • Ability to create space above the new visitors team room and team room four which could be accessed from the walking track above. Page 53 of 74 NEW HOPE ICE ARENA --ENGINEERING STUDY Cons: • Expansive build -out to the west Is expensive. • 16 parking stalls are lost due to the expansion. o Trash enclosure and electrical transformer need to be relocated. Team Room Concept B (see Figure 6): Pros: No exterior construction to west side of existing arena, results In no loss of panting stalls. Provides a new JV team room with toilet and shower facilities. • Creates new coaches offices central to the team rooms to help maintain supervision over this area of the arena. • Creates a new larger youth team room to the south of the arena. • Electrical transformer and trash enclosure do not need to be relocated. • Opportunity to create second floor space above new JV Team Room and Team Room 4. • Maintains toilet and drawer facilities that are avallable to other teams and the coaches. Cons: • Requires extensive Interior construction, resulting in loss of use of team rooms for a period of time. • Results In loss of existing storage room. Potential to be expensive because of amount of plumbing work required an south end of arena for new toilet and shower facilities, Gymnastics Gym Concept A (see Figure 8): Pros: • Provides a new gymnastics gym to serve the community. • Located adjacent to main entry enables very good operational control over the entire facility. Expands the services that the New Nope Arena provides, making it more of a true community center. • Additional toilet rooms to serve the gymnastics gym along with current arena patrons. • Provides an expanded lobby and separate distinct access to upper level community rooms. • opportunity to create an updated Image to the overall facility. • Office is located adjacent to main entry allowing for visual control over both ice sheets, gymnastics gymnasium, and access to upper level community rooms. Page 54 of 74 NEW HOPE ICE ARENA — ENGINEERING STUDY Based on the May 13, 2010 drawings a cost estimate for construction was prepared by RJM Construction to Identify probable costs associated with the proposed Ice arena upgrades and is included in Appendix D for reference, The cost estimates are also Included below in Table 11. Table 11, Building Improvements Cost Estimate Il�tn Get Community Room improvements - Option 1 $434,000 Lobby Improvements - Option 1 $1,130,000 Community Room Improvements - Option 2 $741,000 Lobby Improvements - Option 2 $1,380,000 Team Room improvement - Option 1 $576,700 Team Room improvement - Option Z 1 955,000 Team Room Improvement -- add second story $121,000 Site work associated with building improvements $118,000 North Rink — Bleacher improv. —new concrete stairs $17,700 North Rink — Bleacher Improv. - install hand rails $18,100 Exterior of Building - Paint $52,000 Exterior of Building — repair block ($72/SF x 775 5F) $55,800 Exterior of Building — re-gradesite for drainage $30,000 Walking Tracklmprov.— pouredrubberflooring $131,000 Walking Track Improv. — re-route track inside S. Rink $125,000 North Rink —Replace roof $588,000 LED monument sign budget $56,000 North Rink - Increase roof Insulation to R-30 $90,000 Gymnastics gym and restrooms addition $1,100,000 1. The cost presented In this table Include a 15% estimate, design and construction contingency and 18% for design, legal and administration Energy Conservotion Opportunity # 17 — Increase roof Insulation from R = 7.5 to R=30 In North Rink: Ta bi a 12A. ECO #17 Item Est. Value Summer peak demand savings (kW) NIA Annual energy savings (kWh) 32,000 Annual electrical cost savings ($j $2,300 Other cost savings ($) $0 Cost of opportunity ($ from table above) $90,000 Simple payback (years) 391 Page 57 of 74 rod momf -13Am a3mm. NaLLlaab VN36V 301 +vumu r� rrtfv u�r.r 0 0 Q C. w 0 0 w V, co c cu CL E 0 0 w E m 0 A N ck%N !t am= mum m m m m m u m m m u m m NoLf my VNIW aal a T T E 0 0 w E d m 0 IE 0 21 W w C3\ N MITlWoul Request for Action Originating Department Approved for Agenda Agenda Section Parks and Recreation April 16, 2012 Work Session Item No. By: Susan Rader, P&R Director Jim Corbett, Recreation By: Kirk McDonald, City Manager 11.3 Facilities Manager Review and discuss bids for the Ice Arena interior improvements (project no. 901) Requested Action Staff recommends that the City Council review and discuss the bids for the plans and specifications provided by Stevens Engineering for improvements to the interior of the building. Representatives from Stevens Engineering and 292 Design Group will be present to review the bids and answer any questions. Staff requests that the City Council also discuss the next phase of the project. The quote by Stevens Engineering for the next and final step, the Construction Administration Phase, is in the amount of $11,900. If the Council supports moving forward with all, or a portion of, the interior upgrades to the arena, staff recommends the Council formally award the bid at the council meeting on April 23, 2012 and authorize the Construction Administration Phase. Background Interior cosmetic improvements are needed to the arena lobby, office area and community room, and staff brought this topic forward to Council at the December work session for discussion. On December 19, 2011, Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. Staff met with Scott Ward from Stevens Engineering and Tom fietti from 292 Design Group to discuss both short term and long term needs for interior improvements and brought a proposal forward for discussion at the work session on January 17, 2012. On January 23, 2012, the City Council formally approved moving forward with the development of plans and specifications. Plans and specifications were developed and discussed at the February 21, 2012 work session and formally approved by the City Council on February 27, 2012. At that time, staff was also authorized to solicit quotes from contractors for the project. Motion by Second by ,a To: LGi G & [:IRFAIn&R\ARENA\2o121Discussbids for interior arena improvements WS Apr 2012,docx Request for action April 16, 2012 Page 2 Bids were advertised and the bid opening was held on Thursday, April 12, 2012, On April 13, 2012, staff met with Scott Ward and Tom Betti to review the bids and prioritize the components of the project. Due to the fact that the bids were reviewed and tabulated after the work session packet was compiled and delivered, staff will present the bid tabulation at the work session. Funding Due to the fact that the ice arena facility serves the needs of a variety of parks and recreation programs, such as hockey, figure skating, dance and community room rentals, the funding of this project could be covered by the Parks Infrastructure Fund. There are several projects that had been listed previously in CIP and Park Infrastructure Fund through 2015 that will be completed as part of the current improvement project, including infrared heating, replacement of the north floor and bleacher stairs, mechanical improvements and project costs. This amounts to approximately $3.3 million, which was included in the long-term CIP. In 2011, an additional $10,000 was earmarked for the community room kitchen improvements and $6,000 for carpet replacement. As of December 31, 2011, the Parks Infrastructure Fund cash balance was approximately $1,270,500. In the 2012 CIP, which Council discussed at the March 19, 2012 work session, a project for interior improvements was included. Recommendation If the Council supports moving forward with a project for the interior upgrades to the arena, staff recommends the Council formally award the bid and authorize entering into a contract, along with proceeding with the Cortsti-uction Administration Phase at the council meeting on April 23, 2012. If approved, a project would take place during summer 2012. Attachments Plans and Specifications from Stevens Engineering Proposal from Stevens Engineering Arena CIP items for 2012 I:1RFA1P&R\ARENA\2012\Discuss bids for interior arena improvements WS Apr 2012.docx .7 Q� ('v N I ��1 I irvil. k 1}j 0 z O J LL W W w QU, ~� O �rz0 5 z I F 2 Z uj a3cwi3 > 2222 Z O 2 Q N 7y9 lil p W w mo za Y F pZZ � J W C7rzwzZ W LL ZmOaNZZ?g2 } p pF3}r WFxT y� C7 zwUUO Qxa wLU W G¢.� LL w ZZCI~J g g�- z�zz EL Ow O�uzfu0twua�CL z zazN.Oaq�z`�` 04 r 4 W zz z z wy oO Z LL LL LU Q $luU, KpOp o LU z�Op O W O W r uu U Uz W J zoWD — LU aom LU LLpLu r tsU� ZOFJ !]0UZOz2K ag�cwi 0— �ww�� �' SLLULL flood , RL RV ZZ �Z O 2 Q N 7y9 lil p W w mo za Y F pZZ � J W C7rzwzZ W LL ZmOaNZZ?g2 } p pF3}r WFxT y� C7 zwUUO Qxa wLU W G¢.� LL w ZZCI~J g g�- z�zz EL Ow O�uzfu0twua�CL z zazN.Oaq�z`�` 04 J N E �r Z Z W U 7 U 0 J Z O W O U r W z p 2 O 4 W Ower yH 00y2�p ru zW J oW JO Q z Q I Pm Jr US ac3UJxg �ZLL 03333�,ap�r�u �frO zzzzzQ�zzoz"`w �zzz w WO K zO Z U N � d to IM, Z w 9 y J LL aQwT�w aUUysa W\ J Z � � Z W N r 4 y Q 0 1 z Z d Fwo o � $luU, KpOp o 7�lud z�Op O W O W r zlx-Z 220- zS zoWD — LU aom LU UJ W !]0UZOz2K Q�tV aiD4 SLLULL flood J N E �r Z Z W U 7 U 0 J Z O W O U r W z p 2 O 4 W Ower yH 00y2�p ru zW J oW JO Q z Q I Pm Jr US ac3UJxg �ZLL 03333�,ap�r�u �frO zzzzzQ�zzoz"`w �zzz w WO K zO Z U N � d to IM, Z w 9 y J LL aQwT�w aUUysa W\ J Z � � Z W N &- §� |� ! | I § )) 6 $§§ � § � §§)\ 2 / /LO ° }\k§ / @ HM, � = u� I _<�! `■§ Ems ( !-�� G2TO1 % m o 2U§� ��a §2 ƒ b� \� UWI w kH�7 z 'm ir§ �m� &®_� 7■�� °G� 2�=� ° ®w & LU Z0 7: LL S� !( kw Z.OE �2i2� k§2 20■�2 uoLUo m< ew l§skdd z« �� =o z§ �- �G $2§(d$$§§ §§§§§ (B $2§§$$ $ e n §§ �Zg 6§ �zz 2 - -- Re: New Hope Ice Arena Dear Tom, RJM Construction is pleased to present an estimate for the New Hope Ice Arena renovations. February 14, 2012 1= Tom Betti CONSTRUCTION 292 Design Group Total Base Estimate: 9100 49th Avenue North ALTERNATES: New Hope, MN 55428 Re: New Hope Ice Arena Dear Tom, RJM Construction is pleased to present an estimate for the New Hope Ice Arena renovations. Together with 292 Design Group and the City of New Hope, we can work as a team to deliver the project goals of cost, schedule and quality. Our estimate is based upon drawings received February 3, 2012. Total Base Estimate: $492,573 ALTERNATES: your No. 1: Ceramic tile at North and South hallways. Add $43,200 No. 2: Suspended acoustical ceiling system at North and South Add $11,700 hallways. No. 3: New door and drawer fronts at Concession area. Add $10,194 No. 4: New uni-sex toilet room at upper level. Add $18,750 No. 5: Replace existing wood interior windows at office and north Add $36,979 rink. No. 6: Provide Corian type counter -tops in lieu of Cambria Deduct $8,804 counter -tops. CLARIFICATIONS: No. 1: This estimate assumes that all work will be done during regular business hours. No. 2: We do not include removing, storing or re -installing any systems furniture. No. 3: Phone, data, AV and security are all excluded. No. 4: Architectural and engineering fees are not included. No. 5: Our estimate does not include any SAC and WAC fees. In effort to identify the most complete and economical pricing, we looked at the entire project as one scope of work. We understand that there may be some components that would be broken out separately. The approximate cost breakout for the main areas of work are as follows: $108,117 for the community room, $178,471 for the vestibule and $205,985 for the main level refresh work. CORRORATC OFFICE Hs"' r L.I`:g'ATF r.- :'_k Thank you for the opportunity to provide this estimate. Our team is experienced and xTPL .'r`?_? competent in market; this applied knowledge will assist the team in obtaining the best your possible project value. Please feel free to contact RJM if you have any questions or need additional information. F196110NA4 OFFICES C!TU t'_ C) :i !:rrl: �rtt Sincerely, Ted Beckman Chief Estimator CONSTRUCTION ESTIMATE SUMMARY ESTIMATE DATE: February 14, 2012 PROJECT: New Hope Ice Arena ARCHITECT: 292 Design Group DRAWING DATE: February 3, 2012 DESCRIPTION Notes Base Estimate $/sf 9,000 CoiMruction Costs Selective Demolition $28,000 $3.11 Concrete & Masonry $12,400 $1.38 Metals $39,500 $4.39 Millwork $32,291 $3.59 Metal Panels $11,250 $1.25 Roofing $6,000 $0.67 Doors, Frames & Hardware $10,800 $1.20 Fire Shutter $7,500 $0.83 Entrances & Storefront No interior window work included $50,400 $5.60 Gypsum Wallboard $9,600 $1.07 Tile $51,000 $5.67 Acoustical Ceilings $6,000 $0.67 Carpet & Resilient $4,500 $0.50 Painting & Staining $21,175 $2.35 Commercial Appliances Refrigerator, microwave, range $8,000 $0.89 Food Service Equipment 3 -compartment sink $5,000 $0.56 Fire Protection $5,250 $0.58 Plumbing $10,800 $1.20 HVAC $28,500 $3.17 Electrical $41,000 $4.56 Earthwork $9,800 $1.09 General Conditions $25,636 $2.85 General Liability Insurance $4,668 $0.52 Builders Risk Insurance $0 $0.00 Permits No city permit cost included $1,500 $0.17 Bond $0 $0.00 Subtotal Construction Costs $430,571 $4.7,84 Contingency $43,057 $4.78 Contractor's Fee $18,945 $2.11 Total Construction Estimate $492,573 $54.73 PAGE 2 OF 3 41 CONSTRUCTION ESTIMATE SUMMARY ESTIMATE DATE: February 14, 2012 PROJECT: New Hope Ice Arena ARCHITECT: 292 Design Group DRAWING DATE: February 3, 2012 DESCRIPTION Notes Base Estimate $/s# 9,000 Owner Costs SAC/WAC $0 $0.00 Testing & Special Inspections $750 $0.08 Owner Furniture & Fixtures $0 $0.00 Interior Signage $0 $0.00 Exterior Signage $0 $0.00 Systems Furniture Concession Equipment $12,000 $0 $1.33 $0.00 Owner Equipment I $0 $0.00 Subtotal Owner Costs $12,750 .$1.42 Design Fees Arch & Engineering Fees Total fees through construction $47,800 $5.31 Subtatal D'e4go Fees $47,8M $5.31 Contingency Design Contingency Owner Contingency $0 $0 $0.00 $0.00 Subtotal Contingency $0 $0.00 Total Project Estimate 1 $553,1231. $61.46 PAGE 3 OF 3 RStevens January 12, 2012 City of New Hope Attn: Ms. Susan Rader - Parks and Recreation Director 4401 Xylon Avenue North New Hope, MN 55428 RE: Professional Architectural and Engineering Design Services Proposal New Hope Ice Arena Interior Improvements Dear Ms. Rader: We are pleased to submit this proposal to provide professional design services for the proposed renovation and refresh to the entrance, lobby, offices, community room and common spaces at the New Hope Ice Arena. We are proposing the same design team on this project as we had for the Ice Arena mechanical improvement including Stevens as the lead firm, 292 Design Group and Nelson-Rudie & Associates. 292 and NRA's offices are located in the City of New Hope. As you know, we have a very good understanding of the arena and the Improvements the City is proposing; and have the in-depth, specialty experience required to successfully complete this project for you and the City of New Hope. This proposal is in response to the City of New Hope's request and is based on the information gathered from our meeting with you, Jim Corbett and Kirk McDonald on Monday of this week and presented in the Ice Arena Engineering Study completed by Stevens in August, 2010. PROJECT UNDERSTANDING As a continued effort to improve and update the New Hope Ice Arena, the City of New Hope is interested in improving the aesthetics and circulation of the public gathering spaces and offices in the arena. Most of these spaces have not been updated since the original building was constructed in 1975. More specifically, the City is looking to update the finishes in the community room, offices, and common areas. Also, as pari of the project the City would like to expand the existing entry and lobby. The goals of the project as understood to date are as follows: Community room refresh and remodeling Including the following: New storage room 4 New catering type kitchen New lighting Replace windows that look out to the rink Refinish ceiling New uni-sex toilet room Design a new entry into the community room Clean-up and potentially replace HVAC ductwork New trophy display, maybe a case or shelving Repaint walls and sprinkler piping New coat rack and shoe storage space Repaint and refinish entry space into community room 2211 O'Neil Road, Hudson, WI 5A-016 t716.386.5819 t651.438.9.075 ! 75.5.386.5879 r��rr. evM:rct;>�sa�;r rRcrs.cwoin M5Stevens Lobby and Office refresh and remodeling including the following, Expand entry vestibule to the east by 8-10 feet to create a larger lobby Look at ways to potentially bring in natural light to the lobby Remove the wall between the north and south rink lobbies. This will be dependent on cost and code issues. Relocate stair in lobby to help create a more open feel. This will be dependent on structural and cost issues and will require field investigation to determine if it is even possible. New lobby flooring — large the Remove wood wall finish and visually lighten up the space Remove unit heater from lobby Clean-up and potentially replace HVAC ductwork New hallway tile flooring New paint on walls in lobby and common areas New carpet and paint in office and conference areas New lighting Clean-up low voltage wiring by having it installed in conduits Replace wood windows that look out to north rink New ceilings in common areas and conference room New furniture for office and conference room New millwork component in conference room for a small refrigerator, microwave, and storage for staff lunches Replacement of counter tops in the concession area, along with new door fronts A Additional items that may be identified during the design phase of the project. SCOPE OF WORK As design professionals that specialize in, and focus on, ice arena facilities; we will provide the following, detailed, step-by-step approach to your project: Step 7 — Schematic Design Phase. We firmly believe that design is a partnership between the client and their design team. The more closely we connect in understanding the aspirations of our clients, the greater the design potential becomes, We strive diligently to learn about our clients to instill Into our understanding their values, perceptions and ideals. This approach to design for all of the projects we undertake is based on the belief that architecture must grow out of an Intimate and continuing dialogue between the design team and the client. Open and lively communication is the key to making this work. During this phase we will; Meeting #1 — Meet with the City to review the desired Improvements. Review the recommendations in the 2010 Ice Arena Engineering Study and discuss immediate and long term needs and goals. Rank Improvements according to priority and assign costs for planning and budgeting future improvements. Prepare and develop Schematic Design documents (pricing set) which will Include floor plans, elevations, and details. Provide a project schedule. Meeting #2 — Meet with the City to review Schematic Design documents and project schedule. .Vis. Susan Rader C:i at .New Hopp... Now 1-1 c ice Arena; interior hliprovernents 2��r��n�t� T(�ludson, WI 5 .016 [ It5S 186 5G(.4a tC�r�i" ! � > 'U74, s 7�.5 stsb iS?9 µ�u� stcv4n�cn(fi e� rs.coin - OStevens Step 2 - Design Development Phase During this phase we will: Prepare design development documents based on discussions In Step t and the approved schematic design. Prepare preliminary specifications in CSI format. Prepare draft of procurement and Division 1 documents. Provide opinion of probable construction costs for the improvements, Meeting #3 - Meet with the City to review Design Development documents and make changes based on these discussions, Step 3 — Construction Documents Phase During this phase we will: Prepare final working and permit -ready drawings showing dimensions needed for construction, exterior and interior elevations as needed, reflected ceiling plans, schedules and appropriate details needed to convey the design intent and construction finish. Structural engineering services as required for the larger entrance, wail removal at the lobby, and potential stair refocation are included. Mechanical and electrical design services are also included. Interior design services include; finish plans detailing paint, wall covering, flooring locations and types along with furniture selections. Make revisions based on discussions in Step 2. Prepare final specifications in CSI format. Prepare final procurement and Division 1 documents. Provide a final opinion of probable construction costs. Update the project schedule. Meeting #4 — Meet with the City to review the final documents, project schedule and cost estimates. Revise final documents according to comments by the City. Present final pians, specifications, schedules and opinlon of probably construction cost to the City Council. Step 4 — Bidding Phase During this phase we will: Provide recommendations on bidding and award schedule. Provide copies of the bid documents to the City for your use. Distribute copies of the bid documents to the contractors and potential bidders, Answer questions from contractors, suppliers, and the City during the bidding process. Review bid results and recommend award of constructlon contract. Prepare construction contracts for review by the City. Ms. Small Railer City of Ne. %- I10.)e -- New Ho )c icc. Aetna Interior 11.1 provements rii yNv I ; tyudsor W 540`i.6 t 71.5, 38t� � �p Sf 1.43 x.2075 i 79.5.386-58.19 II( i i �,�w,v.Ctc�vonsG��t;in�;e rs. rom Stevens Sfgp 5 — Construction Phase Services Proper installation and construction of improvements play a significant role in the success of this type of project. Experienced ice arena professionals provide a higher level of confidence that the installation has been done right and the final product has been constructed as the design intended. We will provide the construction administration phase services necessary to monitor and document the construction of the project for the City. More specifically we will: d. Provide twelve (12) site visits during construction to view process and installation. The total number of site visits can be modified, if requested, once a final construction schedule has been established. Addltionai site visits will be charged as an additional expense, It is anticipated that each additional site visit will require 3 hours pervisit. We will documentthe project progress through field reports. Answer construction and code related questions or issues that arise and address as needed to maintain the specified construction schedule. A Provide contract administration services including: Shopdrawing review of equipment and materials. Maintain a shopdrawing log and file to turn over to the City at the and of the project. Review and process pay requests, change orders, etc. ADDITIONAL UNDERSTANDING For purposes of defining the scope of work, Stevens will assume the following; 1. Prior to starting the work, you shall provide the Stevens Team with full information regarding their requirements Including any special or extraordinary considerations for the Project or special services needed, You shall also make available all pertinent existing data. 2. Modifications to the Scope of Work or additional design or drafting resulting from revisions after commencement of our services will be billed as additional services on an hourly basis. Additional work will not proceed without a signed contract amendment. 3. In preparing this proposal, certain items have been excluded from the scope of services that may or may not be required. Should these services become necessary, we can provide them as additional services and shall be approved in writing. The following services have been excluded from this proposal: Energy calculations Information for energy rebate programs Environmental reviews, reports or permits • Project advocacy beyond the normal standard of care Ms. Strsau Rader City of Nc-w Ho' —• New Hopc Ice Arena hlter irrr lrr1Y0Verrre.nt5 Z3aC ,$q,1.� 3Ttotyiudsan W! 54016 t I15s 36 5f e e 44 I.4 36.2075 1`71.5 86,5879,�wzvs7::cvc:rtisc;nl;intiae�r{,.a;or�r --- QStevens COST OF SERVICES We propose the following fixed Bees for the services based on an estimated construction cost of $400,000 to $500,000 and as outlined above. STEP 1--SCHEMATio DESIGN PHASE $7,000 STEP 2 -- DESIGN DEVELOPMENT PHASE $9,500 STEP 3—CONSTRUCTION DOCUMENT PHASE $17,000 STEP 4 — BIDDING PHASE $2,400 STEP 5—CONSTRUCTION ADMINISTRATION PHASE $11,900 TOTAL FixED FEE SERVICES $47,800 Conditions of Proposed Fee: 1, Reimbursable expenses are billed in addition to the proposed fixed fee. 2. The costs of all testing services required are In addition to the fixed fees and will be paid directly by the City. 3. The cost of all review agencies, City, State or other applicable fees are In addition to the fixed fees and will be paid directly by the City. 4, We will invoice monthly for services based on a percentage of the fixed fee work completed at the time of invoicing. 5. Finance charges will be applied to all payments not received within 30 -days of invoicing. 6. We will provide additional services, pre -approved by you, on an hourly basis in accordance with our current fee schedule. Additional site visit during the construction phase will be based on a 3 - hour duration at a cost of $375.00 per visit. 7. Taxes not Included in fee. 8. The attached professional fee schedule is valid through December 31, 2012. Any services furnished after December 31, 2012 will be charged in accordance with our 2013 fee schedule. We will not increase any item on the fee schedule by more than 5% for work performed in 2013. The fixed fee will remain unchanged for 2013. PROJECT SCHEDULE We understand the desired schedule Is to have the Improvements completed by October 1, 2012. Upon acceptance and authorization to proceed, we will meet with the City to develop a mutually agreeable project schedule. If you, Jim, Kirk, the Mayor, or City Council have any questions regarding this proposal, please feel free to call me. We would be more than happy to meet with you to discuss the details of the proposal. If the proposal is satisfactory, we will draft an agreement for our services for the City to review. I can be reached at our office at 651.436.2075 or on my mobile at 651.492.1376. We appreciate the opportunity to continue to work with you, Jim, Kirk and the City on this facility. Sincerely, STEVENS Scott A. Ward, P. E. PrincipalNice President Enclosure: 2012 Professional Services Fee Schedule Nts. smsun Rader City ofd` New Ilp} e—Now Hope Ice Aram, Interior hiiprovements �; Y7 t �l� �iS�tLiiari;r,n. Wi 5401b f r1",A86.ciF�' e 4&` f7.1' .3i3�i, 8ii3irears.coin :.., � r i. • a U. • � r .*.. APPENDIX B 2012 Professional Services Fee Schedule Period: January 1, 2012 through December 31, 2012 HOURLY FEE SCHEDULE Personnel: Principal Engineer/Project Manager $110-$185 Specialist $1704185 Project Engineer $90-$120 Project Architect $75-$105 Planner $60-$75 Technicianlinspector $45-$85 Interior Designer $55-$85 Administrative $45-$60 Registered Land Surveyor $854100 Survey Crew (1 person with GPS or Robot) $145 Survey Crew (2 persons with GPS or Robot) $155-$185 Survey Crew (3 persons with GPS or Robot) $165-$195 Steve n s ENGINEERS • PLANNEM � SURVMRS Expert Witness Rates: All rates shall be multiplied by a factor of 1.5 for litigation, arbitration, dispositions, other legal or administrative proceedings. REIMBURS69LE EXPENSES Reimbursable expenses include, but are not limited to the following: • 'Transportadon cost at IRS allowable rate, • Parking fees. • Cost of out-of-town travel, lodging and electronic communlca#on In connection with the project. Reproductions, plots, and standard form documents. Item size Black & White Calor Photocopies/PrInting 8%x11 $0.10 $0.80 8 %x14 $0.12 $0.90 11 x17 $0A6 $1.50 Plots 22 x 34 $1.50 $5,00 24 x 36 $2.00 $5.50 28 x 42 or lar er 1 $3.00 $6.00 Specification and Report Assembly Binder, Cover $8.00 Laminated Report Covers with Binder $17.00 Proiecl ohotoaraohv, oosteae. Iona -distance and mobile telephone calls, and facsimiles. N Materials required to assemble reports. r Subconsultants, b Other similar direct project -related expenditures. Reimbursable expenses are billable at 10% over cost, Stevens' typical invoicing process; monthly billing, due net 30 days. m O W O d O Iti O O O y� O Ia Ia m p n ra N Q u) In p W N In a O N O N V] O N N la lQ O [p p til O m p 0Q m0 .O O L LL LL a m m O n O p Y W a _ 0 Ys c lq l'dl N d 5 f� LL M — C C LL € vmi u4i g y N O O E m � � I Q w CL am x°E 55 zcu� � N A. o v v E r `o co 0 o a a E m n U 9 m m c g c a C w W r L L L L L L m t 7 L L L L 3 L L w L L L L L L L t - E. G L E E - a ^vm' d O Vd1 o 4ap N N O N Ill aW N N w N N ^ W O A Q p N IL c) } m 9 E Lm m m m 2 Q '� N d m m'2 aci m E v @ W c `o L E me � E E S9 p y y } w a o w m m E m E s 5 E E 5 m r a t m C w' LE -V Q m m v .E E E E CL m m w w w $ [] _ v ; .5 m :E -a c v m E O -w6 1w CW N S tm5 w 1�m mom] w Co a{w' a a cnuNru I:\ RFA\ P&R\ ARENA\ 2012\ R -Authorize awarding Interior Improv. bld.docX Request for Action Originating Department Approved for Agenda Agenda Section Development and Parks and Recreation April 23, 2012 Planning Item No. By: Susan Rader, P&R Director By: Kirk McDonald, City Manager 8.1 Resolution awarding contract to Kue Contractors Inc. for interior improvements at the New Hope Ice Arena project no. 901) Requested Action Staff recommends that the City Council award the bid to Kue Contractor's, Inc. for the cosmetic improvements to the interior of the Ice Arena in the amount of $519,129. The award includes the Base Bid and Alternates 1A, 1B,4and 5. Background Interior cosmetic improvements are needed to the arena lobby, office area and community room. Staff first brought this topic forward to Council at the December work session for discussion. On December 19, 2011, Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. Staff met with Scott Ward from Stevens Engineering and Tom Betti from 292 Design Group to discuss both short term and long term needs for interior improvements and brought a proposal forward for discussion at the work session on January 17, 2012. On January 23, 2012, the City Council formally approved moving forward with the development of plans and specifications. Plans and specifications were developed and discussed at the February 21, 2012 work session and formally approved by the City Council on February 27, 2012. At that time, staff was also authorized to solicit quotes from contractors for the project. Bids were advertised and the bid opening was held on April 12, 2012. Staff then met with Scott Ward and Tom Betti to review the bids and prioritize the components of the project. The bid information and staff recommendations were brought to the Council on April 16, 2012 for review and discussion. Motion by Second by To: &i4OL ola1a- I:\ RFA\ P&R\ ARENA\ 2012\ R -Authorize awarding Interior Improv. bld.docX R&quest for action April 23, 2012 Page 2 As discussed on April 16, 2012, the current energy improvement project will ensure that the Ice Arena is able to operate efficiently for the next 30+ years. However, many of the components that have been identified in the interior improvement project have not been updated since the 1970's. They show a great deal of wear and are the first things that people see when they come to the arena. While it is difficult to do a cost benefit analysis for cosmetic improvements, having an updated facility that has an inviting and well cared for atmosphere is an important component to running an efficient business that will encourage people bring their business to the facility. As staff is able to draw patrons to the Ice Arena facility, it also brings those same patrons to New Hope businesses. The Armstrong Cooper Youth Hockey Association has been working to build relationships with businesses with the purchase of dasher board and Zamboni ads. Area maps are also available at the arena for people looking for nearby services. Later this year, staff will also investigate the need for upgraded showers and locker rooms. Discussions will include how to solicit support from various ice arena partners, including youth hockey and the school district. Funding Due to the fact that the ice arena facility serves the needs of a variety of parks and recreation programs, such as hockey, figure skating, dance and community room rentals, the funding of this project could be covered by the Parks Infrastructure Fund. There are several projects that had been listed previously in CIP and Park Infrastructure Fund through 2015 that will be completed as part of the current improvement project, including infrared heating, replacement of the north floor and bleacher stairs, mechanical improvements and project costs. This amounts to approximately $3.3 million, which was included in the long-term CIP. In 2011, an additional $10,000 was earmarked for the community room kitchen improvements and $6,000 for carpet replacement. Per AEM, as of March 31, 2012, the Parks Infrastructure Fund cash balance was approximately $1,367,852. An additional $296,000 will be added to that balance during 2012 with the Park Infrastructure tax levy, for a total of $1,663,852. In the 2012 CII', which Council discussed at the March 19, 2012 work session, a project for interior improvements was included. Recommendation If the Council supports moving forward with a project for the interior upgrades to the arena, staff recommends the Council formally award the bid and authorize entering into a contract. If a bid is awarded, the project would take place during summer 2012. All improvements would be complete by early fall when the north sheet and refrigeration replacement components are completed. Attachments Resolution Plans and Specifications from Stevens Engineering Bid Results and Recommendations from Steven's Engineering I:\RFA\P&RIARENA \2012\R -Authorize awarding Interior Improv. bid.docx City of New Hope Resolution No. 2012-68 Resolution awarding contract to Kue Contractors Inc. for interior improvements at the New Hope Ice Arena (project no. 901) WHEREAS, the city desires to enter into a contract for interior improvements at the ice arena; and, WHEREAS, city staff has prepared specifications and contract terms for the work; and, WHEREAS, a bid opening was held on April 12,2012; and WHEREAS, funding is available for this expenditure in the Park Infrastructure Fund; and, WHEREAS, staff has prepared a proposed contract with the lowest responsible and responsive quote, Kue Contractors Inc., setting forth the project scope of work, terms, conditions, and compensation for services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the contract between the city of New Hope and Kue Contractors Inc. in the amount of $519,129 (base bid plus Alternates 1A, IB, 4 and 5) is approved. 2. The Mayor and City Manager are authorized to sign. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota this 23rd day of April, 2012. Mayor Attest: t City Clerk I LAR pawf I] C J bi VI/ t� §� �| � $§| |§|�! | � !� £ | - - - in I !!|! | f § §k 6 §§k w/k§ § ) l§7§ § - » / z = 3 §�� §§/ W ( &Yon \ } kk �a ®d � &2FM � § § �x \]7/ 2§ 0 z� § §� ` 8` owk� I■ -2 (UJ ®k[ ƒ� o LL I�ome« bV cr e §]$% g#�It (L) fF GM z§ £2 0 @§7� ZS§E6 b§ 3: §2 E g§ �$/k\\($§§§§)§§ �$d$§§$ �¢§ @dk§§ CONSTRUCTION ESTIMATE SUMMARY ESTIMATE DATE: February 14, 2012 PROJECT: New Hope Ice Arena ARCHITECT: 292 Design Group DRAWING DATE: February 3, 2012 DESCRIPTION Notes Base Estimate $/sf 91000 Constv�cllon Costs Selective Demolition $28,000 $3.11 Concrete & Masonry $12,400 $1.38 Metals $39,500 $4.39 Millwork $32,291 $3.59 Metal Panels $11,250 $1.25 Roofing $6,000 $0.67 Doors, Frames & Hardware $10,800 $1.20 Fire Shutter $7,500 $0.83 Entrances & Storefront No interior window work included $50,400 $5.60 Gypsum Wallboard $9,600 $1.07 Tile $51,000 $5.67 Acoustical Ceilings $6,000 $0.67 Carpet & Resilient $4,500 $0.50 Painting & Staining $21,175 $2.35 Commercial Appliances Refrigerator, microwave, range $8,000 $0.89 Food Service Equipment 3 -compartment sink $5,000 $0.56 Fire Protection $5,250 $0.58 Plumbing $10,800 $1.20 HVAC $28,500 $3.17 Electrical $41,000 $4.56 Earthwork $9,800 $1.09 General Conditions $25,636 $2.85 General Liability Insurance $4,668 $0.52 Builders Risk Insurance $0 $0.00 Permits No city permit cost included $1,500 $0.17 Bond $0 $0.00 subtotal Construction Costs $430,471. $47.84 ' Contingency $43,057 $4.78 Contractor's Fee $18,945 $2.11 Total Construdlon Estimate $492,373 ,$45C73 PAGE 2OF3 Stevens April 16, 2012 Honorable Mayor and City Council Members c/o Ms. Susan Rader - Director, Parks and Recreation Department 4401 Xylon Avenue North New Hope, MN 55428 Re: New Hope Arena: Interior Improvement Project - Bid Results and Recommendations Our File No. 900.12.155 Dear Mayor and City Council Members: On Thursday, April 12, 2012 bids were opened forthe Interior Improvement Project atthe New Hope Arena. The table below lists the four lowest bids of the six bids received. The engineer's estimate is also included based on the February 14, 2012 cost estimate presented to the City. *Totals do not include Alternate 6- we do not recommend accepting this alternate. Alternate Bid Descriptions No. 1A: New ceramic tile in north hallway. No. 1B: New ceramic tile in south hallway. No. 2A: New acoustical ceiling system in north hallway. No. 213: New acoustical ceiling system in south hallway. No. 2C: New acoustical ceiling system in west meeting room. No. 3: New drawer and door fronts on existing concession stand millwork. No. 4: New uni-sex toilet room, upper level. No. 5: New hollow metal framed window system. No. 6: Solid surface counter top (Change to Corian or equal) There was a lot of interest in this project. The spread between the bids indicate that this project was bid very competitively. The bids are very close to the engineer's estimate which was prepared prior to opening the bids. 2211 O'Neil Road, Hudson, WI 54016 t715-386.5819 t651.436.2075 f 715.386.5879 www_stevensengineers.com Engineer's Estimate Fbert, Inc. Parkos Construction R1M Construction Kue Contractors, Inc. Total Base $449,516 $428,800 $442,800 $447,856 $456,783 , Alternate 1A $43,200 $22,050 $19,400 $18,368 $15,000 Alternate 113 Incl above 1 $29,675 $23,200 $23,657 $17,883 Alternate JA $11,700 $12,554 $16,200 $14,193 $15,900 Alternate 213 Incl above $19,950 $23,500 $24,041 $19,000 Alternate 2C $9,425 $9,400 $14,937 $8,058 Alternate 3 $10,194 $6,069 $4,650 $6,936 $4,908 Alternate 4 $18,750 $11,563 $13,200 $13,432 $8,463 Alternate 5 $36,979 $29,419 $25,400 ($29,827) $21,000 Alternate 6 ($8,804) 1 ($3,100) ($2,200) ($1,042) ($1,800) TOTAL ALTERNATES* $120,823 $140,705 $134,950 $145,391 $110,212 TOTAL BASE + ALT* $570,339 $569,505 $577,750 $593,247 $566,995 Furniture Allow. $12,000 $12,000 $12,000 $12,000 $12,000 *Totals do not include Alternate 6- we do not recommend accepting this alternate. Alternate Bid Descriptions No. 1A: New ceramic tile in north hallway. No. 1B: New ceramic tile in south hallway. No. 2A: New acoustical ceiling system in north hallway. No. 213: New acoustical ceiling system in south hallway. No. 2C: New acoustical ceiling system in west meeting room. No. 3: New drawer and door fronts on existing concession stand millwork. No. 4: New uni-sex toilet room, upper level. No. 5: New hollow metal framed window system. No. 6: Solid surface counter top (Change to Corian or equal) There was a lot of interest in this project. The spread between the bids indicate that this project was bid very competitively. The bids are very close to the engineer's estimate which was prepared prior to opening the bids. 2211 O'Neil Road, Hudson, WI 54016 t715-386.5819 t651.436.2075 f 715.386.5879 www_stevensengineers.com OStevens The following table outlines the four (4) preferred options, as discussed in detail with Kirk McDonald, Susan Rader, and Jim Corbett on Friday. The base bid includes the lobby and office renovation, vestibule expansion and community room renovation. in effort to keep the cost down, staff is not recommending Alternate bids 2A, 213, 2C or 3. The successful contractor will depend on which alternate bids, if any, are selected and awarded by the City. *This is an estimate cost that would need to be verified through a change order process. **FF&E — Furniture, Fixtures and Equipment ($12,000 Furniture + $9,000 Appliances) We have reviewed the bid forms by Ebert, Inc. and by Kue Constr. Inc. and find no irregularities that would cause us to be concerned with those two bids. We have performed a phone interview with both contractors to discuss their bid including cost, schedule, etc. and no concerns were mentioned. We have also contacted several references and both received high recommendations. We recommend awarding the contract to either Ebert, Inc. or Kue Constr. Inc. The award should be based on the condition that the Contractor will execute the contract documents and return them to Stevens within ten (10) days in conformance with the bidding documents. As a reminder, we recommend the City budget 5% for a construction contingency, as listed in the table above, in addition to the construction cost to cover any changes or unforeseen sight conditions that may arise during construction. Enclosed is a bid tabulation of all six (6) bids received. We look forward to discussing the bid results with you on during the work session Monday night. If you have any questions after reviewing this letter please feel free to call us at 651.436.2075. Sincerely, STEVENS / " 0,' L,4--P� Scott A. Ward, P. E, Vice President C: Kirk McDonald — City of New Hope Jim Corbett -- City of New Hope Enclosure 2211 O'Neil Road, Hudson, WI 54016 t 715.386.5819 t 651.436.2075 If 715.386.5879 www.stevensengineers.com Option 1 Option 2 Option 3 Option 4 Total Base $456,783 $428,800 $428,800 $428,800 Alternate 1A — Ceramic the N. hallway $15,000 - - - Alternate 1B — Ceramic tile S. hallway $17,883 - - - Alternate 4-- Upper lever toilet room build out $8,463 $11,563 - - Alternate 5 — Replace window frame systems $21,000 $29,419 $29,419 $29,419 TOTAL AWARD $519,129 $469,782 $458,219 $458,219 Remove Community Room Work (est.)* Low Bid Contractor - Kue Constr. Inc - F.bert, Inc. - Ebert, Inc. ($69,200) Fbert, Inc. 5% Contingency $26,000 $23,489 $22,911 $19,451 TOTAL FF&E** $21,000 $21,000 $21,000 $21,000 T.TAL CONSTRUCTION $566,129 $514,271 $502,130 $429,470 *This is an estimate cost that would need to be verified through a change order process. **FF&E — Furniture, Fixtures and Equipment ($12,000 Furniture + $9,000 Appliances) We have reviewed the bid forms by Ebert, Inc. and by Kue Constr. Inc. and find no irregularities that would cause us to be concerned with those two bids. We have performed a phone interview with both contractors to discuss their bid including cost, schedule, etc. and no concerns were mentioned. We have also contacted several references and both received high recommendations. We recommend awarding the contract to either Ebert, Inc. or Kue Constr. Inc. The award should be based on the condition that the Contractor will execute the contract documents and return them to Stevens within ten (10) days in conformance with the bidding documents. As a reminder, we recommend the City budget 5% for a construction contingency, as listed in the table above, in addition to the construction cost to cover any changes or unforeseen sight conditions that may arise during construction. Enclosed is a bid tabulation of all six (6) bids received. We look forward to discussing the bid results with you on during the work session Monday night. If you have any questions after reviewing this letter please feel free to call us at 651.436.2075. Sincerely, STEVENS / " 0,' L,4--P� Scott A. Ward, P. E, Vice President C: Kirk McDonald — City of New Hope Jim Corbett -- City of New Hope Enclosure 2211 O'Neil Road, Hudson, WI 54016 t 715.386.5819 t 651.436.2075 If 715.386.5879 www.stevensengineers.com O O O G 0 0 0 0 Co 0 p 0 0 0 O O O 0 0 0 0 0 0 0 O O O O B 0 m O OOOC 00000 Q Op0L7 ci G 0000 0nmU)o Qotiori e7 mw G Ln r O LD P,:. N r m LO q r h c9 AcU Z Z '�' Lei cr clr-It Im w0~0 n N M N MI' -1-0 Q G m2' 10f) 000 0 j C14 44 r 69 d3 FR 4Rdi�f9 4&C Ae LO LO L O p p G �G w 7 S m LL I+ d o a 'rA h m 70, 70, o N Z m /A b L O LO O O 0 0 0 0 0 0 p 0 0 0 0 0 0 V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ui 0i Lo Ili o o Lfi 0 CCI Li o 0 mi c wiz �j 1p 011+Nm Of N0 Nr LO 11 h1OON rcr Q � NONHf rr M Mr OO�Ncc cc N O m Z _ 0) nn (O�l� LM LI') r�r"OI P U 41 CL O ? C .� N f 4 co a 49 va v3 HN4 40-; 49 ` � (OO > W 'w0 G GY 4F3 Vi 49 W C d m N 0 d 0 LD b 2 U a j m cr F w V N m LUPI N C 4 N Wy O Q N6co W LL ID A T2 N 00 f�O m N y 0 0 0 0 0 0 0 0 Cl 0 0 0 O O O O 0 0 O p O Q 0 O Ci C7 M Dpi 00c7 cOM00 N N c C m 0c000O OOpar CI N p A OO rn O o (n v_O CCLV r 0 z .�,� Lo ui r: u7 O) co v aD ao 1tJ o > m W O O 43 4J4 49 49 U! ER! 69 f 63 r j ¢ Z N N m C U F .n vs In U3 CA a N N m O vi C 'm f0 L m 7 U Uma 9"' nC�._ Y N N c0 Lp M O O % N d(N�? M b 0 0 0 0 0 0 0 0 0 0 0 0C- 0 0 0 O M 0 0 0 0 0 0 0 0 0 p p O Q 0 O 2 w f+ O m O f` M 1` 0 cl I C, 0 0 LO �jj r2 �� oLo 0LO ai m rn0,C%j c Z c I�Oct MCCL M(Or �M N � o O O N Ch I- COMv vIt wMai 3 N m m OO d V O (0 f�rtt r N N (9r N69 CA J IL m m 0' 2 F MO 69 E9 r49 N cA E9 (A 69 cA CA ' r{/4 d! m C3 N J f0�1 m m O � o r �0 O 0 0 0 0 0 O p p Q 0 O r4 O (R0 0 0 9 0 0000 0 0 - 7 ui o 00000 0o000 o U vs g p c O 00 0 00 LOO OOH] U) VG V CO tf N N LO I (O N V N n Lp m r O C ai MQc'om ol �M LO N N LO c p W O O U O G H cm V) (4 49 449 E4 to A K U CC . 9tf) OLf) N ca C6 .0m to a O N 'V� VIL G 0 a iL o co w 5 0 0 0 0 0 0 0 0 0 p0 0 0 0 O O O Q Cl O o 0 0 p O O O O p O r 0000 66466 6 0701010 b C Ci C) 0 0 0 LO 1- In Lf) N f0 LO 0 C] O m W C = OOaO CO QfD Lf1O7 O�7 ttr LO �' (4 Z; W 0 0 co CO N 01 N W 01 to Y O1 CO f� c0 v Z It 7 C L, O0C4N N Nt-rcA 49r NM.0 0 d O N r v3 C!4 (A (A V> 69 ' rfR { 4 (S O g co (D Go D � eR 49 C 03 m co Go W C C3 ��vq mLL d W N Uu�i hn -5 N In VJ f!i N V1 [n fn (n f4 fA N b7 3 m m 0 to N 0 LL Z a 0 y U. C~ -cw ii2 O c r� m u F y (Dr r r r r r r r r .-- r r r m i QW 0 U O :p v CL a __,o o N E w v 0 Q ?. A O N (0 m c E N 0 CJ CY N t r z (4 C L c c c x m n_ w ` a E Y� ro i° EEE EEi c ELL c may Q r °� �'— �cntnu) c E iv o _ [1 db Zc C �C LL O E O Li m� c c=R' E m 0to a Z N E a1 mC)(JCJ 0 m—�os p W H O Z 0« RS O F -F- m i6 i6 Y F ai0 F J N Z f6 3° � p v ,cv o o g X� c� Z a =C F= o� m�3m m E E� 6 7 310 ovm w M C Z6 V a�1 m 8 (Oi u 2 'c 0 O h -0ZU-E op Eta auC) <<0 U) ya Hn m u E o m z}} 3 3 3 3 3 3 g a m N o= J cc b1 d N N 6Y .. C1 C) D J J �o W�c�aa wZZZZZZinzzv)a a 'a 3 �arNMO JM ama c00 V LnW O ma0m zm F arr(�NN C Stevens May 8, 2012 Ms. Susan Rader Director New Hope Parks and Recreation Department 4401 Xylon Avenue North New Hope, MN 55428 Re: New Hope Arena — Interior Improvement Project Construction Contracts Our File No. 900.12.155 Dear Ms. Rader: Please find enclosed four (4) copies of the Construction contract for the New Hope Arena — Interior Improvement Project. Please have the Agreement and Notice to Proceed signed where designated in each of the copies and distribute as follows: One (1) copy for the City of New Hope to retain. One (1) copy to Stevens Two (2) copies to the Contractor: Kue Contractors, Inc. Attn: Joe Kuechle, President 130 Central Avenue South PO Box 408 Watkins, MN 55389 The contractor's certificate of insurance is also enclosed. Keep in mind the City will carry the property insurance/Builder's Risk insurance for this project. If you have any questions regarding this documentation or the project in general please feel free to call us anytime. Our office number is 651.436.2075. Sincerely, STEVENS a L4 Scott A. Ward, P. E. Vice President/Principal Enclosure: Four (4) contracts Contractors Insurance Certificate 2211 O'Neil Road, Hudson, WI 54016 t715.386-5819 t651.436.2075 f715.386.5879 www.stevensengineers.com ENGINEERS * PLANNERS* MINCH I "!, I) I 1:1RFA1P&RI ARENA\ 2012!R -Plans and specs for interior arena improvements.docx FeryRe uest for Action ing Department Approved for Agenda Agenda Section Development and nd Recreation April 23,2012 PlanninItem No. dP&R Director By: Kirk McDonald, City Manager ' 8.2 Motion to authorize Stevens Engineering to proceed with the Construction Phase Services for interior improvements at the New Hope Ice Arena Requested Action Staff recommends that the City Council approve the next phase of the proposal by Stevens Engineering to provide construction phase services for the improvements to the interior of the Ice Arena. The quote by Stevens Engineering for the next and final step, the Construction Administrative Phase, is in the amount of $11,900. Background Interior cosmetic improvements are needed to the arena lobby, office area and community room. Staff first brought this topic forward to Council at the December work session for discussion. On December 19, 2011, Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. Staff met with Scott Ward from Stevens Engineering and Tom Betti from 292 Design Group to discuss both short term and long term needs for interior improvements and brought a proposal forward for discussion at the work session on January 17, 2012. On January 23, 2012, the City Council formally approved moving forward with the development of plans and specifications. Plans and specifications were developed and discussed at the February 21, 2012 work session and formally approved by the City Council on February 27, 2012. At that time, staff was also authorized to solicit quotes from contractors for the project. Bids were advertised and the bid opening was held on April 12, 2012. Staff then met with Scott Ward and Tom Betti to review the bids and prioritize the components of the project. The bid information and staff recommendations were brought to the Council on April 16, 2012 for review and discussion. If the Council awards a bid to proceed with the interior improvements, staff recommends that the city continue to work with Mr. Ward and Mr. Betti to complete the construction project. Their involvement in the construction phase is necessary for a successful project. Motion by Second by To: 1:1RFA1P&RI ARENA\ 2012!R -Plans and specs for interior arena improvements.docx Request for action April 23, 2012 Page 2 Funding The funding of these services could be covered by the Parks Infrastructure Fund. Per AEM, as of March 31, 2012, the Parks Infrastructure Fund cash balance was approximately $1,367,852. An additional $296,000 will be added to that balance during 2012 with the Park Infrastructure tax levy, for a total of $1,663,852. In the 2012 CIP, which Council discussed at the March 19, 2012 work session, a project for interior improvements was included. Recommendation If the Council supports moving forward with a project for the interior upgrades to the arena, staff recommends the Council approve the next phase of the proposal by Stevens Engineering. The quote by Stevens Engineering for the next and final step, the Construction Administrative Phase, is in the amount of $11,900. If approved, the project would take place during summer 2012. All improvements would be complete by early fall when the north sheet and refrigeration replacement components are completed. Attachments Proposal from Stevens Engineering I:\ RFA\ P&R \ARENA\ 2012 \R -Plans and specs for interior arena improvements. docx M. 'Stevens January 12, 2012 City of New Hope Attn: Ms. Susan Rader - Parks and Recreation Director 4409 Xyion Avenue North New Hope, MN 55428 RE: Professional Architectural and Engineering Design Services Proposal New Hope tee Arena Interior Improvements Dear Ms, Rader; We are pleased to submit this proposal to provide professional design services for the proposed renovation and refresh to the entrance, lobby, offices, community room and common spaces at the New Hope Ice Arena. We are proposing the some design team on this project as we had for the Ice Arena mechanical improvement Including Stevens as the lead firm, 292 Design Group and Nelson-Rudie & Associates. 292 and NRA's offices are located in the City of New Hope. As you know, we have a very good understanding of the arena and the Improvements the City is proposing; and have the in-depth, specialty experience required to successfully complete this project for you and the Cityof New Hope, This proposal is In response to the City of New Hope's request and is based on the information gathered from our meeting with you, Jim Corbett and Kirk McDonald on Monday of this week and presented in the Ice Arena Engineering Study completed by Stevens in August, 2010. PROJECT UNDERSTANDING As a continued effort to Improve and update the New Hope Ice Arena, the City of New Hope Is interested in improving the aesthetics and circulation of the public gathering spaces and offices in the arena. Most of these spaces have not been updated since the original building was constructed in 1975. More specifically, the City is looking to update the finishes In the community room, offices, and common areas. Also, as part of the project the City would like to expand the existing Entry and lobby. The goals of the project as understood to date are as follows: Community room refresh and remodeling including the following: New storage room I New catering type kitchen i New lighting Replace windows that look out to the rink Refinish ceiling s New uni-sex tollet room Design a new entry into the community room Clean-up and potentially replace HVAC ductwork I New trophy display, maybe a case or shelving c Repaint walls and sprinkler piping New coat rack and shoe storage space Repaint and refinish entry space into community room I i i 2211 O'Neil Rodd, Hudson, W) 54016 1 715.:3$6.5$9.9 t 651,436.2075 i 715..3,26.5879 wwrr,s'_ev�ri� �ri�,fnet�rs.r on7 neStevens Lobby and Office refresh and remodeling including the following' Expand entry vestibule to the east by B-10 feet to treats a larger lobby 6 Look at ways to potentially bring in natural light to the lobby Remove the wail between the north and south rink lobbies. This will be dependent on oast and code issues. Relocate stair in lobby to help create a more open feel This will be dependent on structural and cost issues and will require field investigation to determine if it is even possible. New lobby flooring — large the ,. Remove wood wall finish and visually lighten up the space Remove unit heater from lobby Clean-up and potentially replace HVAC ductwork a New hallway tile flooring New paint on walls in lobby and common areas New carpet and paint in office and conference areas New fighting Clean-up low voltage wiring by having it installed In conduits * Replace wood windows that look out to north rink New ceilings in common areas and conference room New furniture for office and conference room ® New millwork component in conference room for a small refrigerator, microwave, and storage for staff lunches Replacement of counter tops in the concession area, along with new door fronts Additional items that may be identified during the design phase of the project. SCOPE OF WORK As design professionals that specialize in, and focus on, ice arena facilities, we will provide the following, detailed, step-by-step approach to your project: step I — Schematic Desfgn Phase: We firmly beileve that design is a partnership between the client and their design team. The more closely we connect in understanding the aspirations of our clients, the greater the design potential becomes, We strive diligently to learn about our clients to instill into our understanding their values, perceptions and ideals. This approach to design for all of the projects we undertake is based on the belief that architecture must grow out of an intimate and continuing dialogue between the design team and the client. Open and lively communication is the key to making this work. During this phase we will: m Meeting #1 — Meet with the City to review the desired improvements, Review the recommendations in the 2010 ice Arena Engineering Study and discuss Immediate and long term needs and goals, Rank improvements according to priority and assign costs for planning and budgeting future improvements, V Prepare and develop Schematic Design documents (pricing set) which will include floor plans, elevations, and details. Provide a project schedule, Meeting #2 — Meet with the City to review Schematic Design documents and project schedule. .VIs, Susan Racier -- New Iloilo Ice don, W'151, 016 f 7'1.5'336,"_"_) 01WW.5(L?VL11k'01'11;111Bf fS,L'blil i Steve s Step 2 — Design Development Phase EON During this phase we will: Prepare design development documents based on discussions In Step 1 and the approved schematic design. Prepare preliminary specifications in CSI format. Prepare draft of procurement and Division 1 documents. Provide opinion of probable construction costa for the improvements, Meeting #3 - Meet with the City to review Design Development documents and make changes based on these discussions. Step 3 — Construe icn Documents Phase During this phase we will: Prepare final working and permit -ready drawings showing dimensions needed for construction, exterior and interior elevations as needed, reflected ceiling pians, schedules and appropriate details needed to convey the design Intent and construction finish. Structural engineering services as required for the larger entrance, wall removal at the lobby, and potential stair relocation are Included. Mechanical and electrical design services are also Included. Interior design services include; finish plans detailing paint, wall covering, flooring locations and types along with furniture selections. Make revisions based on discussions in Step 2. &Z Prepare final specifications In CSI format. Prepare final procurement and Division 1 documents. 0 Provide a final opinion of probable construction costs. x Update the project schedule. Ou Meeting *4 — Meet with the City to review the final documents, project schedule and cost estimates. L Revise final documents according to comments by the City. K1 Present final plans, specifications, schedules and opinion of probably construction cost to the City Council. Step 4 — Bidding Phase During this phase we will: r Provide recommendations on bidding and award schedule. G Provide copies of the bid documents to the City for your use. Distribute copies of the bid documents to the contractors and potential bidders. Answer questions from contractors, suppliers, and the City during the bidding process. Review bid results and recommend award of construction contract. Prepare construction contracts for review by the City. E Ms, Susan Rader i r .,z'�"""s`� r. �1�•en� Intcriar T�npioven3ents j C'i�yr�f r��ev }Iopz—lae�� I�lo�c Ic i � iud�orWi r3�Ol� t7i5.3�ii � � 1g3riZ075 i'7,15.3F�F.5Si� tiarorr� e�vu���c:n�?iner5rom i K "�Stevens 2 Step 3 — Construction Phase Semites Proper installation and construction of improvements play a significant role In the success of this type of project. Experienced Ice arena professionals provide a higher level of confidence that the installation has been done right and the final product has been constructed as the design intended, We will provide the construction administration phase services necessary to monitor and document the construction of the project for the City. More specifically we will: W Provide twelve (12) site visits during construction to view process and installation. The total number of site visits can be modified, if requested, once a final construction schedule has been established. Additional site visits will be charged as an additional expense, it is anticipated that each additional site visit will require 3 hours per visit. We will document the project progress through field reports. la Answer construction and code related questions or issues that arise and address as needed to maintain the specified construction schedule. Provide contract administration services Including: ShopdretaAng review of equipment and materials. Maintafn a shopdrawing log and file to turn over to the City at the end of the project. Review and process pay requests, change orders, etc, ADDITiONAL ONDERSTANDING For purposes of defining the scope of work, Stevens will assume the following; 9. Prior to starting the work, you shall provide the Stevens Team with full Information regarding their requirements including any special or extraordinary considerations for the Project or special services needed. You shall also make available all pertinent existing data. 2. Modifications to the Scope of Work or additional design or drafting resulting from revisions after commencement of our services will be billed as additional services on an hourly basis. Additional work will not proceed without a signed contract amendment. 3. in preparing this proposal, certain Items have been excluded from the scope of services that may or may not be required. Should these services become necessary, we can provide them as additional services and shall be approved in writing. The following services have been excluded from this proposal; Energy calculaEtions Infarmatlon for energy rebate programs Environmental reviews, reports or permits Project advocacy beyond the normal standard of care Ms. Susan Rader Cit of \zw }io )e — NcNv 1�m Ue Arenn Jnioi icer l.inpruveil) ellis 2 n E• iudson, WI 5 016 t (.15 K6,SNO 4t&6[,43u � ?5 f 71.5.386,5879 �wsv,s cvcnsii�(jcn� r�is.roni � ilFll j'TAA a — r vc ri r� �• " kv �a.F PRStevens COST OF SERVICES We propose the following fixed fees for the services based on an estimated construction cost of $400,000 to $500,000 and as outlined above. STEP 1 —SCHEMATIC DESIGN PHASE $7,000 STEP 2 — DESIGN DEVELOPMENT PHASE; $9,500 STEP 3 — CONsTRuGTioN DocuMENT PHASE $17,000 STEP 4 — BIDDING PHASE $2,400 STEP 5 — CONSTRuc-noN ADMIN ISTRATION PHASE $11,900 TOTAL FiXED FEE SERVICES $47,800 Conditlons of Proposed Fee: 1. Reimbursable expenses are billed in addition to the proposed fixed fee. 2. The costs of all testing services required are in addition to the fixed fees and will be paid directly by the City. 3. The cost of all review agencies, City, State or other applicable fees are In addition to the fixed fees and will be paid directly by the City. 4. We will invoice monthly for services based on a percentage of the fixed fee work completed at the time of invoicing. 6. Finance charges will be applied to all payments not received within 30 -days of invoicing. 6. We will provide additional services, pre -approved by you, on an hourly basis in accordance with our current fee schedule. Additional site visit during the construction phase will be based on a 3 - hour duration at a cost of $375.00 per visit. 7. Taxes not included in fee. 8. The attached professional fee schedule is valid through December 31, 2012. Any services furnished after December 31, 2012 will be charged in accordance with our 2013 fee schedule. We will not increase any item on the fee schedule by more than 5% for work performed in 2013. The fixed fee will remain unchanged for 2013. PROJECT SCHEDULE We understand the desired schedule Is to have the Improvements completed by October 1, 2012. Upon acceptance and authorization to proceed, we will meet with the City to develop a mutually agreeable project schedule. If you, Jim, Kirk, the Mayor, or City Council have any questions regarding this proposal, please feel free to call me. We would be more than happy to meet with you to discuss the details of the proposal. 1f the proposal is satisfactory, we will draft an agreement for our services for the City to review. I can be reached at our office at 651 A36,2075 or on my mobile at 651.492.1376. We appreciate the opportunity to continue to work with you, Jim, Kirk and the City on this facility. Sincerely, STEVENS Scott A. Ward, P. E. Pdricipal/Vice President Enclosure: 2012 Professional Services f=ee Schedule Itis. Susan Rader svw;v,=sFrvr;nsE�r�e;ir;c cars.com ! T. 2012 Professional Services Fee Schedule Period: January 1, 2012 through December 31, 2012 HOURLY FEE SCHEDULE Personnel; Sire Principal Engineer/Project Manager $110-$185 Specialist $170-$185 Project Engineer $904120 Project Architect $754145 Planner $60-$75 TechniclanAnspector $45-$85 Interior Designer $55485 Administrative $45-$60 Registered Land Surveyor $85-$100 Survey Crew (1 person with GPS or Robot) $145 Survey Crew (2 persons with GPS or Robot) $1554165 Survey Crew (3 persons with GPS or Robot) $165-$195 MStevens WGINEERS • PLANNERS - 5URVEY085 Expert Witness Rues: All rates shall be multiplied by a factor of 1.5 for litigation, arbitration, dispositions, other legal or administrative proceedings. REIMBURSABLE EXPENSES Reimbursable expenses Include, but are not limited to the following: Transportation cost at IRS aliowable rate, m. Parking tees. Cost of out -of -torn travel, lodging and electronic communication In connection with the project. nlMe anA elanriarri (nrm drei imP.nis. rlG 7V4YVU VIro .vw - Item Sire Black & Whito color PhotDcoples/Printing 8%X11 $0.10 $0.80 8 % x 14 11 x 17 $0.12 $0.15 $0.80 $1.50 Plots 22 x 34 1.50 $5.00 24 x 36 2.00 $5.50 28 x 42 or lar r $3.00 $6.00 Specification and Re ort Assembly Binder, Cover $8.00 Laminated Report covers with Binder $17.00 Project photography, postage, long-distance and mobile telephone caiis, and racsimiles. e Materials required to assemble reports. Subconsultants, Other similar direct project -related expenditures. Reimbursable expenses are billable at 10% over cost. Stevens' typical invoicing process; monthly billing, due net 30 days, COUNCII Request for Action Originating Department Approved for Agenda Agenda Section Parks and Recreation June 18, 2012 Work Session Item No. By: Susan Rader, P&R Director By: Kirk McDonald, City Manager 11.2 Review and discuss work change orders for the Ice Arena interior improvements (project o. 901) Requested Action Staff recommends that the City Council review and discuss the proposals for work changes provided by Stevens Engineering and Kue Contractor's, Inc. for the arena interior improvement project. Scott Ward from Stevens Engineering and Tom Betti from 292 Design Group will be present to answer questions regarding the proposals and quotes. In the demolition phase of the project, several items were discovered that need correction and therefore add additional costs to the project. The current contract with Kue Contractors, Inc. includes a 5% Contingency amount of $26,000. As these unanticipated costs are beyond the scope of the approved budget and total $51,983, staff would welcome council input and approval to proceed with the work. Background Interior cosmetic improvements were needed to the arena lobby, office area and community room so staff brought this topic forward to Council at the December work session for discussion. On December 19, 2011, Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. Staff met with Scott Ward from Stevens Engineering and Tom Betti from 292 Design Group to discuss both short term and long term needs for interior improvements and brought a proposal forward for discussion at the work session on January 17, 2012. On January 23, 2012, the City Council formally approved moving forward with the development of plans and specifications. Plans and specifications were developed and discussed at the February 21, 2012 work session and formally approved by the City Council on February 27, 2012. At that time, staff was also authorized to solicit quotes from contractors for the project. Bids were advertised and the bid opening was held on Thursday, April 12, 2012. At the April 16, 2012 work n, C.oundi reviewed the bids and on April 23, 2012 the Council awarded the bid to Kue Contractor's, Inc. amount of $519,129. [inthe nby Second by S� 1:1RFA\P&R\ARENA\2012\Discuss interior arena Improvements WS June 2012.docx Request for action June 18, 2012 Page 2 Demolition work began on May 21, 2012. During this phase, several items were discovered that need correction. When the kitchen cabinets in the community room were removed, file and mastic containing asbestos was discovered under the cabinets. Staff contacted an abatement contractor to properly remove and dispose of the asbestos. Six additional corrections have been identified and quotes have been obtained: Request #1- During demolition and removals of the existing lobby, it was discovered that some of the existing gypsum board and insulation that was to remain in place was damaged by water infiltration and mold. This damage was not visible during the initial walkthrough. Additional removal and replacement is necessary to replace and repair the damaged areas. Request #2 - Revise lobby footings. During excavation of the footings for the new lobby extension, it was discovered that the existing soils were not sufficiently compacted near the building as confirmed by American Engineering Testing (AET). The new footings cannot be placed on uncompacted soils. Simply excavating the soils and re -installing and compacting them did not appear to be the most cost effective option since it would undermine the existing building's footings and, therefore, require the installation of expensive sheet piling for protection. This condition was not known until the excavation was performed and AET had a chance to examine the existing soils. The recommended correction includes using helical anchors to provide a solid foundation for the revised foundation and footing plan, in place of excavation and re -installation of soils. Mr. Ward explored several options for the correction and this process is the most cost effective to date. Request #3 - Remove existing header beam in lobby. Once the wall's sheeting was removed during demolition, it was discovered that an existing wood header, spanning the hallway adjacent to the lobby, did not have proper bearing on each end. We examined the condition and determined that it could be removed and replaced with gypsum board and framing to match the adjacent surfaces. This condition was not visible without the removal of the wall sheeting material. Request #4 - Remove and re -install 2 main entrance doors and frames. The existing main doors and frames were originally installed on a small concrete ledge toward the exterior of the building rather than closer to the main building slab as would be expected with good construction practices. Once demolition of this area was complete, the small concrete slab started to separate from the main building slab and foundation. The doors need to be removed and re -installed in the proper location for long term operation. The smaller concrete slab was required to be replaced under the base bid. Request #S - Remove existing wall paper on the "bump out" in the community room that overlooks the north ice arena. Originally the wallpaper was going to remain in place, but after reviewing the room once demolition was complete, the idea of removing the existing wallpaper and painting this area to match the other newly painted walls was discussed. 1:1RFA1P&RIARENA12012\Discuss interior arena improvements WS June 2012.docx Request for action June 18, 2012 Page 3 Request #6 - Remove the existing exhaust roof fan in the community room. After further investigation when demolition was complete, it was determined that the existing exhaust fan was not required, not being controlled by any schedule or controller and in poor shape. Fresh air and exhaust for this room are provided by a separate mechanical system therefore this fan is not needed. Removing it would help with the appearance of the room. Request Quote Engineering Cost Total #1- gypsum board and insulation $4,082* $0 $4,082* #2 - foundation and footings $32,634 $4,000 $36,634 #3 - header beam _ #4 - entrance doors and frames $3,792* $0 $3,792' $4,712 $0 $4,712 #5 - wall a er $1,615 $0 $1,615 #6 - exhaust roof fan $1,148 $0 $1,148 Total $47,983 $4,000 $51,983 *Estimate only. Work will be performed on Time and Materials basis Funding The current contract with Kue Contractors, Inc. includes a 5% Contingency amount of $26,000. These unanticipated costs are beyond the scope of the approved budget and total $51,983, which is $25,983 above the contingency amount. The remainder of the funding for these project changes could be covered by the Parks Infrastructure Fund. As of March 31, 2012, the balance in the Park Infrastructure Fund was $1,367,852. Recommendation Staff is open to feedback and direction from the Council. Staff views Requests #14 as being critical to the completion of a quality project and Requests #5. & 6 as enhancing the overall appearance. Request #2 is the most critical and will take the longest to complete. It is anticipated that the work would not be fully complete by the first part of August and that a temporary entrance would still need to be used even though the north sheet of ice will be operational. It is important to move quickly with Request #2 to minimize the delay. Attachments Letter from Scott Ward, Stevens Engineers Proposal Requests and Quotes I:\RFAIP&R\ ARENA\ 2012 \Discuss interior arena improvements WS June 2012.docx MStevens June 14, 2012 Ms. Susan Rader Director New Hope Parks and Recreation Department 4401 Xylon Avenue North New Hope,, MN 65428 Re: New Hope Arena -- Interior Improvement Project Proposal Requests 1-6 Our File No. 900. 12.155 Dear Ms. Rader: Please find enclosed Proposal Requests 1 through 6 for the City to review and consider for approval. The proposals address additional work, that Stevens is recommending, based on discovers observed after the demolition phase of the project was complete. A summary of each proposal request is outlined below along with the proposed costs. We have reviewed each proposal request and recommend the City accept these requests and changes. Summary of Recommended Work: PRI — During demolition and removals of the existing lobby, it was discovered that some of the existing gypsum board and insulation that was to remain in place was damaged by water infiltration and mold. This damage was not visible during the initial walkthrough. Additional removal and replacement is necessary to replace and repair the damaged areas. PR 2 — Rovise lobby footings. During excavation for the footings for the new lobby extension, it was discovered that the existing soils were not sufficiently compacted near the building as confirmed by American Engineering Testing (AET). The new footings cannot be placed on uncompacted soils. Simply excavating the soils and re -installing and compacting them did not appear to be the most cost effective option since it would undermine the existing building's footings and, therefore, require the installation of expensive sheet piling for protection. This condition was not known until the excavation was performed and AET had a chance to examine the existing soils, The recommended correction includes using helical anchors to provide a solid foundation forthe revised foundation and footing plan, in place of excavation and re -installation of soils. PR 3 — Remove existing header beam in lobby. Once the wall's sheeting was removed during demolition, it was discovered that an existing wood header, spanning the hallway adjacent to the lobby, did not have proper bearing on each end. We examined the condition and determined that it could be removed and replaced with gypsum board and framing to match the adjacent surfaces. This condition was not visible without the removal of the wall sheeting material. PR 4 -- Remove and re -install 2 main entrance doors and frames. The existing main doors and frames were originally installed on a small concrete ledge toward the exterior of the building rather than closer to the main building slab as would be expected with good construction practices. Once demolition of this area was complete, the small concrete slab started to separate from the main building slab and foundation. The doors need to be removed and re -installed in the proper location for long term operation. The smaller concrete slab was required to be replaced under the base bid. The existing condition did not match the as -built drawings. 221l O'Neil Road, Hudson, W1 54016 t 715.386.5819 t 651.436.2075 f 715.386.5879 www.stevensengineers.com 7. y i OStevens PR 5 — Remove existing wall paper on the "bump out" in the community room that overlooks the north ice arena. Originally the wallpaper was going to remain in place, but after reviewing the room once demolition was complete, the idea of painting this area to match the other newly painted walls was discussed. PR 6 -- Remove the existing exhaust roof fan in the community room. After further investigation after demolition was complete, itwas determined that the existing exhaust fan was not required, not being controlled by any schedule or controller and in poor shape. Fresh air and exhaust for this room are provided by a separate mechanical system therefore this fan is not needed. Removing it would help with the appearance of the room. Cost Summary {tem Cost PR 1 $4,082* PR 2 $36,634** PR 3 $3,792* PR 4 $4,712 PR 5 $1,615 PR 6 $1,148 Subtotal of PR 1- 6 $51,983 Original Contract Amount $519,129 Revised Contract Amount with PR 1- 6 $571,112. *Estimates only. Work will be performed on Time & Materials basis *" Includes additional design work. Change in Schedule PR 2 includes an extension request of 25 days. This moves the substantial completion day of the project from July 20th to August 14th. It is likely that lobby construction will not complete by the August 9th ribbon cutting ceremony and the start of the fall skating season and, therefore, a temporary entrance would be required. The contractor is currently reviewing the project schedule to. see if they can have access for the public by August 9*'. If early access to the lobby entrance is possible, it will also be contingent upon the City granting occupancy even though construction may not be fully completed. If you have any questions regarding this documentation or the project in general please feel free to call me. I will be attending the Council Work Session on June 18 . Our office number is 651.436.2075. Sincerely, STEVENS Scott A. Ward, P.E. Vice President/Principal Enclosure: PRs 1 -6 Page 2 2211 O'Neil Road, Hudson, Wl 54016 t715.386.5819 t651.436.2075 f715.386-5879 www.stevensengineers.com r..yGINEERS K i°I.AIN NF.R5 Date of Issuance: 5.29.12 Proposal Request No. 1 Project: Owner: Owner's Contract No.: New Hope Arena - Interior City of New Hope NIA Improvement Project 4401 Xylon Ave North New Hope, MN 55428 Contract: Date of Contract: New Hope Arena — Interior Improvement Project 14-27-12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This document has important legal consequences, Consultation with an Attomey is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO i'i~v illi `JJii l TLI� �JJ�i ii LIEISC LIBEL` 'iPd THE 11R`JPOSTL� MODIIICATIONS. CaititaL%or siraii provide a aronosal, broken down into units of labor, units of materials, overhead and profit, to accomplish the revision work described below. Reference: (Specification Section(s)) AD001, A101 (Drawing(s) / Detail(s)) Description: The Contractor is instructed to provide estimated pricing to remove and replace existing gypsum board and insulation on the installed walls behind the FRP and ceiling where the material has been damaged by water in Vestibule 101. Also provide estimated pricing to replace the bottom steel channel on the existing exterior wall framing system, in Vestibule 101, that has deteriorated due to corrosion. Work will be performed on a time and materials basis. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: None Signature: Scott A. Ward, P.E. Copies to: OWNER: ENGINEER: ARCHITECT: CONTRACTOR: Susan Rader, Jim Corbett — City of New Hope Scott Ward — Stevens Tom Betti — 292 Design Group Justin Kuechle - Kue Contractors, Inc. Stevens Engineers, Inc. . 2211 O Neil Road . Hudson . W154016 Page 1 of 2 Date: 5.29.12 � 130 Central Avenue South P.O. Box 408, Watkins, MN 55389 1 Office: 320-764-2525 Fax- 320-764-2524 License #20355836 June 8, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re: New Hope Arena New Hope, RIN Dear Scott Please review cost below for PR. #i KUE - Labor (5 his @ $65.00) $ 325.00 P&OH 15% 49.00 $ 3.74.00 RTL -- Labor & Material $ 3,474.00 P&OH 5% $.1 0 $ 3,648,00 $ 3,648.00 374.00 $ 4,022.00 Bond 1.5% S 60.00 Total $ 4,082.00 Sincerely, Justin Ku le Project Manager JKlshs Your KUE to a Successful Project. w 7- 4000Vdlal'Ld,r'iiriaieW&ulli,shdspmA&N65199 pSLOS"34-405 fx.952-9898180 Change Proposal Project hlainel New Nope Ice Arena Cholge Prepaeal No: i Date of Proposal: 6/4!2012 Deserlption of Work: F&%, roplace steal bottom track, fibarglass batt huulatlon, gypsum board, taping ane sondimp of Vestibule lot as dhreeted of wet (ovations. Moing for T&M work after approvals. M Labor Breakdown Nee additional shoats If naeesmrV)P Labor Factor - - 0-law"e, t.8.ONer from, LaborAasslFleafkn #ofAeopk Hours Labor Rata" INubhlime) - -'y IairorGest h-0enr.+lifion 0 0 $ 68.00 1 __ ...... . ko= OEM r"htg at — _. BI-7nterlor Frarolos dFsttad at Vast 101 1 5 s 0.00 3 - 408 82 - Enterfor Fkwrf 0 0 3 6800 f _ s _ BS-RoughCarpeatry 0 0 $ 6800 1 3 c-7asaktslpol-y�- RalabdttInsulation atlol Ie Lgypsum L 4 $ 68901 $ boardaY ver Ol-lhleffarllo�Ug 101 1 ]t ; 6800 ! ; 816 D2-1:art. 5he4ihir9 - - O 0 $ 6890 ! ; Taft crdsend 1 12 # 6840 1 — 0 9 $ 6800 ! ; I- F4d Oar ry _ 6 -Clem Up _ — FiriedCestS%eFLobarCost $ 6100 $ 124 7-superNdan $ 7240 ; 142 ............................. Total Labor Com .._.......................# 2 B 1u tY�� Ji �... .. T,f:i• ... R•n.yt�rjiL l.iT .1� n.AI: '.•'A� ri .31 -S;: Ji-vi� I:.:Jf::.+,'��S'. S:• •' iNadarlol Braofalowa One additional sheets If rmassary) materlotNescription - Llaoan Lut ihdtcast A%tei.1cost O psan board �- 960 sF $ 0.32 # 115 yt"i frOW&W 1400 If ; L.6B # 298 F7bwglasfeattTrlaNen _ 860 sf ; 032 ; 113 6 toil poly i roll ; 70.00 ; 75 0 $ $ - 0 - - anhtalal itlaferid Q79t9.. - solar rax 7A% - s 40 Total dlalerlal Costs..................—# 1i79 r EM 1 TT—OW, ...:.. .. .F• .. CrrWR OIPWT I.OSTS (5ubm1motors, F.gcfpmant, 1'nWsl• ede.) pestn)yhan _--- quantity Iklt Vnlf Cast Oahe &sir _ _ 0 Total Othar 19rmf Costs ..................................... ,......... .................... . $ - 1. Total Labor Costs.. _ _ _ # 2.579 — _- 2, Tata) RAterlal Costs.. . 8. Tera Oft., Direct costs.. - 4. Tom Labor, Alaleddl 8 01he Owd casts ......................................... .......... B. Fi rofit a Owdmd of Una 1 6_R4mf & Overhead of Una 2 _ -- - - $ - 68 7. hWIt & Overhead of Line 8 $ _ S. payment and Wermonoe send $ 9. Totes ch&W Pcspesat Costs Mims 4. U. 6.7. & 8) . .............. ... .......... ...................................... ......,........... 8.474 +•�R s _ :Y,'.'/-5�`.L•'i-......_ _ ...r._ .. :!'•1�! Al.l.��-:.Jiia�.�_'._.a a.•.cc�' +}'-•- `���� *"No'r '* At the time the cbore work Is performed It will beeomo on addition io At currant zontraat omaunt as of the date of this proposal. Pogo I ChsngaFroposalForm { Date of Issuance: 6.6.12 Proj ect: Owner: New Hope Arena — Interior City of New Hope Improvement Project 4401 Xylon Ave North New Hone. MN 55428 Proposal Request No. 2 Owner's Contract No.: NT/A Contract: Date of Contract: New Hope Arena — Interior Improvement Project 14-27-12 Contractor; Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This document has important legal consequences; Consultation with an Attomey is encouraged. with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH FHE WORK DESCRIDIED IN TII PROPOSED id ODIA lCATIONS. Coatracior shall rovide a yroposal, broken down into units of labor, units of materials overhead and vrofit, to accomplish the revision work described below. Reference: 5101, S301, 5302 (Specification Section(s)) (Drawing(s) / Detail(s)) Description: The Contractor is instructed to provide pricing for the lobby foundation revisions as detailed on the attached drawing sheets S 101, 5301 and 5302. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: Drawing Sheets S101, 5301, S302 Signature: Scott A. Ward, P.E. Copies to: OWNER: Susan Rader, Jim Corbett — City of New Hope ENGINEER: Scott Ward — Stevens ARCHITECT: Tom Betti — 292 Design Group CONTRACTOR: Justin Kuechle - Kue Contractors, Inc. OTHER: File Stevens Engineers, Inc. . 2211 O Neil Road . Hudson . WI 54016 Page 1 of 1 Date: 6.6.12 HIM MH1 ka o I I 1 1 4 a4•m I I wC H q - 1 I • « SII �¢� I i nwem4ta'4 f lat !j Jaarnaa�srsane � ___ 1� �_ - I� 'a 4�3aeanr43doJa .L�l - 7't A J'A 8A •Y.4 A'J � II '•., sod Hill ill - I� 4 HUII ' w o a � I i m ! . ~ CN a■$ #r . - E § E'Q� �|•i $2 ■,■ f,� ��! ■ 8� �§ ,� ] ■ ! | §|���|� d | ||!!! ! ® |` !§ | ! ! I fill iI III! f tills I FIR p t N il. ij C I f I CN > all Nei Mif 4 z H, fill', U) I VIA by aOr Ogg, {gp �� � g i 4N N �T N 11 WIN R7l� LSI p i gOKUE130 Central Avenue South P.O. Box 408, Watkins, MN 55389 Office: 320-764-2525 Fax: 320-764-2524 i.icenae#20355836 . June 8, 2012 Scott ward Stevens Engineers 2211 O'Neil Road Hudson, VI Re: New Hope Arena New Hope, MN Dear Scott: Please review cast below for PR #2: Atlas Foundation Company Julian M. Jolmson Construction Twin City Steel Erectors (labor only) Dayco Concrete Croodells Welding & Fabrication (26 studs Qa $3.00 each) Add 25 days to contract for change in scope of work Additional sup fees due to change in contact extension (25 days Q $240.00 per day) P&0115% Bond 1.5% Z erely, Justin Kuechle Proj ect Manager JKlshs Your KUE to a Successful Project. $ 12,740.00 $ 2,252.00 $ 704.00 $ 8,847.00 $ 78.00 $ 0.00 6,000.00 $ 30,621,00 1,531.00 $.32,152.00 482.00 $ 32,634.00 Atlas Foundation Company 1173011mckton L,nncNoith • Osseo, Minnesota 55369 (763) 428-2261 • Fax: (163) 428-4754 Website; wvvw.adasfmndation.com lune 7, 2012 Justin Kuechle 320-980-3840jakuechle(rlmeltel.ne( KUE Contractors, Inc Reference; Entryway Foundation • CHANCEu Helical Pier Foundations 49u' Ave N • New Hope, MN We offer our proposal to furnish and install CHANCE® Helical Pier Foundation Systems. We are the certified installation contractor in the area for this product. Additional product information can be found at our distributor website, www.strtictumlanobomupply.com, Information Given: Si tucturW plans by Stevens dated 3119/12. Geotechnical Report by American Engineering Testing Proposal: We propose installing (11) CHANCE® SSS — 1%" (15 kip design) and (2) CHANCE SS 175 —1 3/4" (35 kip design) Helical Piers to support the entryway foundation. The piers would be terminated with steel beating plates to be embedded in the concrete grade beam footing. We assume the helical piers will require an average installation length of 40' in order to achieve capacity. Pricing: (11) S85-1 112" Helical Piers rQi $940.00 = $10,340.00 (2) SS175-13/411 Helical Piers g $1,200.00 d 2 400.00 Total - $12,740.00 Clarifications: The prices for the helical piers are for the lengths indicated. The actual installed length could vary depending Upon soil conditions. They are advanced until the proper torque is obtained for the capacity required. Additions/ (reductions) from the bid length would beat a cost of $20.00 / ($15.00) per foot, in full extension lengths. Exclusions: Excluded from this price is any cost for layout, utility protection or location, restoration, excavation, concrete woxk, obstructions, engineering, inspection / testing, permits, or cost of bond. Excessive delays or lost time will be charged at an hourly rate for the crew. Proper access for our equipment and materials must be provided to our work area. Should you have any questions please contact me at your earliest convenience. This proposal is valid for 30 days. Sincerely, � For: Ben Hermanson, P.B. Atlas Foundation Co. Project Manager Should you desire to piveeed with this project, please sign and date the bottom of this proposal and return it to us. THm o MDDOE.4NEED TOBEBETUANBD To ussrGNM & DATED 1N ojwx R Fon us To PRDCBIED wffHTBB moRm Thank you. Signature Date 'terms: Net 30 days. No retalner. Finance charge of 1%% perslonth will be charged on past due accouoils. 0W Meehanin Lien rights will be 1wolecled. loft JULIAN M. JOHNSON CONSTRUCTI0N CORP (General Excavating acrd Fill HardhW 6191 14Ole AVENUBN.W. RAMSBY, MN 553034021 Phone (763) 323-2900 Aj Fax (763) 323-7579 �l1 fid, PROPOSAL TO: KUE Contractors PHONE: 320-784-2525 1 DATE, June 7, 2042 PROJECT NAME: Now Hope Arena 130 Central Avenue S LOCATION: New Hope, MN PLAN DAYS: $119112 Watkins, MN 55389 PROJECT MANAGER: Wo berabysubmVI spWillaidweandsegmMr•fan PR No. 2: Additional excavation 3r Backfill Additional excess to haul away Supervision 4 hr. @ $ 98.00 c $ 302.00 Backhoe 4 hr. @ $ 230.00 ^ $ 920.00 S�ldisstser 3 hr. Q $ MAO $ 4013„04 Lib&it wl.combactor 3 hr. tai! $ 94.00 - $ 282.00 I ruCK to.naui owe* excess 2 hr. @ $125.010 $ 250.00 TOTAL: $ 2,252.00 ij 42j.3• r �r{Il P}rr*4 , t r WierapewleaaNahonHdafendg5or.aompblaff IniompA�maFlhaHabey� apwlaoeuonoforlheaumoC '��/ :•. TWO THOUSAND TWO HUVI)hED FIFTY TWO �eIl.. ,v,.IkMiMNNNtiM/v/V/V/V/V/V/M/VNNIVIVNT 2,252.00 AND N01100 '•'^+^+^r DDLLARS �YYYY Payment to be made as foliowik.'.., :; ':. NET 30 DAYS FROM INVOICE NI Meterlel la gueranleadivbe eeapcdRed. All vrork to bo duinplalad rn iprordation,al — - ahanoeraaordding loalandard paolices.Any ellerallon to or de icon Irom Ore abova spaci6C8gone which Involves oft coals vobe made cray upon recdrpl or an sullwdud, wdkendunge order end will ba•showo on mamequenl Yn+olces as amcunls ovarend above d1a odglnd esWnala Ilia understood thatwawlll not be penallxed Por delays Caused by *Am, eooldenk orothardels" caused by ecte ar God. Uurwmrkers , are covered byW&kora Companeetlon Insuhance. _ Note, This Proposal may be withdrawn by us If Authorized not accepted within 30 days Slgnature Gerald Soinitzky Gerald Solhllzk • ACCEPTANCE OF PROPOSAL- The abovepylces,specllioolroneandcomllllonsmreeetlaractory and are accepted. You are aulhorized'tp4o the ►work as spealrred. Paymeol will be made as 6i ii". �Innalhrrg• i 51gn�ture: Dale of Acceptance: 06/08/2012 10:13 9525560279 RAYCO CONCRETE PAGE DayCo Concrete Company, ane. 1850 Lake Drive West Crianbassen,.MN 55317 _ . (952) 556,0278 a Fax. (952) 556.0279 Fax Cover Sheet To: +`tj Date: _ ,b j 2 I. - .. Compatly: K � �, � Fax Namber: From: _ 3,%subs ,s,&3.j , TotgJ Pages Sent: . �� (Including core shit .. NOTE: If you do mot reoelve 9,1I pages In good condition, pioose. advise sender at (952) 656-0276. 06/08/2812 10:13 9525569279 DAYCO CM40WTE PACE 03 Concrete Company 1860 LAKE DRIVE WEST " CHANHASSEN, MINNESOTA 66317 PHONE: (182) 656-0278 + FAX' (932) 8Sfl-0270 12" Voak labor --12" blook -grey mortar I bra x 70.00 56 A x 1.68 56 A x .47 over bead I S% Deduct Page 2 of 3 70.00 9,4.08 26.32 $3,537.68 S 530.65 54,068.33 6" slab over footlag 35.Shr x 70.00 2,485.00 4abor - 8 bvs x 70.00 560.00 -cone"te 3 ey x 101.60 304.80 -rebar 731f x .58 42.34 -obaks 151f x .48 '7.20 -forlm 18 If x 1.80 32.40 -PUMP 1 ea. x 700.00 700,00 45 dowels 30 ca x 5.00 150.00 8" below grade block -labor 20 bars x 70.00 1,400.00 -05 dowels 5 ea x 5.00 25.00 -8" block 104 ea x 1.23 127.92 -grey mortar 104 ea x .47 48.88 -dur-o-well 671f x .62 41.54 -concrete I ay x 101.60 101.60 45 rebnr 941f x .58 54.52 12" below grade block -labor 19 hers x 70-00 1330.00 415 dowels 6e& x 5.00 30.00 -12" block 202 blkx .1.68 339.36 -grey mortar 202 oa x .47 94.94 -dur-o-wall 1321f x .62 81,84 -conorete 1 cy x 101.60 101,60 45 rebar 66 If x .58 38.28 20"x20" emda beam, -labor 35.Shr x 70.00 2,485.00 45 dowels 12 ca x 5.00 60.00 -concrete 14 cy x 101.60 •1,422.40 -95 rebor 11841f x .63 745.92 06/08/2012 10;13 5525560275 AAYCQ CRETE PAGE 02 Concrete Company 1980 LAKE DRIVE WEST • CHANHASSEN. MINNESOTA56517 PHONE. (962) 6158.0278 • FAX: (0552) 986.0278 .tune 8, 2012 JUwU Kvechla Kuo ControoWn be. 130 Central Ave. S. Po Box 408 WaWns, MN 55389 RR New Hope Areas - Interior Improvement Page I of 3 Request For Price The following is a request for price for the above mentioned project. Revised Foundation 2'x12" footing -labor 14 hrs x 70.00 980.00 -concrete 5 cy x 101.60 508.00 -robax 160 If x .63 100.60 -char 39 If x .48 18.24. I ' footlrpg -labor 11 Itis x 70.00 77.00 -concrete 4 cy x 101.60 406.40 -rebar 1601f x .63 100.80 -chairs 28 If x .48 13.44 3' column pad -labor 2 hrm x 70.00 140.00 -concrete 1 cy x 141.60 101,60 8" block -labor I hts x 70.00 70.00 ,8" block 40 bili x 1,23 49.20 -grey mortar 40 blk x .47 18.80 Page I of 3 06/08/2012 10:13 9525560273 DAYOU WNCRETE PALE 04 Mwift Concrete Company 1850 LAICL* DRIVE WEST • CKANHASSEN, MINNESOTA 60317 page 3 of PNDNE: (®s2)568-0278 4 FAX; (66$) 606.0279 44 retw 11161f x .40 446.40 -ohairs 1361f x .48 65.28 -forms 4921£ x .80 393.60 $1x,,230.82 Over head 15% $ 11,6$4.62 .AJ)D $12,915.44 Total ADD: $8,847.11 If you have any questions please don't be0itate to call, �Jason B a o C creta Company, Enc. Twin City Steel Erectors, Inc. 13065 Mild Street West — Apple Valley, MN 55124 Bus; 952-423-6101- Fax; 952-423-7152 Date; 6/04/12 Kue Contractors, Inc, Attn; Justin Kuechle Project; New Hope Arena Subject; P.R. # 2 Field weld headed studs on plate at helical pads Twin City Steel Erectors, Inc. proposal is as follows; Iron Worker Forman 7 hrs @ $87,00hr= $609.00 Welder 6 hr @ $15.00hr= $90.00 Grinderand other small tools $4.50hr= $4,50 Total; $703.50 Thank you Kevin Clowe 0812 02:19p Fax Cover Sheet Goodeils Welding & Fabrication, Inc. 3700 32nd S#. S.E. St. Cloud, MN 56304 320-252-7676 Fax 320-252-7733 E-mail: goodell@GWFBridge.com P.1 Send to; From: 7 Attention: Date: _ Office location: Office locallon: ; Fax number: Prone number: _-,.,Urgent Reply ASAP Please Comment _--please Review For Your Info Total pages, Including cover: CIS e"..f�-.P/j S. ;..� ns E»NGENURS „ PLANNERS Date of Issuance: 6.11.12 Proposal Request No. 3 Project: Owner: Owner's Contract No.: New Hope Arena — inierior City of New hope NIA Improvement Project 4401 Xylon Ave North New Hove. MN 55428 Contract: Date of Contract: New Hope Arena — Interior Improvement Project 4-27-12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This document has important legal consequences; Consultation with an Attorney is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH T14E WORK DESCRIBED IN TIM PROPOSED MODIFICATIONS. Cuntractor shad provide a Proposal, broken down into units of labor, units of materials overhead and Drofit, to accomplish the revision work described below. Reference: A501 (Specification Section(s)) (Drawing(s) I Detail(s)) Description: The Contractor is instructed to provide pricing for removing the existing wood beam in lobby and performing the revisions as detailed on the attached drawing 8 modifying Sheet A501. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: 1 - Drawing 8 modifying Sheet A501 Signature: Scott A. Ward, P.E. I Date: 6.11.12 Copies to: OWNER: Susan Rader, Jim Corbett, Mark Severson — City of New Hope ENGINEER: Scott Ward — Stevens ARCHITECT: Tom Betti — 292 Design Group CONTRACTOR: Justin Kuechle - Kue Contractors, Inc. OTHER: File Stevens Engineers, Inc. . 2211 O Neil Road . Hudson . W154016 Page 1 or 1 EXISTING VERTICAL SOFFIT WALL AND FRAMING TO REMAIN REMOVE EXISTING BEAM NEW FRAMING AT REMOVED WOOD BEAM LOCATION, ALIGN WITH ADJACENT SOFFIT FRAMING NEW 518" GYPSUM BOARD EXISTING SOFFIT FRAMING mak. 314-11-11 P R #3 MODIFIES SHEET: 61001Nh Avenue NMh N.N�.Mym.� A501 C7&I.E00.3BI8 Oeta: 06.07,72 NEW HOPE ICE ARENA, PHASE 2 D'a-292 y; tlh 4401 Xylon Avenue North ORAWINGNUMBER design group New Hope, Minnesota O Project Na.: 12002.00 O AMY'.■ 130 Central Avenue South g4PKU .O. Box 408, Watkins, MN 55389 Office: 320-764-2525 Fm 320-764-2524 (:RN7 TR�? INP, License #20355836 June 13, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re; New Hope Arena New Hope, MN Dear Scott: Please review cost below for PR #3: KU1 - Labor (16 bra Q $65.00) $1,040.00 P&OH 15%. 156.00 j $1,196.00 RTL Construction $ 2,269.00 Loberg Electric 150.0 $ 2,419.00 P&OHf 5% 121.00 $ 2,540.00 $1,196.00 2 540.00 $ 3,736.00 Bond 1.5% $ 56.00 Total w 3,?92.OQ Sincerely, Tustin Kuechle Project Manager } 3'T�lsns Your KUE to a Successful Project. Page I Change Proposal Form 4000 VAo XWoFMid Blyd south,bhatva MN 55379 pk952-9344696 fx.95"34.50) Changs Proposal Pr*Ct Name: Now Hope Its Arena Change P(Vosol Not 3 Date of Proposoli 6/IVZ012 Description of Works JPJWS - Oftel stud *amlug, gypsum board, taphV and 8andlltg where ekfetft wood beam to be removed and soffit extanded as shown In brawitgl It. Lalosr Ormalslaw (use addlitmal sl[tels If numtory) _ Labor Factor - (t-RcgWr.1.5.Orer. tltne. L*W Ctassifieatioa # of rsapic HarrLob" lWlaft 2 bmAls *4 Labor Cast A-04mPlion 0 0 $ 690 -1 _ 81-Irtarlor rromkV - - _ I I0 $ 68AD # 680 82-EsrtesiorFlwning 0 0 $ 68A0 1 # a-A"ll&rpentry _ 0 0- C. 0 Dl-ut4rlorHoorn � ----� 1 6 $ 68.00 1 # _. '106 02 - ext. Shudit 0 0 68.00 1 $ - E-Teping 1 8 # 60M 1 # _ 5,114 _ I - Folsh Caepeatry 0 0 $ 68,CD I m _ 0.4mUp rixodeast BYofiborCost # 69A0 # 88 J • Sapers[alan $ 7R 00 $ IDD Total Leber Costs . $ 1.520 r Atahsfal $realsdown (use addiftal Auk If nesassory) AmWatbeseripilm Qmoty Unit Lwteost 6laisrlolCost _ Steel stud track 250 If $ 0.48 ¢ 119 224 of $ 628 ; A 68 ll pft eampma/aeaassorles 4 4a $ _ 11A0 # _ 44 - 0 rot[ $ -•- # - 0 # $ 0 - Subtotal mare ial on%. $ VIM smUsTax 7.5%, 3 IT Toto1 Modal Costa # 242 OTHER taWY COSTS (sk mriraators. Equipment Travel. etc.) pesvlptlaa _ Qpw[tity Lwt LldtelDW - - other costo _ 0 $ $ 0 0 0 - - - y Totsl Olim Direct Casts . $ a ��� 4 S� .'P•,5'w ?.'.sal J L. ToWI_LabwCnts.............. 2. Total Materld Costs.. $ 242 9. Total Other Wreet Costs.. # 4. Total Lobar, Mstartol d Other Direct Costs.. $ 1pbs 6. Profit d Ovwbcod of Line 1 _ # 182 6 rrofff s ovaiaad of Line 2 _ 24 _ 7. Profit A Ow.rhmd of Llns 3 „ . -•,- $ _ S. raymsat and P4rformdw land 9. Total Chop Prvponl Catts Qlnes 4, 5. 6, 7, 8 5) . .... .. $ 2,849 ~ General Contractor: jKlieCentraciors ph. 320-764-2625 6C Pro eat Ma er: Zrustin Kuechla Ift 320.764-2624 **NOTE** At the time the above work Isperformed it will 6oeame asadditlen to the current contract amount as of the, date of this proposal. Page I Change Proposal Form UN -16-2012 04:24 PM law RUE " 130 P.O. W& LQHERG ELECTRIC INC. AG EUCTRIC, INC. ;1 4R.S'1'At'ENUE' 1%&,, :I (1> 111»�r1:S{)'I'.► ;jut i .,C!„r+l• i 1{ank- 01'At 14271 ra%;17(1,) h8> •h 1.4h 763 682 6196 1206 1 06/13/2012 PH i 3 AND VR A 4 New HOPE ICE FkRr.Rh Ucia or + untiz> KueWL 32d-764-2523 l, •lair ' ��,'•if' ..•5... • 5 v •p,.J' . ?R�4 D>rBCq�ti►�::� td,; `ZC014VECT WXRIHG 15'OR TWO HM:CCA6 T]OOR CONTROAER8 ng N0 MOVRD. 1 �....,1-._ ;i .�.�_..r • .. � �'�. >: , 1l �.e:..'a: Tai d:. 4ji~t pn;ln ^rt Raven Hua: and 00 Conte payable M PER P. 01 160.00 600.00 $7$0.00 _ .. . A>1 rtt .....- ... ._—. _. ,,,,,. AZer'• , o=lrvirls�J. Ad a•o!•1, it, he 001rip1010d III -1111 -Ur :10.1.11rt 1• , 1si•Ira! uta: .�..• �. 1111 !1, '•i:wul;lrJ .. Practices. 1f1uu I'ranl ;111,111 .I1C06011it111r ^^^ 111v01Vip s !t<<! t': '111ilt r+FapfiAdl luny ht. wl�tl•dYdwn 8 !t:'tl nnly Ill)lUl t411lh"11 salls,rti, lulu b1 t1u It nqc nartp,l.ad uitillit will beticlu' 11111 ohut'r 111,! V01111me. t All agree: , .,11111 a, avI1ds!111% or tl�ld�x J ISeyand m. sarry fils•, I,a•n.l1111, 1101.1 (itJjVr f ReCI'E6STy -Ilcrk: :I1;' fit 14 %1011'I<!t� 1�1 • rltlIIall ,,.� LA1XtT,J,.1: M. 1�: h:s •�. ,�>C,11. ,li 4'!1. :111 ! 1 ._s � ••_ ..�_._—,..,`.�_._...—.�..._._. �...��,.1 1 t rtn,hl1� n ,IZ amitI'mfor;' and tire height accepted. You are h1•:log tl U, els' ills s, ulis lis +Ill'+,fly+l1, 11;iyllwlli will lie fllnde, 31S 1111111ned Ahl1Yl'., Maven s ENGIMURN A P1.1-AINFRS Date of Issuance: 6.11.12 Proposal Request No. 4 Project: Owner: Owner's Contract No.; Now Hope Arena —Interior City of New Hope NIA Improvement Project 14401 Xylon Ave North Contract: Now Hope Arena— interior lmprovemant Project Contractor: T Kite Contractors; Inc.. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 Date of Contraot: 4 27-12 Bngineo6 Project No.: 500.12,155 This dmumem has impadant legal consoquances; Consalteuon wllh an Attetney is aneouraged. with mspeatto iia oompiction ornrodiflcation. Please sabutit an Itemized proposal far changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer In writing of Ar !inti on v hinh you anticipate submitting yr„ur propomai, THIS IS NOT A CHANGE ORDER, A CONSTRICTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. &atractor aboll provide a pronoeal, broken down into units of labor. units of materials. overhead and 12roRt to aecomullsh !be revtsi ork described belo Reference: _ ADOOI, A 10 (Specification Seetion(s)) (Drawing(s) /Detall(a)) `1 IDweriptiont TAL 6N3JI0, The Contraetor is instructed to provide pr}pins ibr removing existingoxteFl-r a Band entrance system and sal W4Qr-relnskLR1u .Provide all incidontais and components required fbr installation In new vestibule. interio=aocomlp that vras s ""r�iiase'ie Installed In interior location In lieu ofexterior local} Cost breakdown shall be detailed including units of labor, units of materials, and overhead a this work. No change Is contract time will be ni[owed. Attachments! None Signature, Scott A. Ward, P.E. Date: 6M.12 1.12 Cnpies tn; OWNER: Susan finder. Jim Corbett. Mark Severson—City of New hope RNOMER: Scott Ward—Stevens ARCHITECT; Tom Betti — 242 Design Group CONTRACTOR- JustinKueohle- KtteContractors,Ins. OTHER: File Stevens Bngineora, Ute. a Ili 1 owco Road . Fradmn a WI 54016 Pagel ori 130 Central Avenue South F.O. Box 408, Watkins, MN 55369 o4aot"" Office: 320-764-2525 - Fax: 320.764-2524 PRNTi-'.� 1PTRt § IN I License #20355836 June 13, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, Wl 54016 Re: New Hope Arena New Hope, MN Dear Scott: Please review cost below for PR 44: Success Glass Inc. - labor $ 1,671.00 Tee Jay North — labor $ 2,150.00 Loberg Electric — labor S 60 00 $ 4,421.00 P&OH 5% 221.00 $ 4,642.00 Bond 1.5% $ X010-0 Total $ 4,712,00 Sincerely, Justin Kuechlc Project Manger X/shs Your KUE to a Successful Project. TEE JAY NORTH, INC. P.O. BOX 1489 PHONE: 952 469-5080 LAKEVILLE, MINNESOTA 55044-1089 FAX 9521469-5440 A.I. PROPOMSAND QUOTATIONSARE SUBJECTTO OUR TERMSAND COMMONS QUOTATION NUMBER 37585 USTOMER JOB NAME Kue Contractors Inc. 'blew Hope ICe Arena 130 Central Ave.8, PO BOX408 4401 Xylon Ave North Watkins, MN 55389 New Hope, MN 55428 AT`2N. Juatin kuechie - PHONE -(320) 764-2525 X- ]FAX -1,320; 764-2:-:24 MATERIAL SUPPLXED: 1. Remove existing exterior entrance system &,salvage for re-installation.Pxovide all incidentals required to complete installation in neer vestibule. 1 Removal & reinst=allation of interior unit: is included in our initial bid for $2250.00,Our new total is $4400.00 for bath. INCLUDED WITH OUR QUOTATXON REMOVAL OF APPROPRIATE EXISTING EQUIPMENT, COMPLETE INSTALLATION OF.THE ABOVE EOMPMENT, COMPLETE WORKING DRAWINGS, FINAL HOOK-UP, ADJUSTMENTS FOR PROPER OPERATION. Proposal request #4 - This price is in addition to original contract amount Of $2250.00 WORK NOT INCLUDED BY TEE JAY 120V TO UNIT(S), LOW VOLTAGE, Wx1190 TO ACTIVATION DEVICE(S), STRUCTURAL SUPPORT, ROUGH OPENINGS, GLASS, GLAZING, CAULKING AND PATCHING AND PAXNTING AS REQUIRED. **PARTS TO MAKE DOORS WORKABLE OR ANSI STANDARD NOT INCLUDED" We hereby propose to furnish labor and materials, complete In Alf material to guaranteed to be as specified. AN work to be accordance with the above specifications, completed in a workmaniike manner according to standard praollces. for the sum of: Any alteration or deviation from the above apeciflcatforts involving e - extra ousts, will be executed only upon written orders and will be- $2,150.00 $2,150.00 Borne an extra charge over and above the estimate. TEE JAY (�CLt1bED) NORTH, INC. Is not liable for arm of God, strikes, accidents or delays beyond our control. Owners to carry fire, tornado, & other with payment to be made as follows: necessary insurance. Our workers are fully covered by Workman's Compensation Insurance. All now equipment includes one year NET 30 DAYS FOR MATERIAL DELIVERED ANIXOR LABOR PERFORMED on parts and labor from the date of Installation. Warranty 7 346 SERVICE CHARGE MONTHLY (7 896 ANfVtIAt ON INVOICES hours will be 7.Wom . 9:30pm, Monday thru Friday. The owner Is hours NOT PAID WITHIN 30 DAYS. responsible for obtaining and payment of applicable permits, The above prices, specifications and conditions are hereby accepted. Inspections and notloes. Purchaser agrees to pay Tee Jay North, Inc, for all casts of collecting the amount you owe underthie agreement. These cosis PROPOSAL FROM TEE JAY NORTH, INC. will Include reasonable attorney fees and costs Incurred for 0 I; / 13 / 2 01. 424 purchaser's failure to comply with these terms. DATR DATE Thomais H. Ludwig AOCEPTED BY BY This quotation to explre within 30 days if not extended. Success Glass Inc. 41113 MI STRMT CHASKA. MN 55318 PHORM 959,846-70U1 VAX; 952401-7061 5a114w.$UC NSOLASSINC.COM ATTN: PROMCT MANAGER JOB NAME; NEW HOPE ICE ARENA JOB LOCATION: CRYSTAL, MN DATE. - JUNE 13, 2012 .. _. We propose to furnish and install: CHANGE ORDER #1 Incluslons: - REMOVE EXISTING BXTBRIOR DOUBLE DOORS -- 2 SETS - REINSTALLTHOSE DOORS INTO NEW LOCATIONS - REMOVALAND REINSTALAITON OF SWINGING ALUMINUM DOORS (AUTO DOORS BY OTHERS) Exclusions: construction permits, dumpsters, embedded sift], engineering stamp or fees, final cleaning and wash, f1re slopping assemblies, interior trim or finishes, licensing or fees, liquidated damages, metal panel systems, mock-ups, relocation of existing material, removal of existing material, standards or brackets, temporary enclosures or enhances, testing fees, translucent panel system, wood blocking/ rough openings, automatic doors, card itaders, sunshades, Proposal Qgrit3e4tionsi TOTAL; $1,671,00 FOR THE SUM OF. - ONE THOUSAND SIX HUNDRED SEVENTY-ONE DOLLARS AND 001100 CENTS TERMS: Net cash 30 days R;O.B.: Job site SALES TAX.ImIuded THIS PROPOSALACCEPTED BY- PROPOSAL SUBMITTED BY: HOODANVNCMKO FOR: II0013AN®SUCCES&GLASSINC.CON1 DATE: FtG ELECTRIC, , INC. a trI RST :1 EIN VV �.1�.. 1.1,11 •tt•111r}Y � I k'�11,ip 4 t'tfri��•rl in..: rYfi� 1 [Ix'.n Ikn KUE 130 Watk' t20606l1312G12 P tk 03 AND Vit 14 {roo or -.Tlsntlrt 1(114U320-764-2525 P't #3 1';,:f5' •. ;P1V t.tORT AND REINSTALL ZATLA 1?R#4 ,�Wcci m WIAIfa Irolt Two HMDXCAI? DOOR CONJIROLUS SLINf3 NOVIO. 180,00 600,00 . ,• i .1 _ .r' � „ , : ,. •: � .q r; t:..a: :.ar 1:. IJr, tu,tn ;1t � $7tl�.iiC Sewn Run 1 ; •� And 00 Conte rayabla AS PER All mater r� prt•Ir) ,�J. AI ,►„rl. 11, 1+,:: � [ � COmpletod pl 'Wor [1ecordint ll,. , �;i•Tnnt lieu: *.. ►.• t'u111;1rt1 pretoticca. I.Ir1un 1'rum ;111t+1t ,petifitettiun> '_� involving t k1,Je. �'t,1A Prapnn�ll Jany he Witt. drawn •:t,'�I nnl} 11pn11 tt•1111,•tl ,Ir,lt:rJ, 111111 Itis ua 11' not aar:ettied tri ti11n will bacon J1111 lNA•4 Ille V:111111111r. All agr®c: n .rl l l{ 4a. J1t:rid. gl, .11' ticitla , Il+l,yryud pr. �:Jrry Iiia, iltru.ul.�, nn�l u11Jt•r Workmen tt°e�g$0Y? .11.4r� art' F'llllti �t11J'i�tl tt► 1,. 151;,;, •15�1�,11:,It,l'11� :Jntl CtJllJlllu4[ ',['C J.If,iI:IR [(51')• "lid "m herah, ticuepted. You are p 010-t ]is 1,+ rlt• 1114 tt„l1, II+ %pv;,o11t'tl. IJ:11•IIIL'l1I I1'111 11t! 1rinde IlS 4111ilhieIl :lhove. .-I. tow ilii' �.._.. _ _. _ -- )J1IR lip 1 C def n `. Date of Issuance: 6.13.12 Proposal Request No. 5 Project: I Owner: Owner's Contract No.: New Hope Arena — interior City of New Hope NIA Improvement Project 4401 Xylon Ave North New Hope, MN 55428 Contract: Date of Contract: New Hope Arena — Interior Improvement Project 14-27-12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This document has important legal consequences; Consultation with an Attorney is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MOD1FICA T IONS. Contractor snail provide a proposal, broken down into units of labor, units of materials, overhead and profit, to accomulisb ilre revision work described below. Reference: AD002 (Specification Section(s)) Description: The Contractor is instructed to provide pricing for the following work: (Drawing(s)/ Detail(s)) In Community Room 244 (North window bay alcove), provide cost to strip vinyl wall covering from north, east, and west walls of alcove. Once the wall covering is removed, prepare the wall by removing any excess adhesive or other debris that can cause adhesion issues. Skim coat the three walls and sand smooth, provide painted finish per specificauOrts. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments - None Signature: Scott A. Ward, P.E. Date: 6.13.12 Copies to: OWNER: Susan Rader, dim Corbett, Mark Severson — City of New Hope ENGINEER: Scott Ward — Stevens ARCHITECT: Tom Betti — 292 Design Group CONTRACTOR: Justin Kuechle - Kue Contractors, Inc. OTHER: File Stevens Engineers, Inc. . 2211 O Neil Road . Hudson . WI 54016 Page 1 of 1 Andy -P, irk a 130 Central Avenue South 111 PO. Box 408, Watkins, MN �i K 4 Office: 320764-2525 `J p Fax: 320-764-2124 �R i /# ! l ; PTR i ! � License #20355836 June 13, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re. New Hope Arena New Hope, MN Dear Scott: Please review cost below for PR #5: KUB � labor (2 hrs @ $65.00) $ 130.00 P&OH 15% $ 150.00 RTL Construction — labor and material $ 1,092.00 Full Specfram Finishing — labor and material S 280.00 $ 1,372.00 P&OII 5% S 69.00 $ 1,441,00 $ 150.00 2-1,441.00 $1,591.00 Bond 1.5% 1 2 0 Total $ 1,615.00 Sincerely, ?'uechle Project Manager !Klshs Your KUE to a Successful Project. 55389 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re. New Hope Arena New Hope, MN Dear Scott: Please review cost below for PR #5: KUB � labor (2 hrs @ $65.00) $ 130.00 P&OH 15% $ 150.00 RTL Construction — labor and material $ 1,092.00 Full Specfram Finishing — labor and material S 280.00 $ 1,372.00 P&OII 5% S 69.00 $ 1,441,00 $ 150.00 2-1,441.00 $1,591.00 Bond 1.5% 1 2 0 Total $ 1,615.00 Sincerely, ?'uechle Project Manager !Klshs Your KUE to a Successful Project. 4x00ydleyLlduatrid Blvd 6autlti shatmpey 1MJ Cr5379 *06"04-09a fn.962-934-6360 Change Proposal prosect Nomef Chop Proposal Nei buct"fan of Warkf New Hope %ce Arena i bate of ProposdF 6/18/2012 IPA #5 Skim coat existing gypoufn beard surfaces at L.aokout Arta of Roam 204, opprox 371f as directed, - where VWC to be removed by others. Labor Bradmloxn (ma PWmb of sheets it awssory) Lobargas,tilsatkn #ofhmos Hours Welt twtoedt La6arPAG/H• L46r Foelar 04tegudr,l.0-Owrikae. 9Dauf mfmaj 0- T Ldrertost A-DeablltiaR 0 0 $ MOO 1 $ - In- Interior fhL-ft0 _ _ _ 0 $ 66AO 1 $ Bt • Exterlw FrwnYlyg 0 0 $ 6840 1 $ 2. Total µDiems cosi,.. e3-0jfghtk"atry $ 0 0 $ 6640 - $ - c-Insutate/Paly .. 0 0 $ 6640 --,I-- 1 $ - Di-ldortarH"Ing - — 0 0 $ 6940 1 $ - D2- Ext. Sheatift 1,092 0 0 $ 68.00 1 # - I-Uft SUM Odtmdmaad 1 12 $ 6640 1 $ 616 t-PWshcalmn" 0 0 $ ADD 1 $ - 6- Cbean up 1- cupecvvm FTxedcedt 61: of / ober Cost $ $ 61A0 7t�0 $ $ 44 60 llaterfel Brad do m Quina aMdomf shame If naaswry) T*W Labor Costs . $ $10 11aMrid Dowipftmi eypsuuwftnlsh aefepeufd Y Q-tiey 7 Uatt boars, $ lhds Cost 11.00 8totarlsl Oast ri _.- 0 If- 0 et $ - $ - _ 0 roil $ $ - 0 0 - $ - _ _ subrotal MUM 0051....... rB8 .� # 77 'oto s Tax TSR $ 6 _. Told Mahrki Casts ... ..................................... ............................ $ OT1VQ DEW cOST819ffbiaetraiIsm, b'galme. Traael, e40.) D-Aption Quantity Welt twtoedt O"Weaste 0- _ 0 $ - 0 $ - $ _ Tafel 000 arch costs . 1. Total Low Cats.. $ 910 2. Total µDiems cosi,.. - $ 63 3. Tafel Other Ohxct costs ............ ........................ I ........ ............ ., $ - — _ 4. Told /setter, µatafol & Other Dfreet faits ......................................... .......... $ 993 It_ Fria a Oveftroed of LMe 1 $ 91 6. Proflt & GvtAmod of Line I 0 F. hwo 4 Overb"d of /las 3 _ 8. Payseeht and Pwfe mmx Bond $ P. Tatot Owya Proposal Cats (Ones 4. IF, 6. T, & ej . . ..... ... ...�� .••+;��_x_.��:� 1,092 , 9ennral Contractor: I Mule ,;��^ -•.i.. 1pFL j3ZD-764.2525 feu` fx. 320.764.2524 the time the above work Is performed It will become em additlon Page 1 ChMngaFropnsitpmn4 .ME u V -j FINISHING Change Order Response Form Date: 6/13/12 Project: New Hope Arena Section: 099000 Painting and Coatings RFP #:5 RFP Description: Wallpaper removal and painting dddd Deduct No Charge Amount: $280,00 Labor/ Burden $207 Materials $47 Profit $Z6 Ian r M 14G(P4 ELRS Z a'1,A','9E1; Date of Issuance: 6.13.12 Proposal Request No. 6 Project: Owner: Owner's Contract No.: New Hope Arena — Interior City of New Hope NIA Improvement Project 4401 Xylon Ave North New Hope, MN 55428 Contract: Date of Contract: New Hope Arena — Interior Improvement Project 4-27-12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This document has important legal consequences; Consultation with an Attorney is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED vdi i H THE WORK DESCRIBED -IN THE PROPOSED MODIMCA i IONS. Contractor shaii provide_ a proposal, broken down into units of labor, units of materials, overhead and profit, to accomplish the revision work described below. Reference: (Specification Section(s)) Description: The Contractor is instructed to provide pricing for the following: MT0002 (Drawing(s) / Detail(s)) Disconnect and remove exhaust fan located in Coats/Shoes 202. Disconnect, remove, and cap power and control wiring. Provide an insulated cap on the roof curb to seal the penetration water and air tight. Reduce soffit on east end to align with east edge of new door opening, and extend the ACP ceiling system to the east. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: None Signature: Scott A. Ward, P.E. i Date: 6.13.12 Copies to: OWNER: Susan Rader, Jim Corbett, Mark Severson — City of New Hope ENGINEER: Scott Ward — Stevens ARCHITECT: Tom Betti — 292 Design Group CONTRACTOR: Justin Kuechle - Kue Contractors, Inc. OTHER: File Stevens Engineers, Inc. . 2211 O Neil Road . Hudson . W154016 Page 1 of 1 KUE 130 Central Avenue South P.O. Box 406, Watkins, MN 55389 mi Office: 320-764-2525 PRNTRPTR�� INP. Fax: 320 764-2524 License #20355$36 June 13, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, W154016 Re: New Hope Areata New Hope, MN Dear Scott: Please review cost below for PR 416: KUE - labor (2 hrs. @ $65.00) $ 130.00 P&OH 15% S 20.00 $ 150.00 Bostrom Sheet Metal — labor and material $ 614.00 Architectural Sales of MN -- labor and material $ 200.00 Loberg Electric — labor $ 120.00 $ 934.00 P&OH 5% 47.00 $ 981.00 $ 150.00 81.00 $1,131.00 Bond 1.5% $ 17.00 Total $1,148.00 Sincerely, JusttrrKuechle Project Manager Jxrshs Your KUF to a Successful Project. OOSTRO#V 9BEET METAL June 13, 2012 Xue Contractors 130 Central Ave. S. Watkfus, MN 55383 Attn: Jusdn Kuechle RE: New Hope Arena — PR ##6 Dear Justin - - BOSTROM SHMT METAL WORKS, TNC. 731 Hampden Ave, St. Paul, Minnesota 55114 (651) 646-7475 VAX (651) 646-8081 Folimving is our cast for PR 96 to denio existing fan and provide and Install an insulated cap on the roof curl. 1. bor (G Ifours x $85.00) $ 510.00 Ma tei°1 al 45.00 ThKes 3.43 Bub -T atnl $ 558.43 10% Overhead & Prulrt m,N Total Aryl $ 614.00 Please forward this on for approval. Yozu-s tr:dy, ray JO r it Eatin:ntor/hvject Munagor llostrom Sheet Metal Worim, Ync. Architecturalales of Minnesota, Inc t ACOUSiIGAL CEILINGS & WALL PANELS4660 Quebec Avenue North Minneapolis, MN 664284996 PARTITIONS Phone: (763) 533-1595 Fax: (763) 533-7852 Customer: Kue Contractors, Inc. • CARPET • RESILIENT * WOOD FLOORS Date: June 13, 2012 Prolect Name: New Hope Arena Project Location: New Dope, MN Attn: Justin Kuechle Architect: PH: Addenda: I FX: AS] proposes to furnish the following malerlais for the above pmleat In soeordance with terns and conditions below end on the reverse aide of this proposal. Labor and equipment for Installation Is Induded unless spedflcaliystated otherwise. Acoustical Ceilings Section 09 510 PRO, eliminate Gypsum Soffit and replace with ACT Ceiling ... Add $200.00 to Contract. Ttrls proposal is subleot to aoceplance within 30 days ACCEPTED BY. ARCHITECTURAL SALES of Minnesota, Inc. Date: Customer Order No. By: Mike ndorrick C 17&3-238-3785 iN-14-21412 1461.:Ji rM I-ODERG ELECTRIC INC. 763 542 6165 P.61 JE LOBERG ELECTRTC. INC. - MUAF�� 24s) FIRST AVIilVS',I? %A%. ' � D l OGf 13120 ]3[JC'I�:�LO.'YU YNES(VI'A -12 iall Danded =1 Insured MWIrkul Cunlr+wlnra- I.le,; oo If t Ai 1417, Phone.- (763) r,82.2100 Fam I V0 1 614j.111 w. KUH Contractors, Inc, tal:N lion ICE ARENA 130 central Amort. So. P.O. Bax 408 Wat.k3.nR,MN 55389 , .ruatiti Kuechlo 320-76$-2525 LUOR TO 1)"CODINIaCT AND CAP OPIP W-TRING VOR WMAUBW rAW TR RM. 202 120.00 :rG9+ Gir•f•K C7 f..�r,•d! :d`9eW,'-—.-.....,.:_-.ry..-...„._..i...�-.. j_ ._.....--�-..-..-�--....--� '!M w -.l` "� .'I',:k:1.a• n. •a+•�•. :LYG:i ic$I:i{yS -m mn ii.m ''ir $120.00 One I,Ubdv*d Twouty nallfma And 00 centm tnyablr ;+7 Rollewh: AS ?ER MNTRACT X111 mntCHAI ie guartnllead lll�he ;1� Z�7Nl'Irl�tl. .11• %%i,rk Its he l sumPleted ltt a workmanlike, matter tiocorilion to tilandurli wacliec5. Any alternllon or dcvinrinn Perini Ilbo o* q-'ectl'ii•ullun� nvt!ltring cxu:1 cnft will be. executod only upon wrillvii ordo+, nad ulil llacame an eura charge Over snd fncPvC the c.11su;rati•. Nil agreements cuntingent upon :;frikek, ovect1rn1,. I■r tlr-lay% I faynad our onntrol. Uwswr ha unrey firs, liun.r,h . .laic „Uitii j iocoisary Insurance... C11<r workers ;Ing lull} vi -%.-rod h} I 31or0: TMA ptopaacll may be wiriidEAwn by uu if Plot accepted Wil h n 30 Dpys Nnrkniun'Is ('tintiplrna:lliun In+ur�lns'e. 1 ' AC'CEPTAW:I': COUNCIL , , I ? Request for Action Originating Department Approved for Agenda Agenda Section Parks and Recreation June 25, 2012 Consent Item No. By: Susan Rader, P&R Director By: Kirk McDonald, City Manager 6.11 Resolution to approve work change orders in the amount of $30,000 for the Ice Arena interior improvements (project no. 901) Requested Action Staff recommends that the City Council approve an additional $30,000 for work changes for the arena interior improvement project. In the demolition phase of the project, several items were discovered that need correction and therefore add additional costs to the project. As these unanticipated costs are beyond the scope of the approved budget and total $53,886, staff brought the work changes to the Council work session on June 19, 2012 for discussion and direction. The current contract with Kue Contractors, Inc. includes a 5% contingency amount of $26,000. An additional $30,000 would cover the eight work change orders and leave a small amount ($2,134) in case other minor corrections are necessary. Council directed staff to proceed with the work changes and to bring them forward to the June 25, 2012 Council meeting for final approval. Background Interior cosmetic improvements were needed to the arena lobby, office area and community room so staff brought this topic forward to Council at the December work session for discussion. On December 19, 2011, Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. Staff met with Scott Ward from Stevens Engineering and Tom Betti from 292 Design Group to discuss both short term and long term needs for interior improvements and brought a proposal forward for discussion at the work session on January 17, 2012. On January 23, 2012, the City Council formally approved moving forward with the development of plans and specifications. Plans and specifications were developed and discussed at the February 21, 2012 work session and formally approved by the City Council on February 27, 2012. At that time, staff was also authorized to solicit quotes from contractors for the project. Bids were advertised and the bid opening was held on Thursday, April 12, 2012. At the April 16, 2012 work session, Council reviewed the bids and on April 23, 2012 the Council awarded the bid to Kue Contractors, Inc. in the amount of $519,129. Motion by _ ...� Second by To: a�6,2— 0 1:IRFAIr&RI ARENA\ 2012 \R- work diange orders for interior arena improvements.docx Request for action June 25, 2012 - Page 2 Demolition work began on May 21, 2012. During this phase, several items were discovered that need correction. The eight additional corrections have been identified and quotes have been obtained: Request #1- During demolition and removals of the existing lobby, it was discovered that some of the existing gypsum board and insulation that was to remain in place was damaged by water infiltration and mold. This damage was not visible during the initial walkthrough. Additional removal and replacement is necessary to replace and repair the damaged areas. Request #2 - Revise lobby footings. During excavation of the footings for the new lobby extension, it was discovered that the existing soils were not sufficiently compacted near the building as confirmed by American Engineering Testing (AET). The new footings cannot be placed on uncompacted soils. Simply excavating the soils and re -installing and compacting them did not appear to be the most cost effective option since it would undermine the existing building's footings and, therefore, require the installation of experisive sheet piling for protection. This condition was not known until the excavation was performed and AET had a chance to examine the existing soils. The recommended correction includes using helical anchors to provide a solid foundation for the revised foundation and footing plan, in place of excavation and re -installation of soils. Mr. Ward explored several options for the correction and this process is the most cost effective to date. Request #3 - Remove existing header beam in lobby. Once the wall's sheeting was removed during demolition, it was discovered that an existing wood header, spanning the hallway adjacent to the lobby, did not have proper bearing on each end. We examined the condition and determined that it could be removed and replaced with gypsum board and framing to match the adjacent surfaces. This condition was not visible without the removal of the wall sheeting material. Request #4 - Remove and re -install 2 main entrance doors and frames. The existing main doors and frames were originally installed on a small concrete ledge toward the exterior of the building rather than closer to the main building slab as would be expected with good construction practices. Once demolition of this area was complete, the small concrete slab started to separate from the main building slab and foundation. The doors need to be removed and re -installed in the proper location for long term operation. The smaller concrete slab was required to be replaced under the base bid. Request #5 - Remove existing wallpaper on the "bump out" in the community room that overlooks the north ice arena. Originally the wallpaper was going to remain in place, but after reviewing the room once demolition was complete, the idea of removing the existing wallpaper and painting this area to match the other newly painted walls was discussed. Request #6 - Remove the existing exhaust roof fan in the community room. After further investigation when demolition was complete, it was determined that the existing exhaust fan was not required, not being controlled by any schedule or controller and in poor shape. Fresh air and exhaust for this room are provided by a separate mechanical system therefore this fan is not needed. Request #7 - Door jamb extension in community room. The door jamb needs to be extended 8" to install a new door. The as -built drawing background indicated there was 16" of room between the jamb and existing wail, in reality there is 8"+/-. So in order for the shoe cubbies to fit, the opening is being filled in 8" to give 16 1:1RFA\P&RIARENA12012\R-work change orders for interior arena improvements.docx Request for action June 25, 2012 - Page 3 Request #8 - Additional drain required in community room kitchen area. The State of MN recently completed the plumbing review of the project and is requiring that a floor drain be installed for the new three compartment sink. Due to the events held in this room, a regular one or two compartment sink is not acceptable for use. Request Quote Enmineering Cost Total #1- gypsum board and insulation $4,082* $0 $4,082* #2 - foundation and footings $32,634 $4,000 $36,634 #3 - header beam $3,792* $0 $3,792' #4 - entrance doors and frames $4,712 $0 $4,712 #5 - walla er $1,615 $0 $1,615 #6 - exhaust roof fan $1,148 $0 $1,148 #7 - door jamb extension $403 $0 $403 #8 - floor drain $1500** $0 $1500 Total $49,886 $4,000 $53,886 *Estimate only. Work will be performed on Time and Materials basis. **Estimate by engineer. Quote has not been received from contractor. These requests and quotes were brought to the Council at the work session on June 18, 2012'for discussion. Scott Ward from Stevens Engineers and Tom Betti from 292 Design Group were present to answer questions and concerns. Some of the corrections are necessary because the "as -built" plans of the building contained errors. Council agreed that they wanted the project completed correctly and directed staff to proceed with the work changes and to bring forward a resolution to the June 25, 2012 Council meeting for final approval. Funding The current contract with Kue Contractors, Inc. includes a 5% contingency amount of $26,000. These unanticipated costs are beyond the scope of the approved budget and total $53,886, which is $27,886 above the contingency amount. An additional $30,000 would cover the eight work change orders and leave a small amount in case other corrections are necessary. The additional funding for these project changes would be covered by the Parks Infrastructure Fund. As of March 31, 2012, the balance in the Park Infrastructure Fund was $1,367,852. Recommendation Staff recommends that the City Council approve an additional $30,000 for work changes for the arena interior improvement project. Staff views Requests #1-4, 7 and 8 as being critical to the completion of a quality project and Requests #5 & 6 as enhancing the overall appearance. Request #2 is the most critical and will take the longest to complete. It is anticipated that the work would not be fully complete by the first part of August and that a temporary entrance would still need to be used even though the north sheet of ice will be operational. Attachments Resolution Letter from Scott Ward, Stevens Engineers Email from Scott Ward, Stevens Engineers I:IIFAIP&RIARENA\20121R-work change orders for interior arena improvements. docx CITY OF NEW HOPE Resolution No. 12-103 Resolution to approve work change orders in the amount of $30,000 for the Ice Arena interior improvements (project no. 901) WHEREAS, the city has entered into a contract with Kue Contractors, Inc. for the New Hope Ice Arena interior improvement project; and, WHEREAS, during the course of construction, several items were discovered that needed correction, and, WHEREAS, these unanticipated costs are beyond the scope of the approved budget and total $53,886; and, WHEREAS, the amount of the change orders was $27,886 above the contingency amount of $26,000; and, WHEREAS, Stevens Engineers and staff have reviewed the costs submitted by Kue Contractors Inc., and find the cost for the additional work to be appropriate. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: 1. That the City Council hereby approves change orders up to an additional $30,000 above the contingency costs. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 25th day of June, 2012. Mayor Attest: City Clerk I.\RFAIP&RIARENA120121R- Work change orders for interior arena impmVements.docx UStevens June 14, 2012 Ms. Susan Rader Director New Hope Parks and Recreation Department 4401 Xylon Avenue North New Hope,' MN 55426 Re: New Hope Arena -- Interior Improvement Project Proposal Requests 1-6 Our File No. 900.12.155 Dear Ms. Rader: Please find enclosed Proposal Requests 1 through 6 for the City to review and consider for approval. The proposals address additional work, that Stevens is recommending, based on discovers observed after the demolition phase of the project was complete. A summary of each proposal request is outlined below along with the proposed costs. We have reviewed each proposal request and recommend the City accept these requests and changes. Summary of Recommended Work: PRI -- During demolition and removals of the existing lobby, it was discovered that some of the existing gypsum board and insulation that was to remain in place was damaged by water infiltration and mold. This damage was not visible during the initial walkthrough. Additional removal and replacement is necessary to replace and repair the damaged areas. PR 2 —Revise lobby footings. During excavation for the footings for the new lobby extension, it was discovered that the existing soils were not sufficiently compacted near the building as confirmed by American Engineering Testing (AET). The new footings cannot be placed on uncompacted soils. Simply excavating the soils and re -installing and compacting them did not appear to 164 the most cost effective option since it would undermine the existing building's footings and, therefore, require the installation of expensive sheet piling for protection. This condition was not known until the excavation was performed and AET had a chance to examine the existing soils. The recommended correction includes using helical anchors to provide a solid foundation for the revised foundation and footing plan, in place of excavation and re -installation of soils. PR 3 — Remove existing header beam in lobby. Once the wall's sheeting was removed during demolition, it was discovered that an existing wood header, spanning the hallway adjacent to the lobby, did not have proper bearing on each end. We examined the condition and determined that it could be removed and replaced with gypsum board and framing to match the adjacent surfaces. This condition was not visible without the removal of the wall sheeting material. PR 4 -- Remove and re -install 2 main entrance doors and frames. The existing main doors and frames were originally installed on a small concrete ledge toward the exterior of the building rather than closer to the main building slab as would be expected with good construction practices. Once demolition of this area was complete, the small concrete slab started to separate from the main building slab and foundation. The doors need to be removed and re -installed in the proper location for longterm operation. The smaller concrete slab was required to be replaced under the base bid. The existing condition did not match the as -built drawings. 2211 O'Neil Road, Hudson, WI 54016 t7_15.386.5819 t651.436.2075 f715.386-5879 www.stevensenglneersxorn MStevens PR 5 — Remove existing wall paper on the "bump out° in the community room that overlooks the north ice arena. Originally the wallpaper was going to remain in place, but after reviewing the room once demolition was complete, the idea of painting this area to match the other newly painted walls was discussed. PR 6 — Remove the existing exhaust roof fan in the community room. After further investigation after demolition was complete, it was determined that the existing exhaust fan was not required, not being controlled by any schedule or controller and in poor shape. Fresh air and exhaust for this room are provided by a separate mechanical system therefore this fan is not needed. Removing it would help with the appearance of the room. Cost Summary Item Cast PR 1 $4,082* PR 2 $36,634" PR 3 $3,792* PR 4 $4,712 PR 5 $1,615 PR 6 $1,148 Subtotal of PR 1- 6 $51,983 Original Contract Amount $519,129 Revised Contract Amount with PR 1- 6 $571,112 *Estimates only. Work will be performed on Time & Materials basis ** Includes additional design work. Change in Schedule PR 2 includes an extension request of 25 days. This moves the substantial completion day of the project from July 20th to August 14th. It is likely that lobby construction will not complete by the August 9t' ribbon cutting ceremony and the start of the fall skating season and, therefore, a temporary entrance would be required. The contractor is currently reviewing the project schedule to. see if they can have access for the public by August e. If early access to the lobby entrance is possible, it will also be contingent upon the City granting occupancy even though construction may not be fully completed. If you have any questions regarding this documentation or the project in general please feel free to call me. I will be attending the Council Work Session on June 18 . Our office number is 651.436.2075. Sincerely, STEVENS ,;I�n 0, L -,L, Scott A. Ward, P.E. Vice President/Principal Enclosure: PRs 1 -6 Page 2 2211 O'Neil Road, Hudson, WI 54016 1:715.386.5819 t 651.436.2075 f715.386.5879 www.steVensengineers.com From: Scott Ward fmailto:sward0stevensengineers.com1 Sent: Monday, June 18, 2012 2:26 PM To: Rader Susan Cc: Tom Betti'; Corbett Jim; Severson Mark Subject: New Hope Arena IIP - additional items Good afternoon Susan, There are a few more smaller items that have come up recently that I wanted to share with you before the meeting tonight: 1. mmunity Room. Our plans show the ductwork to be installed horizontally which matches the exis%i%-dork. To install it the ductwork with the curvature of the building would cost an additional $1770. See4W-4411 -9 ed. This is strictly an aesthetic item and will not affect the performance of the system. 2. Door Jamb Extension. The door jamb in room 202 needs to be extended 8" to install a new door. The as -built drawings did not match the actual site conditions. The cost of this work is $403.00. 3. Additional Drain Required in Concession Area. The State of MN recently completed the plumbing review of the project and is requiring that a drain be installed for the new sink. The cost of this additional work has not yet been submitted by the contractor. We can discuss these items more tonight. If you have any questions before then, please call me. Scott Scott A. Ward, P.E. {Az, CO, IL, MI, MN, No, NE, WI, WY, TX pending,} P:incipaVVIce President Osteoma i....v k z mAr• '­._Ijm'':r. "2I f 0740 Road, Hadsort, Wisconsin 54096 P.715.386.5619 1'.651.436,21775 F715,386.5879 www.stevensengineers.com UStevens ENGMEER5 & PLANNERS Date of Issuance: 6.26.12 Project: New Hope Arena — Interior Improvement Project Effective Date: 6.25.12 Owner: City of New Hope 4401 Xylon Ave North iew Hope,1 N 55428 j Owner's Contract No.: 1901 Contract: I Date of Contract: New Hope Arena — Interior Improvement Project 1 4.27.12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 900.12.155 Watkins, MN 55389 Change Order The Contract Documents are modified as follows upon execution of this Change Order: Description: Remove and replace water damaged &Tsum board, insulation and wall studs in Vestibule 101 as described in PR 1. Attachments (list documents supporting change): Proposal Request 1, Contractors res onse to PR 1 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: $529,129.00 Increase from previously approved Change Orders: Contract Price prior to this Change Order: $529,129.00 Increase of this Change Order: $Time & Materials with Estimate of $4,082.00 Contract Price incorporating this Change Order: $533,211.00 RECO NDED. By: 1 n. Engineer (Authorized Signature) Date: L. I'M , l Original Contract Times: Substantial completion (days or date): July 20, 2012 Ready for final payment (days or date): August 10, 2012 No change from previously approved Change Orders Substantial completion (days): No Change Ready for final payment (days): -.No Change Contract Times prior to this Change Order: Substantial completion (days or date): July 20, 2012 Ready for final payment (days or date): August 10, 2012 [Increase] [Decrease] of this Change Order: Substantial completion (days or date): No Change Ready for final payment (days or date): No Change Contract Times with all approved Change Orders: Substantial completion (days or date): July 20, 2012 Ready for final payment (days or date): August 10, 2012 City (Authorized 'gnature} Date: �. No.1 ACC D: By: Contr r (Authorized Signature) Date: iI I Z-- EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications institute. Page 1 of 1 UStevens ENGINEERS & PLANNERS Date of Issuance: 5.29.12 Project: – e...._— I`ew Hope Arena– Interior Improvement Project Owner: City of New Hope 4401 XyIon Ave North New Hone. MIS 55428 Proposal Request No. I Owner's Contract No.: NIA Contract: Date of Contract: New Hope Arena— Interior Improvement Project 4-27-12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 T"nis document has important legal consequences; Consultation with an Attorney is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED 'MODIFICATIONS. Contractor shall provide a proposal, broken down into units of labor, units of materials, overhead and profit, to accomplish the revision work described below. T Reference: (Specification Section(s)) AD001, A101 (Drawing(s) / Detail(s)) Description: The Contractor is instructed to provide estimated pricing to remove and replace existing gypsum board and insulation on the installed walls behind the FRP and ceiling where the material has been damaged by water in Vestibule 101. Also provide estimated pricing to replace the bottom steel channel on the existing exterior wall framing system, in Vestibule 101, that has deteriorated due to corrosion. Work will be performed on a time and materials basis. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: None Signature: Scott A. Ward, P.E. � 'I Date: 5.29.12 I Copies to: OWNER: ENGIVEER: ARCHITECT: COINTRACTOR: Susan Rader, Jim Corbett — City of New Hope Scott Ward— Stevens Tom Betti — 292 Design Group Justin Kuechle - Kue Contractors, Inc. Stevens Engineers, Inc. . 2211 O'Neil Road . Hudson . WI 54016 Page 1 of 2 JIB 130 Centra! Avenue Sou.h KUE P.O. Box 408, Watkins, MN 55389 �- Office: 320-764-2525 ('� c �► Fax: 320-764-2524 �}� I�[ ��T� � }{ � � �{ • License #20355836 June 8, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re: New Hope Arena New Hope, MN Dear Scott: Please review cost below for PR #1: KUE - Labor (5 hrs @ $65.00) $ 325.00 P&OH 15% $ 49.00 $ 374.00 RTL —Labor & Material $ 3,474.00 P&0115% $ - 174:00 $ 3,648.00 $ 3,648.00 $ 374.00 $ 4,022.00 Bond 1.5% 60.00 Total $ 4,082.00 Sincerely, Justin Ku le Proj ect Manager FxNm Your KUF to a Successful Project, EJ 400❑ Valley Industrial Blvd South. Shakopee, MN 55379 PK 952-934-4695 fx, 952-9344350 Change Proposal Project Name: New Hope Ice Arend Change. Proposal No: I Date of Proposol: 6/4/2012 DOWIPtIon of Work: IM, replace steel bottom track, fiberglass batt (niuktion, gypsum board, taping and sanding of Vestibule 101 as directed crt wet locations. Pricing for T&M work after, approvals. Labor Breakdown Cuts additional suets if necessary] Labor Factor 0-11wo1r, MOver time, 0 of Ample Hours Labor Rate/Hr 2 Double time) Labor Cast r1- bamaDfian PAP14M steer frarsks (is 0 0 $ 68M --I $ 81 - Interior Framing directed at Vest 101 1 6 $ 68.00 408 82 - Extortion ing 0 0 $ 68.00 1 $ - 63 - Rough Carpentry 0 0 is 68.00 i $ C - Its uldef!'T-... RWO&S batt iftVdti*n at 101 1 4 $ 68DO 1 $ 272 Replace 9"sum and at Vest I 01- Interior Horz&q 101 1 12 $ 68.001 1 $ 916 D2 - Ext. sheath ng 0- 0 $ 68.00 1 $ - F - T"Taping and sand 1 12 $ 68.00 1 $ 815 I - MIA Carpentry 0 0 68.00 1 $ - 6 -Clem Up Fixed Cost 5% of Lobar Cost $ 63.00 s 124 $ 72.00 $ 142� TotalLobar Costs .......................................................... ............... # 2.5" 7, -3, Material Dreakdosm (use additional shoats if necessary} Materlol Description Q6mtiy tjrdr unit cost ~61 cost Gypsum board 360 st $ 0.32 113 WWI trowstad 140 if $ 1.68 I $ 235 Sbarglan Batt Insulation 360 Sf $ 032 $ 113 6 rail poly roll 75.00 75 0 is - - 0 1$ - $ Subtotal Matted Costs .......... ........ . .............. ......................... 539 Sales Toe 7,5% . . . . ..... . ............................ 40 ITatal Material costs ................................................... ............. ....... 1579 7 -77]� -17 N OTHER DIRECT COSTSOulaconfroctors. EqL"ent. rave .etc.) etc.) Description Quantity Unit pillitc4st Other Casts 0 $ 0 i $ Total Other Wract tests .................................................................. Ell 1. Total Labor Costs ................................................... ............... 2,579 9, TOW Ataler'd Costs ..... I .......................................................... . —1--. . 1 1 $ 579 3. Total Other 1)(rict Costs ........................ ...... nMMdWMMMMWMWMWMMM=AM=M� ..... I I i $ - 4. Taft[ Lobar, Aaleddl a other Direct Costs ......................................... I ---------- $ SJ58 5. Profit a Overhead of Una 1 258 S—. iroflt & Overhead of Lim 2 $ Be 7- Profit & Overhead of Line 3 $ B. Payment and Performance BarA $ - J. Tatel Clw4e Proposal Costs 01res 4. 5. 6. 7. d 8) ....... ......... ----------- ..................... $ ...................... ....... 3,474 N 9ensral Contractor. !Kue CDOractors 1ph. 764-2525 9CPrqject.jAar.3qer: jJustir. X-dec:hle N. 1320-764-2524 **NOTE** At the time the above work is perf*rmad it wT become er addition to the current contract amount as of the date of this Dronosaj. Pep 1 Change Proposal Foran UStevens ENGINEERS & PLANNERS Change Order No. 2 Date of Issuance: 6.26.12 Project: New Hope Arena — Interior Improvement Project Effective Date: Owner: 1City of New Hope 4401 Xylon Ave North MN 55428 i Owner's Contract No.: i901 Contract: Date of Contract: New Hooc Arena — Interior In Drovement Proiect 4.27.12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 900.12.155 Watkins, ,VST 55389 The Contract Documents are modified as foilows upon execution of this Change Order: Description: Revise lobby expansion foundation as described in Proposal Request 2. Attachments (list documents supporting change): Proposal Request 2 with drawings, Contractors response to PR 2 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TL'VIES: Original Contract Price: Original Contract Times: Substantial completion (days or date): July 20, 2012 $529,129.00 Ready for final payment (days or date): August 10, 2012 Increase from previously approved Change Orders: No change from previously approved Change Orders No. 1: No. 0 to No. 1: Substantial completion (days): No Change $4,082.00 estimate T&.M Ready for final payment (days): No Change Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): July 20, 2012 $533.211.00 Ready for final payment (days or date): August 10, 2012 Increase of this Change Order: Increase of this Change Order: Substantial completion (days or date): August 14, 2012 $32,634.00 Ready for final payment (days or date): September 4, 2012 Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date): August 14, 2012 $565,845.00 Ready for final payment (days or date): September 42012 RECO LADED W ACCLTKIAC TED: By: _ [�� By:By: Engineer (Authorized Signature) City (Au orize Signature) Contr ct (Auth/o a ignature) Date: Date: 1 Date: t, EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 liff'E's=a ri7tFas Date of Issuance: 6.6.12 Proposal Request No. 2 Project: Owner: Owner's Contract No.: New Hope Arena -- Interior City of New Hope N/A Improvement Project 4401 Xylon Ave North New Hoge, MN 55428 Contract. I Date of Contract: New Hope Arena --Interior Improvement Project 4-27-12 Contractor: Engineer's Project No.- KueContractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 . 900,12.155 This document has important Icgal consaluenccs; Consultation with an Altomey is encouraged, with respect to its completion or modiIIeation. Please submit oil itemized proposal for changes in the Contract Sunt and Contract Time for proposed modifications to the Contact Documents' described herein. Submit a proposal within 7 calendar days or notify die Engineer in writing of the date on which you antlelpate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTM OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Contractor shall Drovide a DraDosal. broken down into units of Iabor, units of materials, overhead and profit. to accomplish the revision work described below. Reference: 5101, 5301, 5302 (Specification Section(s)) (Drawing(s) /Detail(s)) Description: The Contractor is instructed to provide pr;cing for the lobby foundation revisions as detailed on the attached drawing sheets S101, 5301 and S302. Cost breakdown shall be detailed i►►cluding units of labor, imus of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: Drawing Sheets 5101, 5301, 5302 Signature: Scott A. Ward, P.E. ^ Date: 6.6.12 Copies to: (� OWNER: Susan Rader,, Jim Corbett—City of New Hope ENGINEER: Scott Ward—Stevens ARCHITECT: Torr. Beth -- 292 Design Group CONTRACTOR: Justin Kuechle - Kiw Contractors, Inc. OTHER: File Stevens Engineeis, Inc. . 2211 O'Neil Road . Hudson a XVI 54016 I ORT-1-7m 130 Central Avenue South •tim"XIII.KUE P.O. Sox 408, Watkins, MN 55389 E - Office: 320-764-2525 Fax: 320-764-252.4 License #20355836 June 8, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, iYi 54016 Re: New Hope Arena New Hope, MN Tear Scott: Please review cost below for PR #2: Atlas Foundation Company Julian M. Johnson Construction Twin City Steel Erectors (labor only) Aayco Concrete Goodells Welding & Fabrication (26 studs @ $3.00 each) Add 25 days to contract for change in scope of work Additional sup fees due to change in contact -extension (25 days @ $240.00 per day) P&OH 5% Bond 1,5% Sincerely, Justin Kuechle Project Manager UNKAM Your KUl= to a Successful Project. $ 12,740.00 $ 2,252.00 $ 704.00 $ 8,847.00 $ 78.00 $ 0.00 $ 6,000.00 $ 30,621,00 $ 1,531.00 $ .32,152.00 482.00 $ 32,634.00 Atlas Foundation Company 11730 Brockton lvane North -Osseo, Minnesota 55369 (763)428-2261 • Fax: (763) 428-4754 Website: vAvw.atlasfoundatio%com June 7, 2012 Justin Kuechle 320-980-3840 'akuechle meltel.net KUE Contractors, Inc Reference: Entryway Foundation • CHANCES Helical Pier Foundations 49'1' Ave N • New Dope, MN We offer our proposal to famish and install CHANCE® Helical Pier Foundation Systems. We are the certified installation contractor in the area for this product. Additional product information can be found at our distributor website, www.stracturalanchorsuppty.com. Informxtion Given: • Sttvctural plans by Stevens dated 3119112. • Geotechnical Report by American Engineering Testing Proposal: We propose installing (11) CHANCE SS5 —1%" (15 kip design) and (2) CHANCeSS 175 —13/4" (35 kip design) Helical Piers to support the entryway foundation. The piers would be terminated with steel bearing plates to be embedded in the concrete grade beam footing. We assume the helical piers will require an average installation length of 40' in order to achieve capacity. Pricing: . (11) S85-1 1/211 Helical Piers @ $940.00 = $10,340.00 (2) SS1.75-1.314" Helical Piers @ $1.0200.00 =_$Z 400.00 Total = $12,740.00 Clarifications: The prices for the helical, piers are for the lengths indicated. The actual installed length could vary depending capon soil conditions. They are advanced until the proper torque is obtained for the capacity required. Additions / (reductions) from the bid length would be at a cost of $20.001($15.00) per foot, in full extension lengths. Exclusions: Excluded from this price is any cost for layout, utility protection or location, restoration, excavation, concrete work, obstnlctsons, engineering, inspection / testing, permits, or cost of bond. Excessive delays or lost time will be charged at an hourly rate for the crew. Proper access for our equipment and materials must be provided to our work area. Should you have any questions please contact me at your earliest convenience. This proposal is valid for 30 days. Sincerely, - -',For: Ben Hermanson, P.E. Atlas Foundation Co. °� Project Manager Should you desire to proceed with this project, please sign and date the bottom of this proposal and r eturn it to us. THISFORMDOESNEED TO B—V PRE'TUAABD TO ItS SIfiNRD & DAYBD iN ORDER FOR US To PROCEli'D uyTHTHE woRm Thank you. Signature Date Terms. Net 30 days. No retainer. Finance charge of 1%z°/a per month will be charged on past due accounts. Mechanics Lien rights will be. pretectedi. 1 or 1 1 JULIAN M. JOHNSON CONSTRUCTION CORP. (General Excavating and FiliHatrling) 6191 140" AVENUE NAV. RAMSEY,MN 55303-1021 Phone (763) 323-2900 Fax (763) 323-7579 PROPOSAL TO: KUE Contractors PHONE: 320-764-2526 1 DATE: dune 7, 2012 PROJECT NAME: New Hope Arena 130 Central Avenue 5 LOCATION: New Hope, MN PIAN DATE: 3119112 Watkins, MN 55389 PROJECT MANAGER: We hereby submb apeclacallone and eadmtee fcr. PR No. 2: Additional excavation & BackfflI Additional excess to haul away Supervision a hr. @ $ 98.00 = $ 392.00 Backhoe 4 hr. @ $ 230.00 M $ 920.00 Skfd'steer 3 hr. @ $'136.00 = $ 408.00 LIiboi�'r wLcompactor 3 hr. @ $ 94.01= $ 282.00 Truck to haul away excess 2 hr. @ $125.00 = $ 250.00 TOTAL: $ 2,252.00 w�. •rri '�� r•- �•j'1 •'tY • i:d �', •I i We pfapoes 10 rarraah maledel and laher- aamplele ind In EompRanee will the abo" epeclncatrcnsrarlhaanrrtof: .r' . TWO THOUSAND TWO HQNDRED F(FTY TWO 2,252,00 AND N011100--=OLLARS Payment to be made as follows -,;r ...':, ', • NET 30 DAYS FROM INVOICE Al: Wlerial Is guaranteed to be as apeclfled. All work to be biih7pleted in professional manner awordtng to slendsrd pracOcas, poly alteration to or deufBSiori from the above spedtkalWa which Involves etdra costs w1I! be made only upon reMpl oran nu tarized, mitten change order and .veli be shown on subsequent Invoices as amounts overandabovetheoagfnalestirnate.rlisunderstoodChatwev lnolbepenalizedfor delays caused by V -14s, accidents orMer delays caged by acts oreod, 0urworkers are covered by Worker s Campensatiort Iasut2ms. • _ _ Note: This Proposal may be withdrawn by us if Authorized not accepted within 30 days Signature GeraIJ Solaa#A Gerald Solhltzk ACCEPTANCE OF PROPOSAL' • The above prices.spec]!icsConsand condrllonsare sellsfaclory and are accepted. You are aulhorfzed tg4l the work as l.. specified. payment wr:1 ba made as o«tlfned above. Signature: Slgha.'ture: Dade of Acceptance; 06/08/2012 18.13 9525560275 DAYM C13NCRETE DayCo Concrete Company, ine. 1550 Lake Drive West Chanhassen, -MN 55317 - (952).556-0278 v Fax: • (952) 556-;0279 lax Cover Sheet •-•---- PACE 9�__._�... . To: uz u gcjA,,_ Date: Fax NUMber: r Noll - 0,5&L From: fSC-w_Total Pages Sent: (Including cover sheet) Comments: NOTE: IfYOU. da r,ot receive all pages fu good condition, please advise seader at (952) 556.0278, 06/08/2012 1.0:13 9525560279 DAYCO CONCRETE PAGE 03 cConcrete Company MO LAKE DRIVE WEST ■ CHANHASSEN, M1NNESOTA5S317 PHONE: (992) 556-0270 • FAX- (982) 651B-0279 Page 2 of 3 12" block -labor l brs x 70.00 70.00 42" block 56 blk x 1.68 94.08 -grey mortar 56 blk x .47 26.32 $3,537.68 over bead 15% $ 530.65 Deduct 54,068,33 6" slab over footing 35.5br x 70.00 2,485.00 -labor 8 brs x 70.00 560.00 -concrete 3 cy x 101.-60 304.80 rebar 731f x .58 42.34 -chairs 15 If x ,48 .7.20 -fours 181f x 1.80 32.40 -plump 1 ea. x 700.00 700.00 45 doweb 30 ea x 5.00 150.00 8" below grade block -labor 20 hrs x 70.00 1,400.00 45 dowels 5 ea x 5.00 25.00 -8" block 104 ea x 1.23 127.92 -grey mortar 104 ea x .47 48.88 -der-o-wa11 671f x .62 41,54 -concrete 1 ey x 101.60 101.60 45 rebar 941f, x .58 54.52 12" below wade block -labor 19brs x 70.00 1330.00 -#5 dowels 6 ea x 5.00 30.00 -12" block 202 blkx 1.68 339.36 -gay mortar 202 ea. x .47 94.94 -dur-o-wall 1321f x .62 81.84 -concrete 1 cy x 101.50 101.60 45 rebar 661f x .58 38.2$ 20"x20" grade beam -labor 35.5br x 70.00 2,485.00 45 dowels 12 ea x 5.00 60.00 -concrete 14 ey x 101.60 •131422.40 45 rebar 11841f x .63 743.92 06/08/2012 11:13 9525560273 DAYCO CONCRETE WAGE 02 aftco Concrete Company 1856 LAKE DRIVE WEST • CHANHAGGEN, MINNESOTAS59i7 Page 1 of PHONE: (952) 636.0278 • FAX: (952) $56.027$ June 8, 2012 Justin K,uecltle Kue Contractors be. 130 Central Ave. S. Po Box 408 Waal ns, MK 553 89 RE: Now Hope Arena w Interior Improvement Request For Pace The following is a request for price for the above mentioned project. Revised Foundation 2'x12" footing -labor 14 hrs x 70.00 980.00 -concrete 5 ey x 101.60 508.00 -rcbar 1601f x .63 1.00.80 -cb,aks 381f x .48 18.24, V-4" footing -labor 1 I brs x 70.00 77.00 -concrete 4 cy x 101.60 406.40 -rebar 1601f x ,63 100.80 -chairs 28 If x ,48 X3.44 Y column pad -labor 2 hrs x 70.00 140.00 -concrete 1 cy x 101.60 101.60 8" block -labor 1 hrs x 70.00 70.00 -8" black 40 blk x 1.23 49.20 -grey mortar 40 blk x .47 18.80 06/08/2012 16:13 9525550279 DAYCQ CONCRETE PAGE 04 Cbncrata Company 1850 LAKE DRIVE WEST • CHANHA86EN, MINNESOTA 65317 Page 3 of 3 PHONE: {f�$2} 55B-0278 • FAx: t85�} 556.0279 . 44 rebar 1116 if x .40 446.40 -chairs 1361$ x .48 65.28 Tforms 4921£ x .80 393.50 $11,,230.82 Overhead 1S% $ 1,684.62 AIDD $12,915.44 Total ADD: $8,847.11. I£ you have any questions please don't be'sitate to call, ason Bo a Dayco C Crete Company, [nc. Tarin City Steel Erectors, Inc. 13065 Mild Street West —Apple Valley, MN 55124 Bus; 952-423-5101 - Fax; 952-423-7152 Date; 6/04/12 Kue Contractors, Inc. Attn; Justin Kuechle Project; New Hope Arena Subject; P.R. #i-2 Field weld headed studs on plate at helical pads Twin City Steel Erectors, Inc. proposal is as follows; Iron Worker Forman 7 hrs @ $87.00hr = $509.00 Welder 6 hr @ $15.00hr = $90.00 Grinder and other small tools $4.50hr = $4,50 Total; $703.30 Thank you Kevin Clowe n081202;19p Fax Cover Sheet Goodells Welding & Fabrication, Inc. 370D 32nd Sf. S.E. St. Cloud, MN 56304 324.252-7676 Fax: 320.252-7733 E-mail: goodel[@GWFBridge.com PJ Send to; From: y'cF- r Atfentlon: Office location: Office [bcction: 3 Fax number: Phone number. 0 - Urgent Reply ASAP Please Comment _-Ylease Review For Your Info No[ pages, including i_ec r ��ar, -- -- -- aComm+ents: _. _. ' Will, NI 8�� 2tb T,e O mai4 I� �kj� as L i ; g. M s .� LL Wg= �!LLIIi0 Ed3 i in �WYiDB K§_N �a N J-. .I11151;lk e� i it H Wig U 1!; ��s ill No gog , N Und p= bF R epi $< � � � $ C� �1: t T {1 ! eg is gIg�j I i � 42 f�- Tg a IN IN HVI�, _;gym � � | � |§� | ) .-7 I .§§ ■■§� . �= 2 � CN | §�rc," ��| ■ �k)�}� ��� /|■ � �| �� �% ��■ -filial , g'.| | !G \ | 'Stevens ENGINEERS & PLANNERS Date of Issuance: 6.26.12 Project: New Hope Arena — Interior Improvement Project Effective Date: 6.25.1.2 Owner: City of New Hope 4401 Xylon Ave North ew Hope, MN 55428 Owner's Contract No.: 901 Contract: Date of Contract: New Hope Arena — Interior Improvement Pro j ect 427.12 Change Order No. 3 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 i 900.12.155 Watkins, MN 55389 The Contract Documents are modified as follows upon execution of this Change Order: Description: Remove existing wood beam in vestibule as described in Pro osal Request 3. Attachments (list documents supporting change): Proposal Request 3 with drawings, Contractors res onse to PR 3 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT MIES: Original Contract Price: Original Contract Times: Substantial completion (days or date): July 20, 2012 $529,129.00 Ready for final payment (days or date): August 10, 2012 Increase from previously approved Change Orders: Increase from previously approved Change Orders No. 1 to No. 2: No. O.to No. 1: Substantial completion (days): August 14, 2012 $36,716.00 Ready for final payment (days): September 4, 2012 Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): Auggst 14 2012 $565,845.00 Ready for final payment (days or date): September 4, 2012 Increase of this Change Order: --No Change of this Change Order: Substantial completion (days or date): August 14, 2012 $3,792.00 Time & Materials NTE Ready for final payment (days or date): September 4, 2012 Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date): August 14, 2012 $569,637.00 Ready for final payment (days or date): September 4, 2012 RECO LADED: ACCEP E AC D: By: -- By: By. Engineer (Authorized Signature) City (Au th r S mature) Con or Authorized Signature) Date. . 20 • f 1-- Date: Date: 7 1 Z EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 UStevens ENGINEERS & PLANNERS Date of Issuance: 6.11.12 Proposal Request No. 3 Project: Owner: Owner's Contract -,No.: New Hope Arena— Interior City of New Hope N/A Improvement Project 14401 Xylon Ave North I New Hone, MN 55428 Contract: Date of Contract: New Hope Arena— Interior Improvement Project 14-27-12 Contractor:I Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This document has important legal consequences; Consultation with an Attorney is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Contractor shall provide a proposal, broken down into units of labor. ,units of materials, overhead and profit to accomplish the revision work described below. Reference: A501 (Specification Section(s)) (Drawing(s) I Detail(s)) Description: The Contractor is instructed to provide pricing for removing the existing wood beam in lobby and performing the revisions as detailed on the attached drawing S modifying Sheet A501. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: 1 - Drawing 8 modifying Sheet A501 Signature: Scott A. Ward, P.E. Date: 6.11.12 L Copies to: OWNER: Susan Rader, Jim Corbett, Mark Severson — City of New Hope ENGINEER: Scott Ward — Stevens ARCHITECT: Tom Betti — 292 Design Group CONTRACTOR: Justin Kuechle - Kue Contractors, Inc. OTHER: File Stevens EngLacers, Inc. . 2211 O'Nei,'Road . Hudson . WI54015 Iof1 130 Central Avenue South PO. Box 408, Watkins, MN 55389 *fim J-KUE Office: 320-764-2525 INaQRNTM-PTRB' p Fax: 320-764-2524 License #20355836 June 13, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, W154016 Re. New Hope Arena New Hope, MN Dear Scott: Please review cost below for PR #3: KUE - Labor (16 hrs Q $65.00) $ 1,040.00 P&OH 15%. 156.00 $ 1,196.00 RTL Construction $ 2,269.00 Loberg Electric 150.00 $ 2,419.00 P&OH 5% 121.00 $ 2,540.00 $ 1,196.00 $2,540.00 $ 3,736.00 Bond 1.5% 56.00 Total $ 3,792.00 Sincerely, Justin Kuechle Project Manager JK1shs Your KUE to a Successful Project. c-: EXISTING VERTICAL SOFFIT WALL AND FRAMING TO REMAIN IEMOVE EXISTING BEAM VEW FRAMING AT REMOVED WOOD BEAM LOCATION, ALIGN WITH ADJACENT 30FFIT FRAMING 4EW 518" GYPSUM BOARD cXiSTING SOFFIT FRAMING PR#3 MODYMSHEEr-' i }halh�e, t7t�f9BI Oai� CEu7.7P 2 9 2 NEW HOPE ICE ARENA, PHASE 2 o—er- a° 4401 Xylan Avenue North MIMING design group New Hope, Minnesota 8 Awpic,Na• IIDa200 KNpla,�LdUATIM 4000 Vagey lndotrlal Blvd South, ShoMpee, tLN 55379 ph 952-934-4695 ix.952-934-11380 Change Proposal lProJect Name: New Nope Ice Arena Change Proposal Na: 3 Date of Proposal: 6/13/2032 Description of Work: JPM - Steel stud framing, gypsum board, taping and sanding where existlttg wood beam to be removed and soffit extended as shown In i)rawfng 6. 'T, � Lam• .� ,�.�� __ - ��.h '6f'� Labor Breakdown {use additional sheets if neaessory) Lobar Factor U-Ragualr,l5-Overtime, __-- LoborClasfifloation #afPeoplc lfass L&orRateAk 20oubletime) Labor Cost A-Demolitfon 0 0 is 648.00 1 $ 81-InterlorFro lag 1 to is 68.00 ^i $ 680 _ _ 82 - Exterior Dwaing 0 0 $ 68.00 i 1 $ $ 83 - Rough Carpentry — 0 0 $ 69J00 C - insulate/foiy 0 = 0 $ 68.00 1 $ ~ - 01- Interior itoNlrg — --_-- 1 6 $ 6800 1 $ 408 02 - FM. Sheathing 0 0 $ 6800 1 $ - - i: - Taping - 1 8 $ 68.001 1 $ 544 I - Fvoish Carpentry -- •-- 0 0 $ 68.00 1 $ - 6 - Ckan up $ 6300 $ 88 Fixed Cost 5% of Leber Cost — J - Supervision Is 72A)0 1 $ 100 Total Labor Cosis.............................................................................. $ 1.890 IM -1,111 Noll -I loom Akaterfal Brcakdwm (use additional sheets If necessary) Material Description Cdunnliry Wit unit Cost_ Material Cost _ Steelatad/trails 250 If $ 0.46 ¢ 119 _~ Lypsumheard 224 sf # 028 $ 63 Toping cemPateld/aeeessoriaS 4 en $ 11.00 $ 44 0 'roll $— - $ — a Is _-_ $ 1 Is --' — subtotd Material Casts _.............. $ - 225 Sales Tax 7.57.. ............ ............. --- —----,.. $ 17 Total Material Costs......................................................................... $ 242 INCOME OTHER DIRECT COSTS {Su6eanh aetora, Equipment. Trout, ete.) _ Descriptiaa I quantity Unit Unit cost Other Costs a $_ - $ — e $ _ - $ _ _ o $- 0 $ Total Mr.- Cleat Casts ....................... ............ - 1. Tatal Luba` Costs .................. ........................... ,.............. ....... $ 1,820 2. Total Malarial casts................................................................ : $ 242 3, Total Other Efreat Costs........................................................... $ . 4. Total Labor. Aoterlol 6 Other Dlreat casts ......... ...................... ....... _ .......... $ 2.063 5. ?root A Overhead of Line 1 $ 182 6. Profit d Ovsrhcod of Line 2 — $ 24 7. P'oltt 6 Overhead of Lfns 3 {f $ - 8. Ploymeet and Performonca Band --I - $ - 9. Total Charse Proposai Costs Cines 4. 5. 6. 7. A 8) .................................. ...................................................................... '$v 2,269 GeneralContrcctor:4 Kue Contractors 1ph. 320-764-2525 GC ProJect Manager: ,Tustin Kuechle if.. j3M764-2524 **NOTE*k At the time the above work is performed It w.li becoae an addition to the current contract emount cs of the date of this proposal. Page t Change Proposal Font UN -13-11912 04:24 Pr'] 16 EfUt�. • . 130 Witk" LONERG EL..ECTRIC INC. RG r-.LIEC RIC, INC. +•:•ti•trl..t�• I lhc:ns� ${'r1Sli�i► rGa: l � to h7K'.n I qtr. 768 682 61.86 12C6C,617 3/2012 PR 10 AN IJ LLJ� ,'l j MEi-'V IJOEje TSE ARFWA doe or i'm4tin mjei hI320^764-2525 Mi n#4 Dr$Gra�- ' r=1•� ? I�ONMECT WIRING 1co't TWO HANDICAP DOOR CONTROLZRB BEING MQV&D. C. Sayan Hup: 110yabla AS .PEP AA11 macer c�mpletac! prucdces, im+olVm's 1 will becnit• All agrer: lleyDnd fit. �M-CUSBY} eklmall •+ And 00 Centa P.01 7+50.00 600.00 $750.00 --� u, tiiie�•i1'�e+J.....:1ff (,•rl'1�-I�: hC i• �,0•.[sor..:cti1�•.-. . la:lnlrur :I�r�tr�:inr l(+ :.salt{lard 1 yi•praf uet: ��•� ,�..,.,. +.11ltlrl 1�1{11N t111(11t• ,�ti, illl'slllU:la :1c'{l ftrlly ;I,lstll 14 l�:�ll '1']tiw Prot-+gdL may 11[' w3.tt•[IYdwet 'W uta 31' nOt. 110i IlLedltitil3tt II111 (lh(1\'K 111c 4 •••1 ai111,1�. Ili:t•il Olk 01' tltl3l`j� tam' fSlr. 1.t1.11.1t1.I, IF,kI (b [I, r 1'llII rut rl cel [l\ ,N.Ir.{IaLIon' Jinn tire 1 eraln i1mpred. YUU are 1;. 111• lilt! %%.I , +I• ,111.1•.t1,(1. I':111IIL'l11 Will he frt:ldl� it; Illl[1incd thnVG. QStevens ENGINEERS & PLANNERS Date of Issuance: 6.26.12 Project: New Hope Arena -- Interior Improvement Project Effective Date: 6.25.12 Owner: City of New Hope 4401 Xylon Ave North NLN 55428 Owner's Contract No.: 901 Contract:I Date of Contract: New Hope Arena– Interior Improvement Project 4.27.12 Contractor: IEngineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 900.12.155 Watkins, 2NLN 5 53 89 The Contract Documents are modified as follows uaon execution of this Chance Order: Change Order No. 4 Description: Remove and re -install exterior storefront and entrance systems as described in Proposal Request 4. Remove wall covering and finish wall in Comm. Rm 204 as described in Proposal Request 5. Remove exhaust fan per Proposal Request 6. Add drain per Proposal Request 7. Attachments (list documents supporting change): Proposal Requests 4, 5, 6 and 7 with drawings, Contractors responses to PRs 3 CHANGE LN CONTRACT PRICE: CHANGE IN CONTRACT TEVIES: Original Contract Price: Original Contract Times: Substantial completion (days or date): July 20, 2012 $529,129.00 Ready for final payment (days or date): August 10-2012 Increase from previously approved Change Orders: Increase from previously approved Change Orders No. 1 to No. 3: No. 1 to No. 3: Substantial completion (days): August 14, 2012 $40,508.00 Ready for final payment (days): September 4, 2012 Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): August 14, 2012 $569,637.00 Ready for final payment (days or date): September 4,2012 Increase of this Change Order: No Change of this Change Order: Substantial completion (days or date): August 14, 2012 $9,534.00 Ready for final payment (days or date): September 4 201E 2 Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date): August 14, 2012 $579,171.00 Ready for final payment (days or date): September 4, 2012 RECO NDEEDD-. L ACC By: �� By: , \ ACCEPTED: By: Engineer (Authorized Signature) City (Auth rued lgnature) Contr or (Authorized Signature) Date: L.2A1 Date: z_ Date: _ � Z'1 z _ EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 MStevens ENGINEERS & PLANNERS Date of Issuance: 6.11.12 Proposal Request No. 4 Project: 1 Owner: Owner's Contract No.: New Hope Arena -- Interior i City of New Hope NIA Improvement Project 14401 Xylon Ave North New Hope, NIN 55425 Contract: ; Date of Contract: New Hope Arena— Interior Improvement Project 4-27-12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 i 900.12.155 This document has important legal consequences; Consultation with an Attorney is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Contractor shall provide a proposal, broken down into units of labor, units of materials, overhead and profit, to accomplish the revision work described below. Reference: AD001, A101 (Specification Section(s)) (Drawing(s) / Detail(s)) Description: The Contractor is instructed to provide pricing for removing existing exterior aluminum storefront and entrance system and salvage for reinstallation. Provide all incidentals and components required for installation in now vestibule. Install salvaged aluminum storefront. in exterior opening of new vestibule. Interior storefront and entrance that was salvage per base contract to be installed in interior location in lieu of exterior location. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: None Signature: Scott A. Ward, P.E. Copies to: OWNER-. ENGINEER: ARCHITECT: CONTRACTOR: OTHER: Date: 6.11.12 Susan Rader, Jim Corbett, Mark Severson — City of' ew Hope Scott Ward — Stevens Torn Betti — 292 Design Group Justin KuechIe - Kue Contractors, Inc. File Stevens Engineers, Inc. . 22=1 07Ne1 Road . Hudson . WI 54C 16 Page 1 of 1 4bKU 130 Central Avenue Sou& P.O. Box 408, Watkins, MN 55389 Office: 320-764-2525 Y �� �� INP, Fax:320-764-2524 NTM License#20355836 June 13, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re: New hope Arena New Hope, MN Dear Scott: Please review cost below for PR 44: Success Glass Inc. - labor $ 1,671.00 Tee Say North —labor $2,150.00 Loberg Electric — labor 600.00 $ 4,421.00 P&OH 5% 221.00 $ 4,642.00 Bond 1.5% 70.00 Total $ 4,712.00 Sincerely, Justin Kuechle Proj ect Manager JK/shs Your KUE to a Successful Project. Levens IMC.INFEFZ% A, PL.ANXrP..I Date of Issuance: 6.11.12 Proposal Request No..4 Project: Owner: Owners Contract No.: New Hope Arena — interior City of New Hope N/A Improvement Project 4401 Xylon Ave North Contract: Date of Contract: New Hope Arena -- Interior Improvement Project 4-27-12 Contractor: Engineer's Project No.: Kne Contractors; Inc.. T 30 Central Ave. S. PO Sox 408 Watkins, MN 55389 900.12.155 This document bas imporrani legal consequences; Consul(dian with an Attorney is encouraged, with respect Lo its completion or modification. Please submit an itemized proposal far changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Contractor shall provide a proposal, broken down into units of labor, units of materials, overhead and profit, to aecompllsh. the revision work described below Reference: AD001, A101 (Specification Section(s)) (Drawing(s) l Detaii(s)) ]Description: ►� b�l�1� The Contractor is instructed to provide pricing for removing existing ad entrance systemand sal ge-faFIsainst . Provide all incidentals and components required for installation in new vestibule. M Tn =UtHRomp that was sa er ase ac to installed in interior location in lieu of exterior locati 6. Costbreakdown shall be detailed including units of labor, units of materials, and overiteada this work. No change is contraottime will be allowed. Attachments: None Siguaturet Scott A. Ward, P.E. J mate. 6,11,12 Copies to: OWNER: Susan Rader, aim Corbett, Mark Severson-- City of New Hope ENGINEER: Scott Ward — Stevens ARCHITECT: Tom Betti — 292 Design Group CONTRACTOR: Justin Kuechle - Kue Contractors, Inc. OMER: File Stevens Engineers, Inr- . 2211 UNC;; float . Nudion . WL 54016 l'age 1 of I TEE JAY NORTH, INC. P.O. BOK 1089 PHONE; 952 489-5080 LAKEVILLE, MINNESOTA 55044-1059 FAX: �952� 459-5440 QUOTATION NUMBER 37585 ALL PROPOSALSAND QUOTATIONS ARE SUBJECTTO OUR TERMS AND CONDITIONS 06/13/2012 CUSTOMER JOB -NAME Kue Contractors Inc. T # New Hope Ice Arena 130 Central Ave.$, PO BOx408 4401 Xylon Ave North Watkins, MN 55389 hew Hope, MN 55428 ATTN: Justin Kuechle PHONE -(320) 764-2525 X- VAX -(320) 754--2524 .MATERIAL SUPPLIED: 1 Remove existing exterior entrance system & salvage for re-installation.Pxovic'fe all incidentals xequired to complete installation in new vestibule. 1 Removal. & reinstallation of interior unit is included in our initial bid for $2250.00,Our new total is $4400.00 for both. INCLUDED WITH OUR QUOTATION REMOVAL OF APPROPRIATE EXISTING EQUIPMENT, COMPLETE INSTALLATION OF THE ABOVE EQUIPMENT, COMPLETE WORKING DRAWINGS, FINAL HOOK-UP, ADJUSTMENTS FOR PROPER OPERATION. Proposal request #4 -- This price is in addition to original contract amount of $2250.00 WORK NOT INCLUDED BY TEE STAY 120V TO UNIT(S), LOW VOLTAGE WIRING TO ACTIVATION DEVICE(S), STRUCTURAL SUPPORT, ROUGH OPENINGS, GLASS, GLAZING, CAULKING AND PATCHING AND PAINTING AS REQUIRED. **PARTS TO MAKE DOORS WORKABLE OR ANSI STANDARD NOT INCLUDED** We hereby propose to furnish labor and materials, complete In All material is guaranteed to be as spaCdied. Ali work to be accordance with the above specIllcatlons, completed In a workmanlike rnanrer according to standard practices. far the sum W: Any alteration or deviaticn from the above specificafons InvaMng extra casts, velli be executed only upon written orders and will be- $2,150.00 e - $2,150.00 come an extra charge over and above the estimate. TEE JAY (TAX INCLUDED) NORTH, INC. Is not liable for acts of God, strikes, accidents or delays beyond our control. Owner's to carry fire, tornado, & other with payment to be made as follows: necessaryinsurance. Our workers are fully covered by Workman's NET 30 DAYS FOR MATERIAL DELIVERED AND/OR LABOR PERFCRNOIED Compensation Insurance. All new equipment includes one year 7 b% SEl3V;CE CHARGE MONTHLY (18% Ri�[NUAL ON INVOICES warranty on parts and labor from the date of installation. Warranty hours will be 7:30am -3 SOpm, Monday thru Friday. The owner is NOT PAID WITHIN 30 DAYS. responsible for ob'.alning and payment of appiicable permits, The above paces, specifications and canditians are hereby accepted, inspections and notices. Purchaser agrees to pay Tee Jay North, Inc, for all costs of collecting the amount you owe under this agreement. These costs PROPOSAL FROM TEE JAY NORTH, INC, will include reasonab'.e attorney fees and costs incurred for 06/7-3/2012 purchaser's falluro to comply With these terms. DATE DATE Thomas M. Ludwig ACCEPTED BY BY This quotation to expire within 30 days If not extended. Success Glass Inc. 411 E 6TH SnWET CHASKA, MN 55318 PHONE: 952-946-70M FAX: 952-401-7062 MW.3 IRt M ATTN: PROJECT MANAGER JOB NAME: NEW HOPE ICE ARENA JOB LOCATION: CRYSTAL, MN DATE: UNE 13 2012 We propose to furnish -and install; CHANGE ORDER M Inclusions- - REMOVE EXISTIlti G EXTERIOR DOUBLE DOORS -- 2 SETS - REINSTALLTHOSE DOORS INTO N13W LOCATIONS - REMOVALAND REINSTALATION OF SWINGING ALUMINUM DOORS (AUTO DOORS BY OTHERS) Exeluslons: construction permits, dumpsters, embedded steel, engineering stamp or fees, final cleaning and wash, fire stopping assemblies, interior trim or finishes, licensing or fees, liquidated damages, metal panel systems, mock-ups, relocation of existing material, removal of existing material, standards or brackets, temporary enclosures or entrances, testing fees, translucent panel system, wood blocking/ rough openings, automatic doors, card readers, sunsht►des, Proposal Clarifications: TOTAL: $1,671.00 FOR THE SUM OF: ONE THOUSAND SIX HUNDRED SEVENTY-ONE DOLLARS AND 0 D/100 CENTS TERMS: Net cash 30 days F.Q.B.: Job site SALES TAX: I1lcludcd THIS PROPOSALACCEPTED BY: PROPOSAL SUBMITTED BY BOODAN VECHiRKO FOR: BOODAN@SUCCESSGLASSINC_COM DATE: RG ELECTRIC, INC. F - :II-N(i-I':1i'ENUE12062 X6/13/20,"r. pit 3 �''l i 1 1-a[ ,l •,L'i,+rX • t 1W1534 !i [ •:tt11�71 RUE " 130 NEW o. 0001 Or Jufrtirs Kl*51 .320-764-2525 PR #3 :wv t.TGFIT AND REINSTALL DATER PA#4 DI$C(>i\ ;.ts.rONMECT wIR1NG FOR TWO BICAP DOOR CONTRQI,ERS BEING MOVE, NO Pr.:c. Savah Hurl Payable AA PER Ala mater completed practices. involving , will becon- All agree; Ileyoud or. Wn I`km ar If ACCs1- ,Sl�!!NiLi'. + And 00 Conte 150100 600.00 $7;30.00 ,_.. _zb- :[, �pcL•if,c L�. :111 'u•Lvfv iL+Wfie � Au:fsax..:rd„ • 11S;i111�Gr ;It'i'L11'l[111� [it plailrl�Si4{ � �f'IrA1 LILL!: t.^--,• T .-�-• ��_• , L.l111}rl 1.170111 a11111SL• 11F01ML•711It,li! _ NON e. TMA Yraprndl ney ho wirl,C, ,I •:!:•il 11111y UP1111 LL•1010I1 tH,IL:!'r., ,tilt[ by Lila i1' riot. ariWpLed ustllln 11111 dhovv Ille L;,111y,11C. ••1 ,illkv.%. LaL:t'ill,:l11•. oi- ,.:srry fi1r, l,,rn,lil... rr,ril t,llti r •+tiers :l1.• flilh �sl1t'r<<1 Fs} ••..1,d_,11: LAW11% MIJ COMI111L'r1• .!'� .i.l1,i 1 tai tl�r►• s1l�ef tire ilc.rrlhi l+rzcllred. 1'c+a ore {ilr, l�+=f !,• +?,• lIL�• L: L,!I, Ik+ tilll't"i'I',Ll. [°:11'I11l.`ltl WiII lit! 111nde lis oul1111C•(l above. ' 1•L!. __ +1;,.117,1 p.L• .,......._ ._._ �• .-_. N1fe.. MStevens ENGINEERS & PLANNERS Date of Issuance: 6.13.12 Proposal Request No. 5 Project: ) Owner: Owner's Contract No.: New Hope Arena --- interior E City of New Hope NIA Improvement Project 4401 Xylon Ave North New Hope, MN 55428 Contract: Date of Contract: New Hope Arena— Interior Improvement Project 4-27-12 Contractor: i Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This document has important legal consequences; Consultation with an Attorney is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described. herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Contractor shall provide a proposal, broken down into units of labor, units, of materials, overhead and profit, to accomplish the revision work described below. Reference: AD002 (Specification Section(s)) (Drawing(s) / Detail(s)) Description: The Contractor is instructed to provide pricing for the following work: In Community Room 204 (North window bay alcove), provide cost to strip vinyl wall covering from north, east, and west walls of alcove. Once the wall covering is removed, prepare the wall by removing any excess adhesive or other debris that can cause adhesion issues. Skim coat the three walls and sand smooth, provide painted finish per specifications. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: None Signature: Scott A. Ward, P.E. Q Date: 6.13.12 Copies to: OWNER: Susan Rader, Jim Corbett, Mark Severson — City of New Hope ENGINEER: Scott Ward — Stevens ARCHITECT: Tom Betti — 292 Design Group CONTRACTOR: Justin Kuechle - Kue Contractors, Inc. OTHER: File Stevens Engineers, Inc. . 2211 O'Neil Road . Hudson . W-1 540:6 Pape 1 of 1 130 Central Avenue South i P.O. Box 408, Watkins, MN 55389 + Office: 320-764-2525 lfaKUE INp Pax: 320 7b4-2524 PRN7,WTR�53 License #20355836 June 13, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re: New Hope Arena New Hope, MN Dear Scott: Please review cost below for PR ##5: KUE - labor (2 hrs @ $65.00) $ 130.00 P&OH 1.5% 20.00 $ 150.00 RTL Construction — labor and material $ 1,092.00 Full Spectrum finishing — labor and material $ 280.00 $ 1,372.00 P&OH 5% S 69.00 $ 1,441.00 $ 150.00 $1,441.00 $ 1,591.00 Bond 1.5% $ 24.00 Total $ 1,615.00 Sincerely, Justeuechle Project Manager JKIshs Your KUE to a Successful Project. V'iyArA 4000 Valiey Industria Blvd South, Shakopee, MN 55379 ph. 952-934-4695 fx. 952-934-9390 Change Proposal Proneet blame: New Nape Ice Arena Change Proposal No: i pate of Proposal: 6/13/2012 Description of Work: jPR #5 Skim coat existing gypsuto beard surfaces at Lookout Area of Nom 204, opprox 371f as directed, where VWC to be removed by others, Labor breakdown (we additlanal sheets If muessor4 Labor FaMar -- - (1-Regua'r.1.5-Over lime, Labor Classification oaf People "Tars I labor Ratehlr 2 Double Vise) Lobor Cost A-Dgwlitioh 0 Q $ 68.00 ! 1 $ Bt - Lderiar Fram!ng - 0 0 $ 680!1 $ -.. -1 $ 8S - Exterior Framing - 0 0 $ 68D0 83 - Rough Corpentry 0 0 $ 65,00 1 $ - C-rnsubtaftly - 0 0 $ 66,0011 $ 01- Interior Hanging - 0 0 $ 65A0 • 1 $ D2 - Ext Sheathing 0 0 $ 68.OD 1 $ E-Taping Wmcoatmidsasd s 1 12 $ 66.00 1 $ $16 I - r-mish Carpentry 0 0 Is 68.00 1 $ 6-Ckonup$ 63,00 Fixed Cast 5% of Labor Cost J- Supervision $ 7240 $ 44 $ 50 Total Labor Costs.............................................................................. $ 910 - 4, .j Material Braokdown (use addit" shaets If necessary) - Materlalaescrlption (�nwflly unit unitCost Material Cast — ' ' Gypsum fl" compound 7 WNS $ 110D $ 77 J 0 If $ _- $ - - 0 sf $ - $ 0 rot[ $ - $ o Is -_ $ - $ - _ &ktotd mate.-id 77 - — Sales Tax 7.3$ $ 6 Tow Material Costs....•.............•.........,......--.•.•-.............................. $ 83 OTHER DIRECT COSTS fsubeot4raetors, Equipment. Travel. ate.) _ Description quantity welt Unit Cost 011her Costs Q $- - 0 $ Is - Total Other Cirect Costs$ ..................•....,......:................•.......•..•......... ^ - - is"- .•N `._ •f'� ; Y,^ sY' - 1, Total lobar Coats._ . j $ 910 2. Total 6later1d Costs._ $83 3- Total Other Direct Costs...... ................. ..................•................. $ _ _ - 4. Total Labor, Material &Other bIrettCos is.......................................... __.... $_ 993 _ _ _ 5. Profit & Overhead of tine 1 - v $ 91 6. Profit & Overhead of line 2 — - - -- - $ 8 _ - 7. Proflt & Overhead of Lin 3 $ — B. Payment and Perl'6rmance Bond - $ 9. TotaE Change Proposal Costs panes 4- B. 6. T. & 81 ...............................................................................•....................... $ 1,092 �, -=Ya_�i --cs' _ - -- - - __ - - : S `..a� . �'-�-f__-` '�p :1- � - --`4y.'f ,�•'.' .r,• t_"� - a ••h�. 6eaeral Ccntitcctor: Kue Contrectors ph 320-764.2526 6C Project Mcnager: 1justin Kuechie fx. 320.764.2524 ""NOT`'" s At the time the above war k is perForr.•ed it will became an addition to ti:e current contract amount as of the date cf this proposa'.. Page I Change Proposal Foms a} Nis U, FINISHING Change Order Response Form Date: 6/13/12 Project: New Hope Arena Section: 049000 Painting and Coatings RFP #:5 RFP Description: Wallpaper removal and painting Acid Deduct No Charge Amount: $280.00 Labor/ Burden $207 Materials $47 Profit $26 UStevens ENGINEERS & PLANNERS Date of Issuance: 6.13.12 Proposal Request No. 6 Project: Owner: ' Owner's Contract No.: New Hope Arena — Interior City of New Hope NIA Improvement Project 4401 Xylon Ave North New Hope, MN 55428 Contract: Date of Contract: New Hope Arena— Interior Improvement Project 4-27-12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This docurcert has important legal consequences; Consultation wiL': an Attorney is encouraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Contractor shall provide a proposal, broken down into units of labor, units of materials, overhead and profit, to eCCo[nAlish the revision work described below. Reference: IMD002 (Specification Section(s)) (Drawing(s) / Detail(s)) Description: The Contractor is instructed to provide pricing for the following: Disconnect and remove exhaust fan Iocated in Coats/Shoes 202. Disconnect, remove, and cap power and control wiring. Provide an insulated cap on the roof curb to seal the penetration water and air tight. Reduce soffit on east end to align with east edge of new door opening, and extend the ACP ceiling system to the east. Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: None Signature: Scott A. Ward, P.E. Copies to: OWNER: ENGINEER-. ARCHITECT: CONTRACTOR: OTHER: Date: 6.13.12 Susan Rader, Jim Corbett, Mark Severson — City of New Hope Scott Ward — Stevens Tom Betti — 292 Design Group Justin Kuechle - Kue Contractors, Inc. File Stevens Engineers, lne. . 2211 O'Nei: Road . Hudson e W154016 1 of 1 130 Central Avenue South P.O. Sox 408, Watkins, MN 55389 - i JJKU Office: 320-764-2525 524 PRNTMPTR��INP. License 583 License �20355B36 June 13, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re: New Hope Arena New Hope, MN Dear Scott: Please review cost below for PR 46: KUE - labor (2 hrs @ $65.00) $ 130.00 P&OH 15% 20.00 $ 150.00 Bostrom sheet Metal — labor and material $ 614.00 Architectural Sales of MN — labor and material $ 200.00 Loberg Electric — labor 120.00 $ 934.00 P&OH 5% 47.00 $ 981.00 $ 150.00 981.00 $ 1,131.00 Bond 1.5% 17.00 Total $ 1,148.00 Sincerely, l Jus uechle Project Manager JKJshs Your KUE to a Successful Project. 80$TROIM SHEET METAL June 13, 2012 Kne Contractors 130 Central Ave. S. Watkius, MN 55389 Attn: Justin Kuechle RE: New Hope Arena PR #6 Dear Justin - - BOSTROM SHEET METAL WORKS, rnTC. 731 Hampden Ave. St. Pau% Minnesota 55114 (6S1.) 646-7475 FAX (651) 6468081 Following is our cost for PR 96 to demo existing fan and provide and install an insulated cap on the roof curb. Labor (6 Hours x $85.00) $ 510.00 Material 45.00 Taxes 3Aa Sub -Total $ 558.43 10% Overhead & Profit 55.84 Total Add $ 614.00 Please forward this on for approval. Yours truly, Jay Jo m son Estimator/Project Manager Bostrom Sheet Metal Works, Inc. Architectural ales Qf Minnesota, Inc ACOUSTICAL CEILINGS 8 ,4550 Quebec Avenue North Minneapolis, MN 55428.4995 WALL PANELS � • PARTITIONS Alone: (763) 533-1595 Fax: (763) 533-7852 Customer: Kue Contractors, Inc. Attn: Justin Kuechle • CARPET • RESILIENT • WOOD FLOORS Date: .lune 13, 2012 Project Name. New Hope Arena Project Locatton: New Hope, MN Architect: PH: Addenda: 1 FX: ASI proposes to furnish the following materials for the above project in accordance with terns and condltlons below and on the reverse side of this proposal, Labor and equipment for installation is included unless specifically stated otherM.se. Acoustical Ceilings Section 09 510 PR#6, eliminate Gypsum Soffit and replace with ACT Ceiling ... Add $200.00 to Contract. This proposal is subject to acceptance within 30 days ACCEPTED BY. Dale: Customer Order No ARCHITECTURAL SALES of Minnesota, Inc. By: Mike VanHorrick cell 783-238-3785 UN-14—dWIZ uz:!Ji PM LD$ERG EL.EGTRIC INC. LOBERG ELECTRIC, INC. C. LFi BUFFALO, NUNNES(YFA 241h FIRST AVENlrl;: N. Bonded and hwumd F.10i!trlud CwurOclnry- Heuirid 91 Al 107, Phone: (7(3) M2.2100 Fxa: l74,116zi3.41nn KUL Car1t-rae;tors, 7,nC... 130 Contral Avco. 5o. P.O. Box 908 Witt.kin-9,MN 55369 '2.061 PR $6 T5� 5B2 5185 0611312012 NEW HOPE LCE hTtERA Justia Kueahle 1 320-769-2525 LABOR TO DISCONII#6;M AND CAR VFX` WIRING FOR EXHAUST FAN IN RM. 202 "t', j:G�-� .'.$: I'. .� >'..�.. :d :3-�i:�,• 7•.�i, __._— ..y•,. _ ',•..�.: ....�a. `�... ..r.. ';Y.'•SF 1f d;.LaCh.re .:.r :no p. IIL lir One Ilundrgd Ttrenty 13011aza And 00 Centa Papikbie n-3 ZoL1ows: AS 2ER COMTRACP All mdLcrlal is pwriallced 111 he G(. %peddled. A?, i>,ttll. 111 he t uumpleted 111 a workmanlike manner 1 ecortlui:t 111 •t'clllclill•Ll practiceN. Any alteration or devinrion from 'peclllvallull., involving cxtra costs will be cxccuiod allly 111)1111 tir;01w l oaicI,.:In,1 will become an exlrtl charge over anti lhpvc tllc All agreements comings-nt upon mrike%, vueah:ili:. 111 Ill l:i�'ti beyond our .:antral. Owiwr 1.n enery rir; a [1.Inual '. •11111 1Ill['VF necessary ltlsurance.. Our w•urkl,ri s-.• fu ' ll% ,•.,rail , 1V�nrka=an's Cun��enti_Iliu11 11r�llrunce. . ACCE-PTANC E OF PJZ0P()tiAI signattlrt P.Q1 120.00 $129.00 AM L' i:y tit) if not accepted Wil 117 n Jly } DAjl9 T11C X)1 i1 -IN. 47111 1'1111111111-11+ ,1L'ti %nilstaaory 1111d tiro here1?•' accepted. You am an,7!1n:'1i111 10 1..; C1U11lr1dll .IUu4c. i i.,r.• tis,�lluuut• I1•Ir.a QStevens ENGINEERS & PLANNERS Date of Issuance: 6.22.12 Proposal Request No. 7 Project: Owner:j Owner's Contract No.: New Hope Arena — Interior City of New Hope ; 941 Improvement Project 4401 Xylon Ave North New Hopc, MN 55428 ! Contract: Date of Contract: New Hope Arena -- Interior Improvement Project 14-27-12 Contractor: Engineer's Project No.: Kuc Contractors, Inc. 130 Central Ave. S. PO Box 408 Watkins, MN 55389 900.12.155 This document has impo tart legal consequences; Consultation with an Attorney is enwaraged, with respect to its completion or modification. Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contact Documents described herein. Submit a proposal within 7 calendar days or notify the Engineer in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Contractor shall provide a proposal, broken down into units of labor, units of materials, overhead and profit, to accomplish the revision work described below. Reference: M101, M102 (Specification Section(s)) (Drawing(s) / Detail(s)) Description.: The Contractor is instructed to provide pricing for the addition of a drain and revisions as described on the following pages or attachments: Cost breakdown shall be detailed including units of labor, units of materials, and overhead and profit to accomplish this work. No change is contract time will be allowed. Attachments: 1— description, 1— changes to M101, 1 changes to M102 Signature: Scott A. Ward,2.E. Copies to: OWNER: ENGINEER: ARCHITECT: CONTRACTOR: OTHER: Date: 6.22.12 Susan Rader, Jim Corbett, Mark Severson. — City of New Hope Scott Ward — Stevens Tom Betti — 292 Design Group Justin Kuechle - Kue Contractors, Inc. File Stevens Engineers, Inc. . 2211 O'Neil Road . Hudson . WI 54016 Page 1 of I KUE130 Central Avenue South P.O. Box 408, Watkins, MN 55389 Office: 320-764-2525 Fax: 320-764-2524 License #20355$36 June 22, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re: Now hope Arena New Hope, MN Dear Scott: Please review cost below for PR 07: O'Brien Plumbing & Heating $ 1,932.00 P&OH 5% 97.00 $-2,029.00 Bond 1.5% 30.00 Total $ 2,059.00 Sincerely, Justin Kuechle Project Manager JKlshs Your KUE to a Successful Project. O'Brien Plumbing Of Le 5ueur, Inc. FOR ALL YOUR WATER CONDITIONING NEEDS AND NEIN OR EXISTING CONSTRUCTION 6o YEARS FAMILY OWNED 224 South Main Street Le Sueur, MN 56058 Phone -507-665-3166 Fax -507-665-2494 MIKE'S CELL: 507-469-0656 obi3lumbing Vahoo.com June 19, 2012 .REQUEST FOR CHANGE ORDER (B) 06-19-2012 PR #7 TO: KUE CONTRACTOR JUSTIN KUECHLE PROJECT: NEW HOPE ICE ARENA REGARDING: 3 COMPARTMENT SINK CHANGES INCLUDES LABOR AND MATERIAL TO PROVIDE FLOOR DRAINS FOR (3) COMPARTMENT SINK AS REQUIRED BY THE STATE OF MINNESOTA LABOR AND INDUSTRY. • MATERIAL $480.00 LABOR INCLUDES CORE DRILLING $1,200.00 OVER HEADAND PROFIT $252.00 SINCERELY, MARY DEVINE MIKE O'BRIEN REVISION NO. 1 TO DRAWINGS IN RESPONSE TO RFI#13 NEW HOPE ICE ARENA INTERIOR IMPROVEMENT PROJECT New Hope, MN NRA COMM NO. 12-014 ?MECHANICAL DRAWING ITEMS SHEET M'S 1. Sheet M101R1 Partial Mechanical First Floor Plan (8-1/2"x 11" attachment): A. Dropped a 3" waste pipe through floor for new floor drain in kitchen 206 and piped separately into a new 3 inch waste pipe of three -compartment sink as a tell-tale drain arrangement. B. Continued horizontal route of 3"waste pipe from three compartment sink, P -4B in women's toilet on first floor and tie into new 4 inch waste pipe in corridor from toilet room 205 plumbing fixtures. 2. Sheet M102R1 Enlarged Mechanical Toilet Room & Kitchen (8-1/2"x 11" attachment): A. Revised piping for three compartment sink, P -4B and dropped pipe through floor in storage room, behind kitchen 206. B. Added a drain, D-I,for three compartment sink, P -4B. C. Revised routing of 1/2" gas line, which serves gas range in kitchen 206, to come from mechanical room, over to storage room and into cabinet, tight to wall, in kitchen 206, over to gas range. D. Revised Keynotes. END OF MECHANICAL END OF REVISION NOA IN RESPONSE TO RFI#13 ADDENDUM No. The DEERFIELD CARE CENTER New Richmond, WI NRA COMM NO. 10-199 PAGE 2 j:12010110299 =hives12012-3-29 esi#121esi#13.docx W T �-� WOMENS I 121 i ABOVE i y i 9 EXISTING M E N CAL 123 u w i � ARTIAL MEC Ali lllR Mjoj1/8,,=1, Wffls ICAL FIRS ' LOOR PLAN PROJECT NEW HOPE ICE ARENA DATE: 03 eSHEET lq i INTERIOR IMPROVEMENT DRAWN: KRT IV CHECKED: MDW I PROJECT PROJECT#: 12-014 M 10 1 Nelson-Rurl!e & AssocWtes, :nc. 06-21-2012 5!nrclural - MeehsnirA - Eiechicsl Consulting Eng:nears sdror s _ Yli f Wffls ICAL FIRS ' LOOR PLAN PROJECT NEW HOPE ICE ARENA DATE: 03 eSHEET lq i INTERIOR IMPROVEMENT DRAWN: KRT IV CHECKED: MDW I PROJECT PROJECT#: 12-014 M 10 1 Nelson-Rurl!e & AssocWtes, :nc. 06-21-2012 5!nrclural - MeehsnirA - Eiechicsl Consulting Eng:nears I. KEYNOTES: 33 INSTALL 112° GAS LINE TIGHT TO VJALL, WITHIN CABINET. ALTERNATE � I 4 p 11P TOILET I I � p a t r J ,,• :y ,.. a. y. ENLARGED MECHANICAL TOILET ROOM & KITCHEN o PROJECT NEW HOPE ICE ARENA DATE: 0 13-20,2 SHEET INTERIOR IMPROVEMENT DRAWN: KRT Ilk 02 PROJECT CHECKED: IVID,N J 0�^ R+ PROJECT 1 M 12-014 Nelson-Rudie&Assodates, Inc. I 06-21-2012Structural • Nechanlcal • Elec4 U Consulting Engineers ACORU� CERTIFICATE OF LIABILITY INSURANCE / OATE(MM/DDIYYYYj s/11/zo12 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 poiicy(ies) 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 Dennis J. Linder & Associates CONTACT Heather Paulson NAME: PHONE (fi51) 621-8985 FAX Rol: (651) 621-8989 an affiliate of American Agency, Inc. 731 Bielenberg Drive, Suite 204 Woodbury, MN 55125 nnDRe •heatherp@djlinder.com INSURERS AFFORDING COVERAGE NAICO INWRERA:Continental Casualty Co 0443* INSURED INSURER 8 - Stevens Engineers Inc INSURERC: 2211 O'Neil Road INSURER D : Hudson, WI 54016-8169 INSURER E; INSURER r: I:UVtKAUtb L;ERI IFIGATE NUARRFR' R1=VICIAN ILII IIIARLD• 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 OTHFR 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. ILTR TYPE OF INSURANCE ADDL BR POLICY NUMBER POLICY EFF MIDp POLICY EXP UMITS 4401 Xylon Ave N GENERAL LIABILITY Dennis Linder/HLP EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY CLAIMS -MADE EIOCCUR D�MSES EaGE TO ENTED $ MED EXP An one person $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEHL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY jFr'_i LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea acct BODILY INJURY (Per person) $ ANY AUTO ALLOWNED SCHEDULED AUTh BODILY INJURY (Per accident) I $ HIRED AUTOS NON OVYNED AUTOS PROPERTY DAMAGE dent $ $ UMBRELLA L1AB HCLAIMS-MADE OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR DED ' I RETENTION $ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABIUTY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICER/MEMHER EXCLUDED? ❑ N I A I E.L. EACH ACCIDENT $ E.L. piSEASE - EA EMPLOYE $ (Mandatory In NH) If yes. d-aaNbe under --- E.L DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below I A Architects & Engineers, 8006163089 /11/2012 /11/2013 EachGaim $2,000,000 Professional Liability laims Made & Reported Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addifional Remarks Schedule, If more space is required) Ice Arena Study This policy covers the PROFESSIONAL SERVICES of the named insured for all projects & the limit of liability shown shall not be construed to be applied to this project only. GERTIFICATE HOLDER rANr1=I I OT!nN AGURU Z5 (-lUIWU5) INS025 (201005).01 ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of New Hope ACCORDANCE WITH THE POLICY PROVISIONS. Attn Valerie Leone, City Clerk AUTFIORIZED REPRESENTATIVE 4401 Xylon Ave N New Hope, MN 55428 Dennis Linder/HLP AGURU Z5 (-lUIWU5) INS025 (201005).01 ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AcoRoF CERTIFICATE OF LIABILITY INSURANCE DIDDIYYYYj 6// 5/25/2012 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(ies) 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 endorsemen s . PRODUCER Dennis J. Linder & Associates an affiliate of American Agency, Inc. 731 Bielenberg Drive, Suite 204 Woodbury, MN 55125 CONTACT Heather Paulson NAME: FAXHO . (651) 621-8989 EACLESS.heatherp@djlinder.com INSURERS AFFORDING COVERAGE NAICA INSURER AAmerican Cas Co of Reading PA 0427 INSURED Stevens Engineers Inc 2211 O'Neil Road Hudson, WI 54016-8169 INSURER B;Trans ortation Insurance Co 20494 iNsuRERc.Vall2y Fore Insurance Com an 0508 INSURER D: INSURERE; INSURER F: GUVtKAGt5 CFRTIFICATF N11MRFR, DFVICInW WI IUQC10. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED .'TAMED 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. ILTRR TYPE OF INSURANCE ADDL BR POLICY NUMBER POLICYEFFPOLI D EXP WYYYI LIMITS GENERALiIABILITY EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Fa cccurrenoel $ 300,000 A CLAIMS -MADE Fx-1 OCCUR 2077983256 /9/2012 /9/2013 MED EXP (Any one person) $ 10,000 PERSONALS ADV INJURY $ 2,000,000 X ICU ncludes; X Broad Form PD GENERAL AGGREGATE $ 4,000,000 rations of Subs - GEN'LAGGREGATELIMIT APPLIES PER; PRODUCTS -C:OMPIOPAGG $ 4,000,000 ontingent Liability; X POLICY X PRO LOC ontractual Liability $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1 '000,000 A X ANY AUTO BODILY INJURY (Per person) $ ALI OWNED SCTOS HEDULED 068846987 /9/2012 /9/2013 BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE Per ac Id 1 $ Uninsured motorist combined $ 1,000,00 X UMBRELLA UAB HCLAIMS-MADE OCCUR EACH OCCURRENCE $ 1,000,00 B EXCESS LIAR 020343463 6/9/2012 6/9/2013 AGGREGATE $ 1,000,000 DED I X I RETENTION$ 10,00 $ WORKERS COMPENSATIONX WC STATU- OTH- TORY I IMITS EEL, AND EMPLOYERS' LIABILTTY Y I N E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETORIPARTNER/EXECUTIVE N❑ N I A C OFFICERIMEMBER EXCLUDED? (Mandatory in NH) 2076709282 /9/2012 /9/2013 E.LDISEASE- EAEMPLOYE $ 1,000,000 If yes describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below f DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 1101, Additional Remarks Schedule, tI more space Is required) Ice Arena Study GtK I It-IGAI t MOLDER f AKIrF:I I ATinIU AI.UKU LO (LU1 WU9) INS025 (201005).01 ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of New Hope ACCORDANCE WITH THE POLICY PROVISIONS. Attn Valerie Leone, City Clerk AUTHORIZED REPRESENTATIVE 4401 Xylon Ave N New Hope, MN 55428 Dennis Linder/HLP AI.UKU LO (LU1 WU9) INS025 (201005).01 ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD www.MinnLocal.com MEDIA AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ) SS. COUNTY OF HENNEPIN ) Richard Hendrickson, being duly sworn on an oath, states or affirms that he is the Chief Financial Officer of the newspaper(s) known as GV, NH, Crystal, Robbinsdale Sun -Post and has full knowledge of the facts stated below. (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a qualified newspaper as provid- ed by Minn. Stat. §331A.02, §331A.07, and other applicable laws as amended. (B) The printed public notice that is attached was published in said newspaper(s) once each week, for one successive week(s); it was first published on Thurs- day, the 22 day of March 2012, and was thereafter printed and published on every Thursday to and in- cluding Thursday, the day of 2012; and printed below is a copy of the lower case alpha- bet from A to Z, both inclusive, which is hereby acknowledged as being the size and kind of type used in the composition and publication of the notice: abc mnopgrstuvwx" t BY: Subscribed and sworn to or affirmed before me on this 22 day of March , 2012, Notary Public era DIANE L. ELIMON g NOTARYPUBIIC- MINNESOTA ' M Comm. Exp. Jan. 31 2015 My Hill! AM- City of New Hope (Official Publication) ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope, Minnesota, 55428 In the City Hall at 4401 Xylon Avenue N, until 2:00 PM., Local Time, Thursday, April 12, 2012, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else neces- sary for the following: New Hope Arena— Interior Improvement Project In general, work consists of renovating offices, community room, vestibule and other areas of the facility. Work Includes: Demolition, excavation, backfill, con- crete, masonry, carpentry, structural steel, counter tops, millwork, furniture, flooring, glazing, doors, painting, plumb- ing, HVAC, electrical, and related items. The estimated construction ror the base bid is $493,000 plus alternate bid op- tions. A Pre -Bid meeting will be held at 11:00 a.m. at the New Hope Arena on Tuesday, April 3, 2012 Bidders desiring a copy of the Bidding Documents may obtain them from the Is- suing Office of Stevens Enggineers, Inc, Consulting Engineers, 2211 O'Nell Road, Hudson, WI 54016 (651) 436-2075 upon payment of a non-refundable fee of $60.00. Bidding Documents may be seen at the office of the City Clerk, City Hall and at the Issuing Office. Direct inquiries to Engineer's Project Manager, Scott Ward at (651) 436-2075. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with the Instruc- tions to Bidders. The Owner reserves the rightto retain the deposits of the 3 lowest Bidders for a pe- riod not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bids, to walve irregularities and informalities therein, and further re- serves the right to award the Contract to the best interests of the Owner. BY ORDER OF THE CITY COUNCIL. Valerie Leone City Clerk (Mar. 22, 2012) P2-NewHopeATena CONTRACTS New Hope Arena Interior Improvement Project New Hope, Minnesota PROJECT MANUAL March 19, 2012 Stevens Project No. 900-12-155 UStevens ENGINEERS PLANNERS - SURVEYORS Stevens 2211 O'Neil Road Hudson, Wisconsin 54016 www.stevensen_qineers.com Ph: (651) 436-2075 Ph: (715) 386-5819 Fax: (715) 386-5879 ADDENDUM NO. I Issue Date: April 9, 2012 Project: New Hope Arena Interior Improvement Project New Hope, Minnesota Engineer: Stevens Engineers, Inc. 2211 O'Neil Road Hudson, WI 54016 (651) 436.2075 Issued by: Scott A, Ward, P. E. To: All Prospective Bidders This Addendum forms a part of the Contract Documents and modifies the original Construction Documents dated March 19, 2012. Acknowledge receipt of this Addendum in the space provided on the Bid Form. f=ailure to do so may subject the Bidder to disqualification. This addendum consists of: 2 pages of narrative (8.5" x 11") 6 pages of REVISED Bid Form (8.5" x 11 ") 1 page of Attendance List (8.5" x 111 Make the following modifications: GENERAL INFORMATIONICLARIFICATIONS 1. See attached list of attendees at the mandatory pre-bid meeting on April 3, 2012. 2. The City of New Hope will be moving the existing vending machines as needed for construction. CHANGES TO THE SPECIFICATIONS Section 000110 — Table of Contents Make the following changes: a. Replace the wording "072100 -- Foamed -in -Place Insulation" with "072100 — Thermal Insulation" and "0721-9 — Foamed -in -Place Insulation". b. Delete the wording "087000 - Hardware Specialties". c. Add the wording "102800 —Toilet, Bath and Laundry Accessories" New Hope Arena -- Interior Improvement Project ©Steven Engineers Project No. 900-12-155 Page ADDENDUM NC.1 EJCDC C-410 Bid Form Prepared by the Engineers Joint Contract Documents Committee. SECTION 004113 BID FORM (REVISED) New Hope Ice Arena — Interior Improvement Project New Hope, MN April 12, 2012 Project No. 900-12-155 ARTICLE 1— BID RECIPIENT 1.01 This Bid is submitted to: Name of Owner: City of New Hope, Minnesota Address of Owner: City Hail 4401 Xylon Ave N, New Hope, MN 55428-4843 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 - BIDDEWS ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 -- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged by Bidder by writing in the number and dates of addendums. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in SC -4.02 as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in SC -4.06 as containing reliable "technical data." New Hope Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 004113-1 BID FORM EJCDC C-410 Bid Form Prepared by the Engineers Joint Contract Documents Committee. E. Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder's safety precautions and programs. F. Bidder does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. i. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. ARTICLE 4 - BIDDER'S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conform,ty with any coWsive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.1): 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. New Hope Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 004113-2 BID FORM EJCDC C-41 D Bid Form Prepared by the Engineers Jolnt Contract Documents Committee. ARTICLE 5 - BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): BASE BID: Item No. Description Bid Price 1 i Vestibule and all related work $ 2 Community room and all related work $ 3 i All other work $ Total Lump Sum Bid Price for Entire Project $ ALTERNATE BID: Item No. Description Bid Price 1 1A New Ceramic Tile in North Hallway (ADD) $ ; 1 B ! New Ceramic Tile in South Hallway (ADD) $ 2A New Acoustical Ceiling System ;n North Hallway (ADD) $ 2B New Acoustical Ceiling System in South Hallway (ADD) I $ I 2C New Acoustical Ceiling System in West Meeting Rooms DD I $ 3 4 ' New Drawer and Door Fronts on Existing Concession $ Stand Millwork (ADD) New Uni-Sex Toilet Room, Upper Level (ADD) $ 5 New Hollow Metal Framed Window System (ADD) $ 6 Solid Survey Counter Top (DEDUCT) $ ARTICLE 6 - TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete on or before July 20, 2012, and will be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before August 10, 2012. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. New Hope Arena - Interior Improvement Project Steven Engineers Project No. 900. 12.155 004113-3 BID FORM EJCDC C-410 Bid Form Prepared by the Engineers Joint Contract Documents Committee. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.09 The following documents are submitted with and made a condition of this Bid: A. Required Bid security in the form of Bid Bond; B. List of Proposed Subcontractors; C. List of Project References; D, Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids; E. Contractor's License No.: [or] Evidence of Bidder's ability to obtain a State Contractor's License and a covenant by Bidder to obtain said license within the time for acceptance of Bids; ARTICLE 8 — DEFINED TERMS 8.09 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. New Hope Arena — Interior Improvement Project Steven Engineers Project No. 900.12.155 004193-4 BID FORM EJCDC C-410 Bid Form Prepared by the Engineers Joint Contract Documents Committee. ARTICLE 9 - BID SUBMITTAL 9.01 This Bid is submitted by: If Bidder is: An Individual Name (typed or printed): By: (Individual's signature) Doing business as: A Partnership Partnership Name: By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): A Corporation Corporation Name: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): (CORPORA ; E SEAL) (SEAL) i..(- ., Date of Qualification to do business in Mate where Brojecf is locafedl is / ! New Hope Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 004113-5 BID FORM A Joint Venture Name of Joint Venture: First Joint Venturer Name: By: EJCDC 0410 Bid Forrn Prepared by the Engineers Joint Contract Documents Committee. (SEAL) (Signature of first joint venture partner - attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sigh. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Additional Bidder Information Bidder's Business Address Phone No. Fax No. E-mail SUBMITTED on .20 State Contractor License No. . [If applicable] New Hope Arena - Interior Improvement Project Steven Engineers Project No. 900.12.9 55 004113-5 BID FORM Attendance Record Meeting Location: New Hope Arena Date: 4.3.12 Time: 11:00 AM Project: New Hope Arena — Interior Improvement Project Project No.: 900.12.155 Sign-up: 06teve 4.151cd 4 ([ o'SArkql_ ,_ 5�f' ( A rkdJ Cali 5 i R .— Ram COIA61 ISO 165-L S-A. • 4 � 6. -� 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 2211 O'Neil Road, Hudson, WI 54016 t 715.386.5819 t 651.436.2075 4 715.386.5879 MM.stevensengineers.com ENGINEERS • PLANNERS • SURVEYORS SECTION 000105 CERTIFICATION PAGE Architect's Certification: I hereby ceriffy that this pian, specification, or report was prepared by me or under my direct supervision and that I am a d yIfcensed Architect under the laws of the State of Minnesota. _ 44897 March 19, 2012 Thoma J.Betti, A Registration Number Date 292 DESIGN GROUP Mechanical Engineer's Certification: I hereby cartiiiy that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly registered P n Engin or u r the laws of the State of Minnesota. 42815 March 19, 2012 Michael D. wdigai. P.E. Registration Number Date NELSON-RUDIE & ASSOCIATES Structural Englneer' rtlficatlon: I h cartKy that lan, specification, or report was prepared by me or under my direct supervision and that I am�ly regisfe sional Engineer under the laws of the Stale of Minnesota. rP.E. E & ASSOCIATES 19250 March 19.2012 Registration Number Date Electrical Enginesr's Cerlffication: I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I' am a duly regred Profession ngineer under the laws of the State of Minnesota. 11631 March 19, 2012 Andrew N. Erdmann, P.E. Registration Number Date NELSON-RUDIE & ASSOCIATES Now hope Arena - Interior Improvement Project 03taven Englneem Project No. 90d-12455 000105-1 CERTIFICATION PAGE SECTION 000110 TABLE OF CONTENTS SECTION NAME 000000 TITLE SHEET 000105 CERTIFICATION PAGE 000110 TABLE OF CONTENTS 000115 LIST OF DRAWINGS 001113 ADVERTISEMENT FOR BIDS 002113 INSTRUCTIONS TO BIDDERS 004143 BID FORM 004170 BID BOND 005100 NOTICE OF AWARD 005200 AGREEMENT 005500 NOTICE TO PROCEED 006113.13 PERFORMANCE BOND 006113.16 PAYMENT BOND 007200 GENERAL CONDITIONS 007300 SUPPLEMENTARY CONDITIONS 011000 SUMMARY OF WORK 012000 PRICE PAYMENT AND PROCEDURES 012100 ALLOWANCES 012300 ALTERNATES 013000 ADMINISTRATIVE REQUIREMENTS 013300 SUBMITTAL PROCEDURES New Hope Arena — Interior Improvement Project © Steven Engineers Project No. 900-12-155 000110-1 TABLE OF CONTENTS 014000 QUALITY REQUIREMENTS 014200 SPECIAL STRUCTURAL TESTING & INSPECTION SCHEDULE 015000 TEMPORARY FACILITIES AND CONTROLS 015100 TEMPORARY UTILITIES 015000 PRODUCT REQUIREMENTS 017000 EXECUTION AND CLOSEOUT 024000 DEMOLITION 033000 CAST -IN-PLACE CONCRETE 042000 UNIT MASONRY 051200 STRUCTURAL STEEL FRAMING 053100 STEEL DECKING 055000 METAL FABRICATIONS 055213 PIPE AND TUBE RAILINGS 061000 ROUGH CARPENTRY 061800 GLUED -LAMINATED CONSTRUCTION 064100 ARCHITECTURAL WOOD CASEWORK 071400 FLUID -APPLIED WATERPROOFING 072100 FOAMED -IN-PLACE INSULATION 072500 WEATHER BARRIERS 075400 THERMAL PLASTIC MEMBRANE ROOFING 076200 SHEET METAL FLASHING AND TRIM 078100 APPLIED FIREPROOFING 078400 FIRESTOPPING 079005 JOINT SEALERS 081213 HOLLOW METAL FRAMES New Hope Arena -- Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 000110-2 TABLE OF CONTENTS 087000 HARDWARE SPECIALTIES 081416 FLUSH WOOD DOORS 083323 OVERHEAD COILING DOORS 084313 ALUMINUM -FRAMED STOREFRONTS 087100 DOOR HARDWARE 088000 GLAZING 092116 GYPSUM BOARD ASSEMBLIES 093000 TILING 095100 ACOUSTICAL CEILINGS 096813 TILE CARPETING 099000 PAINTING AND COATING 101400 SIGNAGE 123600 COUNTERTOPS 201000 MECHANICAL GENERAL PROVISIONS 202000 MECHANICAL DEMOLITION 205000 BASIC MATERIALS AND METHODS 207000 ELECTRICAL MOTORS AND WIRING 208000 PAINTING AND IDENTIFICATION 211313 FIRE PROTECTION SPRINKLER SYSTEM 220700 PLUMBING INSULATION 221000 PLUMBING 224000 PLUMBING FIXTURES 230593 HVAC TESTING ADJUSTING AND BALANCING 230700 HVAC INSULATION New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 000110-3 TABLE OF CONTENTS 231100 FUEL PIPING 233000 HVAC AIR DISTRIBUTION 233423 HVAC POWER VENTILATORS 233713 DIFFUSERS, REGISTERS AND GRILLES 260000 ELECTRICAL SPECIFICATIONS 312316 EXCAVATION 312323 FILL 312500 EROSION AND SEDIMENT CONTROL 321123 AGGREGATE BASE COURSE 321200 HOT MIX ASPHALT PAVEMENT 321314 CONCRETE SIDEWALKS AND APRONS 321600 CURBS AND GUTTERS 329200 TURF AND GRASSES 334600 SUBDRAINAGE New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 000110-4 TABLE OF CONTENTS SECTION 000115 LIST OF DRAWINGS The plans far the construction of this project are hereby made a part of the specifications and include: A000 Title Sheet 0000 Site Demolition, Plan and Details AD001 First Level Demolition Plans AD002 Second Level Demolition Plans A101 First Level Floor Plans A102 Second Level Floor Plan, Roof Plan, Exterior Elevations A201 First Level Reflected Ceiling Plan A202 Second Level Reflected Ceiling Plan A501 Sections A801 Roof Finish Schedule, Door Schedule A802 Frame Types, Door Types A901 Enlarged Floor Plans and Interior Elevations 5101 Existing Foundation and First Floor Framing Plans S201 Entry Vestibule Roof Framing and General Notes 5301 Structural Details 5401 Structural Details S501 Structural Details MD001 Partial Mechanical First Floor Demolition Plan MD002 Partial Mechanical Second Floor Demolition Plan M001 Partial Mechanical First Floor Plan M002 Partial Mechanical Second Floor Plan ME101 Mechanical and Electrical Schedules E000 Electrical Title Sheet ED001 Electrical Demo First Level Sheet ED002 Electrical Demo Second Level Sheet E101 Electrical First level Lighting Sheet E102 Electrical Second Level Lighting Sheet E201 Electrical f=irst Level Power and Systems E202 Electrical Second Level Power and Systems END OF SECTION New hope Arena -- Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 000115-1 LIST OF DRAWINGS SECTION 001113 ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope, Minnesota, 55428 in the City Hall at 4401 Xylon Avenue N, until 2:00 P.M., Local Time, Thursday, April 12, 2012, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else necessary for the following: New Hooe Arena - Interior Improvement Protect In general, work consists of renovating offices, community room, vestibule and other areas of the facility. Work Includes: Demolition, excavation, backfill, concrete, masonry, carpentry, structural steel, counter tops, millwork, furniture, flooring, glazing, doors, painting, plumbing, HVAC, electrical, and related items. The estimated construction for the base bid is $493,000 plus alternate bid options. A Pre -Bid meeting will be held at 11:00 a.m. at the New Hope Arena on Tuesday, April 3, 2012 Bidders desiring a copy of the Bidding Documents may obtain them from the Issuing Office of Stevens Engineers, Inc, Consulting Engineers, 2211 O'Neil Road, Hudson, WI 54016 (651) 436-2075 upon payment of a non-refundable fee of $60.00. Bidding Documents may be seen at the office of the City Cleric, City Hall and at the Issuing Office. Direct Inquiries to Engineer's Project Manager, Scott Ward at (651) 436-2075. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bids, to waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. BY ORDER OF THE CITY COUNCIL. Valerie Leone City Clerk New Hope Arena - Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 0011113-1 ADVERTISEMENT FOR BIDS SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: A. Issuing Offros - The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the advertisement or invitation to bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents shall be used In preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for'the Work and do not authorize or confer a license for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS This Section is not used. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any Interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or Information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner, or others. New Hope Ice Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 002113.1 INSTRUCTIONS TO BIDDERS 4.03 Hazardous Environmental Condition A The Supplementary Conditions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request." Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any 'technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or Indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated In the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions. 4.05 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, Investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. 4.06 A Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of contract documents (other than portions thereof related to price) for such other work. B. Paragraph 6.13.0 of the General Conditions indicates that if an Owner safety program exists, it will be noted in the Supplementary Conditions. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work; D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical oonditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in Paragraph 4.02 of the Supplementary Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Paragraph 4.06 of the General Conditions as containing reliable "technical data"; E. consider the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding New Hope Ice Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 002113-2 INSTRUCTIONS TO BIDDERS Documents; and the Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder's safety precautions and programs; F agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents; H. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder, and 1. determine that the Bidding Documents are generally sufficient to Indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 6 - PRE-BID CONFERENCE 5.01 A pre -Bid conference will be held at 11:00 a.m., local time on Tuesday. April 3 at 2012. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are encouraged (but not required) to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. New Hope Ice Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 002113.3 INSTRUCTIONS TO BIDDERS ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. ARTICLE 8 - BID SECURITY 8.01 A Bid must be accompanied by Bid security made payable to Owner in an amount of 5 percent of Bidder's maximum Bid price and in the form of a certified check, bank money order, or a Bid bond (on the form attached) issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award, and the Bid security of that Bidder will be forfeited. Such forfeiture shall be Owner's exclusive remedy if Bidder defaults. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven days after the Effective Date of the Agreement or 81 days after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. 8.03 Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The dates by which, the Work is to be substantially completed and ready for final payment are set forth in the Agreement. ARTICLE 10 -- LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth In the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or nor -equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effecbve Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to Owner a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other New Hope Ice Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 002113-4 INSTRUCTIONS TO BIDDERS evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.08 of the General Conditions. 12.03 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from Engineer or Issuing Officer. 13.02 All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form, A Bid price shall be indicated for each item listed therein. In the case of optional alternatives the words "No Bid," "No Change,' or "Not Applicable" may be entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid. by a joint venture shall be executed by each joint venturer In the manner indicated on the Bid f=orm. The official address of the joint venture shall be shown. 13.08 All names shall be printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 13.10 Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder's state contractor license number, if any, shall also be shown on the Bid Form. New Hope Ice Arena - interior Improvement Project Steven Engineers Project No. 900.12.155 002113-5 INSTRUCTIONS TO BIDDERS ARTICLE 14 - BASIS OF BiD; COMPARISON OF BIDS 14.01 Lump Sum A Bidders shall submit a Bid on a lump sum basis for the base Bid and include a separate price for each alternate described in the Bidding Documents as provided for in the Bid f=orm. The price for each alternate will be the amount added to or deleted from the base Bid if Owner selects the aitemate. In the comparison of Bids, alternates will be applied in the same order as listed in the Bid form. 14.02 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be the sum of the products of the estimated quantity of each item and the corresponding unit price. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions, C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. ARTICLE 15 - SUBMITTAL OF BID 15.01 With each copy of the Bidding Documents, a Bidder is furnished one separate unbound copy of the Bid Form, and, if required, the Bid Bond Form. The unbound copy of the Bid Form is to be completed and submitted with the Bid security and the following documents: A. List of Subcontrators B. List of Project References; C. Authority to do business in the state. D. Contractors Licenses No. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place Indicated in the advertisement or invitation to bid and shall be enclosed in a plainly marked package with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Office of the City Clerk City of New Hoe 4401 X Ion Ave N. New Hoe MN 55428-4843. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid maybe modified or withdrawn by an appropriate document duty executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02 if within 24 hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be retumed. Thereafter. if the Work is rebid. that Bidder will be disqualified from further bidding on the Work. New Hope lee Arena - Interior Improvement Project Steven Engineers Project No. 900.12.165 002113-6 INSTRUCTIONS TO BIDDERS ARTICLE 17 -OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the Advertisement or Invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 -- EVALUATION OF BIDS AND AWARD OF CONTRACT 19.01 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 in evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents. 19.08 If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner's requirements as to performance and payment bonds and insurance. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When Owner issues a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within ten days thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification. New Hope lee Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 002113-7 INSTRUCTIONS TO BIDDERS EJCDC C-41 o 8!d Form Prepared by the Engineers Jo!nt contract Documents Committee. SECTION 004113 BID FORM (REVISED) New Hope Ice Arena — Inferior improvement Project New Hope, MN April 12, 2012 Project No. 900.12-155 ARTICLE I — BID RECIPIENT 1,01 This Bid is submitted to: Name of Owner: City of New Hope, Minnesota Address of Owner. City Hall 4401 Xylon Ave N, New Hope,'MN 55428-4843 1,p2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all. Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. AFZ-HCLE 2 -- BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, inc:uding without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged by Bidder by writing In the number and dates of addendums. Addendum No. Addendum Date 04 '09/1 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to a[[ Laws and Regulations that may affect cost progress, and performance of the Work. D. Bidder has carefully studied ail: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of phys?cal conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in SC -4.02 as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in SC -4.06 as containing reliable "techn:cal data." New Hope Arena--lnterlor Improvement Project BID FORM Steven Engineers Project leo. 900.12.165 004113-1 EJGDG 0-410 Bid Form Prepared by the Engineers Joint Contract Documents CommMee. E, Bidder has considered the Information known to Bidder; information commonly known to contractors doing business in the locality of the Site; Information and observations obtained from visits to the Site; the Bidding Documents; and the Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder's safety precautions and programs. F. Bidder does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Slte that relates to the Work as indicated in the Bidding Documents. H. B€dder has given Engineer written notice of all conflicts, errors, amb.gu€ties, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. 1. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. AR-TICLE 4 - BIDDER'S CERTIFICATION 4.01 Bidder certifies that A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity With any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any €nd€vidual or entity to refrain from bidding; and D. Bidder has not engaged In corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.13: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coerelve practice" means harming or threatening to harm, directly or Indirectly, persons or their property to Influence their participation In the bidding process or affect the execution of the Contract. Now Hope A-ena- interlor improvement Project 004113.2 BID FORM Steven ErGlneers Project iso. 900.12.955 EJCaC C-41 0 Bid Form Prepared by the Engineers Joint Contract Documents Committee. p,01TICLE 5 -- BASIS OF BID 5, Oi Bidder Wil complete the Work in accordance with the Contract Documents forthe fol:owing price(s): BASE BID: Item No. Description Bid Price Vestibule and all related work 2 Community room and all related work $ L:13 Ail =work $ Total Lump Sum Bid Price for Entire Project ALTERNATE BID: Item No. 1A I New 1B New 2A New 2B New Ceramic Tile in North hallway (Auu) w Ceramic Tile in South Hallway (ADD) $ Acoustical Ceiling System in North Hallway (ADD) $ 2C New Acoustic DD 3 New Drawer n ' 1 0r 4 New Uni-Sex b New Hallow A 6 Solid Survey Ceiling System in South Hallway (ADD) $ Ceiling System in West Meeting Rooms $ id Door Fronts on 1=xisting Concession $ ADD)$ ailet Room, Upper Level (ADD) w G_. A IAlinAFRAI Svq _M (ADD) $ (D ARTICLES —TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete on or before . W20.2612, and will be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before August 10, 2012. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. New Hope Arena—interior improvement Project BID FORK Steven E=ngineers Project N0.900.12.155 OQ4113-3 EJCDC 0-410 Bid Form Prepared by the Engineers Jo;nt Contract Documents Committee. A,07ICLE 7 -- ATTACHMENTS TO THIS BID 7, Ci The following documents are submitted with and made a condition of this Bid: A. Required Bid security in the form of Bid Bond; B. List of Proposed Subcontractors; C. List of project References; D. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids; E. Contractor's License No.: 13C355836 (or] Evidence of Bidder's ability to obtain a State Contractor's License and a covenant by Bidder to obtain said license within the time for acceptance of Bids; ARTICLE S — DEFINED TERMS 8.01 The terms used in this Bid with Initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. New mope Arena — Interior Improvement Project 004413-4 BID FORM Steven Engineers Project No. 900.12.455 EJCDC G41 o Bid Form Prepared by the Engineers Joint Contract Documents Committee. AgR ICLE 9 - BID SUBMITTAL 9,40 This Bid is submitted by: If Bidder is' An Individual Name (typed:or printed): i3y: (Individual's signature) Doing business as; A Partnershi Partnership Name: By: (Signature of general partner- ach evidence of authority to sign) Name (typed or printed): A Corporation Corporation Name: RITE Contractors Inc. (SEAL) State of Incorporation: Minnesota Type Geral Business, Professional, Service, ice, Limited ,Cjiabilit# n�� By: .(SI at ra --itaclie ence of authority to sign) Name (typed or printed): .Tose L. Ruech] e Title: President (CORPORATE SEAL) Attest -� - Date of Qualificatioto do business in !Stats where Project is focatedL is 3 1 ?�1-9-4-, New [-lope Arena -- Interior Improvement Project BID FORM Seven Engineers Protect No. 900.12.155 G0�113-5 A Joint Venture Name of Joint Venture: First Joint Venturer Name: pJCDC 0-410 Bid Form prepared by the Engineers Jcint Contract Documents Committee. (SEAL) By: (Signature of first joint venture partner - attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Additional Bidder Information Bidder`s Business Address 130 Qaitrai Ave Watkins mm 55389 Phone No. 320-764-2525 Fax No. 320-764-2524- E-mail - I;mail -ioekamp ltei net SUBMITTED on April 12 .2012 -- State Contractor License No. BC355836 [if applicable] New Hope Arena -Interior Improvement Project 004113.6 BID FORM Steven Engineers Project No. 900.12.155 B.iCDC 0.430 Bid Bond Uensl Sum 1 OMQ Prepared by the BrIaeem JoW iCoM mat I7 unents comma tee. SI vols! 004170 1311) BOND p.ny singular ref=erence to Bidder, Surety, Owner or other party shell be considered plural where applicatale. RIDDER (Name and Address): KUE Contractors, Inc. 130 Central Avenue South, P.O. Box 408 gWatkins, Minnesota 55389 the Guarantee Company of NoortthPAmericaUs cfBtrshress). 25800 Northwestern Highway, Suite 720 Southfield, MI 48075-8410 OWNER (Name and Address): city of New Hope 4401 Xylon Ave N New Rape, MN 66428 4643 MID 12, 2012 Bid Due Data: Ai3 Descflrlptloti (Prolecec# Name and #n0tual$ Location): Now }lop$ Arena — Interior improvement Project BOND Bond Number. ril 12, 2012 Dabs (Not earlier than 131dA fd due dsts): P }genal sum " — Percent of the Amount of the Attached 13i -- - (Figures) - (Words} Surety and Bidder. Intending to be legally bound hey subject resentative.s set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, Kent, k P BIDDER KITE Contractors In"I"g-1,111111111111 Bidder's me' e and Corporate Seaf By: 'i atu s JOse L� K lP -- Print Mame presidrnt Title �SS: r Signature SURETY (Seal) The Guarantee Company of North Arrierica LISA (Seal) Surety's Nacos and Corpora a Sea BT, Sign tura Po er of Attu ey) Ma Jo Din wall Print Name Attorne -in-F ci Title Witness: Signature Title TWO an re uir�ed no#rce. Provide execution by any addltfonal garftes, Nofe: Above addresses are fo be used for giving Y 4 such as join# venturers, Ifnacesssry. Now Hope Arena —1rtriorlmpmvementProjeci 004170.1 BID BOND Steven Engineers Projsct No. 800-12165 EJCCC 0-430 Bid Bond (Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2 All Bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 6 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suitor action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative- who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. New Hope Arena - Interior Improvement Project BID BOND Steven Engineers Project No. 300-12-155 004170-2 ACI�IOWLEDGMSNT OF SURETY State of Minnesota) County of Anoka) On this 12th day of April, 2012, before me personally appeared M 10 Din all to me known, who, being by me duly sworn, did depose and say: that s/he resides at Waconia, Minnesflta ,mat s/he is the Attorney in -Fact of THE GUARANTEE COMPANY OF NORTH AMERICA USA, the corporation described in and which executed the annexed instrument; that s/he knows the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that s/he signed his/her name thereto by like order, and that the liabilities of said corporation do not exceed it assets as ascertained in the manner Provided by law. BEAD WILLIAM MCBRIDB NO TARy PUSUC - MINNESOTA My (0mraflan ®t iru 4a S1, 2.01 b State of Minnesota) County of Meeker Notary Public ACKNOWLEDGMENT OF CORPORATION On the -12th day of April, 2012, before me personally appeared Joseph L. Kuerhle, to me did, depose and say that s/he resides in known, who being by me first duly sworn, of KUE CONTRACTORS INC. Wat3cins i that s/he is the es' that s/he knows the the corporation described in and which executed the foregoing instrument; corporate seal of said corporation, that the corporate seal affixed to said instrument is such corporate seal, that it was so affixed by order and authority of the Board of directors of said corporation, and that s/he signed his/her name thereto by like order and authority. Notary Public RSUZANNE Al NENNEN.STREIT NOTARY PUBLIC - NIINNMOTA MY Commission Fxplres,Ian. 31, 2015 1 THE GUARANTEE COMPA�'�TY OF NORTH AMERICA USA 1 Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE Michigan, OF NORTH AMERpon�on organized and existing under the laws ofthe State of Michigan, having Its principal office Southfield, hereby and appoint Carl Goddek, Gary McBride, Richard J. Ahmann III, Andrew P. Krane, Dean R. Sildehrand4 Mary Jo Dingwall and Sears McBride RJAhmann Company l bonds and s. its true and lawful othattorney(s)-in-fact ctor ng (obiltgetory in the execute, ature thereof, which areror may be allowed, requireand an its behalf as d orpermtttedny and lby law, statute. rule, regulatio contracts, conract Indemn!ty or otherwise. I be as bl' din upon THE The execution f amply t is int(s) ins pursuance purposes, these esePresents, shal as if the same had been dulynexeauied and acknowleedged by its regularly ected officeRANTEE COMpAW OF NORTH rs atthe USA a yto principal office. By -Laws and by authority of be cartifed so, and may be 2003. adoptedThe Power by ofAttorney of Directors of THE may UARANTEE COMPANY OFrNORTH AMERICA USA ate meeting held on the Section day a December, The sident. or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s)4n-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof. and 2. To revoke, at any time, any such Attorney4n-fact and revoke the authority given, except as provided below 3. is the connection cAttion with obligationsact In favor of the any and alFloridaconsDeparnts t thamerit Blease of Transportation of retainednpercentages andlor ed that the inal estimatesly, it is anreuon a gi}need and d that oonsen construction contracts required by the State te of payment of the Florida Department al estimatento the tContractor ais lnd/or Its aly ssignee, all not relieve this ting to the esurety Florida Department of Transportation makingpayor company of any of its obligations under Its bond. 4. in connection with obligations In favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby g 1van 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. Further, li aPower of Attorney is nd held on the 6th dayiof December led by 1, of facsimile the following t it s trueionexcerpt:of the Board of Directors of the Company adopted at a meeting duly ca tion RESOLVED authorizing sIgnaturs Of n annd authorized offfcgr and delivery of any bond, the seal of undertak ng,eCompany may be contracts of Indemnityxed andbother writings obligatory in the nature thereofimile to any Power of Attorney or , and thereof 9 such stgnatare and seal when so used shall have the same force and effect as though manually afftc IN WITNESS WHEREOF, THE GUARANTEE COMPANYis corporate seal to beo affixed by its authorized officer, this 3rd day of February, 2 12F NORTH AMERICA A Instrument to be signed and has caused this instr a THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland nally known, and being by me Odulythis sday of a d that each is February, 2012b here' described came the and authorized is who The Guarand the tee Companreceding instrument, North Americas A; that the seal affixed to saof id In Instrument is tits Corporate Seal of said Company; that the Corporate Seat and each signature were duly af5xed by order of the Board of Directors Cynthla A Takal IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary public, State of Mlchlgen Company of North America USA offices the day and year above written. County of Oakland � yn My Commission Expires February 27, 2018 lult..u�� (F Acting to Oakland County NORTH AMERICA USA, do hereby certify that t�a rego.ng s a I, Randall Mussel, f a power to Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which s sabove In full oorce and efect.ue and correct copy o 2012 ,ru a IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 1 aY � � ' O e Randall Musselman, Secretary Page 2 Jab 553 Apr -08 Fri -013:07 1994 $tete of Minnesot c �oa r► SECRETARY OF STATE CERTIFICATE OF INCORPORATION I, Joan Anderaon Grove, Sooretary of State of Mi.nneaata, do certify thate Articles of Incorporabion, duly oigned, and acknowledged under oath, have been filed on this date in the ❑frEice of the Secretary -of Stater for the incorporation otr the following corporation, under and in accordance with the provisions of the chapter of Minnesota Statutes listed below. This corporation is now legally organized under the laws of Minnesota. Corporate Ramat KUE CONTRACTORS, INC. dorporate Charter Number!. BE --718 Chapter Formed Under: 302A This certificate hae been issued on D3/31/1994- aaAow.-o-A�� Secretary of State. sa44+a `CONTRA gT' ��;��■� �fTIAL BLS. DG �• A _ .. : • . .. .. � 448 ' 1mgandCeriiHca4op'Services 851.5084 Constni tlnn cotiesa� • n ,fl l fig eiase si '.n_Lh.us Wehsit �esota and is its L G' C1�,in the.state { j1 thertificholdsr is lac"eased as a Iti38IDBNTL 6vvner to build e • < F g s 326]3.805, d y ild sidential ., , , f a �'ti pr offer to cdpfract vvth Au �wter to' ems 6s• �' a required general a QUALIF3fNC �Ui ,Diha Elt,atEd the °mpiianc > � auai is - � �'.. _ �f liab1iiy imsivana�, and w � . � . • compen�attozi'la�s: � , }• : � V._,� ,- r License' � -• be � . $355 � '>:...� � - Effe� '�n,`•re Date ; �d•1���2 � _VES • :� ( `-•:�._.:�:',°�;.., , ' :�.x Extt`� o�i:Date : O'3(31{?Q1;4""° p0 4D8 ON 55388 'VII `C •�,'� � � t AL.���i(�TER NUMBER). ,130HR, ANQ lNSLiRAH -E INFO �(rwy cll � xri 4A]N.i.Mda J EJCDC C510 Notice of Award Prepared by the Engineers Joint Contract Documents Committee. SECTION 006100 NOTICE OF AWARD Date: April 24, 2012 Project: New Hope Arena — Interior Improvements Project Owner: City of New Hope, Minnesota Owner's Contract No.: NA Contract: New Hope Arena — Interior Improvement Project Engineer's Project No.: 900.12.155 Bidder, Kue Contactors, Inc. Bidder's Address: 130 Central Avenue S. P.O. Box 408, Watkins, MN 55389 You are notified that your Bid dated ADdl 12, 2012 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for Base Bid plus Alternates 1A. 1B, 4, and 5. The Contract Price of your Contract is Five_ Hundred_ Nineteen_ Thousand One Hundred Twenty Nine Dollars Dollars ($519.129.00). 4 copies of the proposed Contract Documents (except Drawings) accompany this Notice of Award. 2 sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within [15] days of the date you receive this Notice of Award. 1. Deliver to the Owner 3 fully executed counterparts of the Contract Documents, 2. Deliver with the executed Contract Documents the Contract security (Bonds] as specified in the Instructions to Bidders (Article 20), General Conditions (Paragraph 5.01), and Supplementary Conditions (Paragraph SC -5.01). 3. Submit Certificates of Insurance as required in Article 5 of the General Conditions and Supplemental Conditions. Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. ,.� t' t� „ \ . % , _ Owner Authorized Signature Title Copy to Engineer New Hope Arena— Interior Improvement Project Steven Engineers Project No. 900.12.155 005100-1 NOTICE OF AWARD SECTION 005213 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT THIS AGREEMENT is by and between _ City of New Hope, Minnesota ('Owner") and Kue Contractors Inc., Watkins MN ("Contractor"). Owner and Contractor hereby agree as follows: ARTICLE 1 —WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Renovating existing offices, community room, vestibule and other areas of the facility. Work Includes. Demolition, excavation, backfill, concrete, masonry, carpentry, structural steel, counter tops, millwork, furniture, flooring, glazing, doors, painting, plumbing, HVAC, electrical, and related items. ARTICLE 2 — THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: New Hope Arena — Interior Improvements Project ARTICLE 3 -- ENGINEER 3.01 The Project has been designed by Stevens Engineers, Inc. (Engineer), which is to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 — CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for Substantial Completion and Final Payment A The Work will be substantially completed on or before July 20. 2012, and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before August 10, 2012. New Hope Arena. — Interior Improvement Proj ect Steven Engineers Project No. 900.12.155 005213-1 AGREEMENT 4.02 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Worts is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in Paragraph 4.02 above for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $100 for each day that expires after the time specified in Paragraph 4.02 above for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 — CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to Paragraphs 5.01.A, 3.01.8, and 5.01.0 below: A. For all Work other than Unit Price Work, a lump sum of: $Five Hundred Nineteen Thousand One Hundred Twenly Nine and No/100 529129.00 which includes the base bid Dius alternate bids 1A, 1113, 4 and 5. All specific cash allowances are included in the above price in accordance with Paragraph 11.02 of the General Conditions. B. For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the actual quantity of that item as indicated on the Contractor's bid attached hereto as an exhibit C. The Bid prices for Unit Price Work set forth as of the Effective Date of the Agreement are based on estimated quantities. As provided in Paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Paragraph 9.07 of the General Conditions. D. For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit. ARTICLE 6 — PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the Genera[ Conditions. 6.02 Progress Payments; Retainage A Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment and recommendation of the Engineer on or about the 20 day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below. All such payments will be measured by the schedule of values established as provided in Paragraph 2.07.A of the General Conditions (and in the case of Unit Pr;rA- Work based on the New Hope Arena — interior Improvement Project Steven Engineers Project No. 900.12.155 005213-2 AGREEMENT number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions. a. 95 percent of Work completed (with the balance being retainage); and b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). c. At 50% completion or any time thereafter when the progress of the work is not satisfactory, additional amounts may be retained but in no event shall total retainage be more than 10% of the value of the work completed. B. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 95 percent of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.B.5 of the General Conditions and less 200 percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.03 Fina! Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07 ARTICLE 7 — INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum legal rate for the project location. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities), if any, that have been identified in Paragraph SC -4.02 of the Supplementary Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in Paragraph SC4.06 of the Supplementary Conditions as containing reliable "technical data." Now dope Arena — Interior Improvement Project Steven Engineers Project No. 900.12.155 005213-3 AGREENM'-\- ' E. Contractor has considered the information known to Contractor; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Site -related reports and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Contractor's safety precautions and programs. F Based on the information and observations referred to in Paragraph 8.01.E above, Contractor does not consider that further examinations, investigations, explorations, tests, studies, -or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. 1. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 -- CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 7, inclusive). 2. Performance bond (pages 1 to 3, inclusive). 3. Payment bond (pages 1 to 3, inclusive). 4. General Conditions (pages 1 to 45, inclusive). 5. Supplementary Conditions (pages 1 to 5, inclusive). 6. Specifications as listed in the table of contents of the Project Manual. 7. Drawings consisting of 29 sheets with each sheet bearing the following general title: New Hope Ice Arena — Interior Improvement Project changed by Addendum 1) 8. Addenda (numbers 1 to 1, inclusive). 9. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid (pages 1 to 6, inclusive). b. Documentation submitted by Contractor prior to Notice of Award (pages 1 to 6, inclusive). New Hope Arena — Interior Improvement Project Steven Engineers Project No. 900.12.155 0052134 AGREEMENT 10. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed (pages 1 to 1, inclusive). b. Work Change Directives. c. Change Orders. B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10 —MISCELLANEOUS A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Contractor's Certifications A Contractor certifies that it has not engaged in corrupt; fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; New Hope Arena — Interior Improvement Project Steven Engineers Project No. 900.12.155 005213-5 AGREE'_ViENT 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artifcial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 10.06 Other Provisions 1. Minnesota Statue 471.725 Prompt Payment of Local Government bills applies to this project. New Hope Arena — interior Improvement Project Steven Engineers Project No. 900.12.155 005213-6 AGREEMENT IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. Counterparts have been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or have been identified by Owner and Contractor or on their behalf. This Agreement will be effective on April 27, 2012 (which is the Effective Date of the Agreement). OWNER: CONTRACTOR City of New—Ho e Kue Co ctors, Inc. By: \ By. Title: i /®l �GLe�" Title: oseph L. Kuechle, President Attest 10 Title: UW V Address for giving notices: City Hall 4401 Xylon Avenue N (if Contractor is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Title: Address for giving notices: 130 Central Ave. S. PO Box 408 New Hope, Mn 65428-4843 Watkins, MN 56389 License No.: BC355836 (Where applicable) (If Owner is a corporation, attach evidence of authority to sign. If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of this Agreement.) New Hope Arena — Interior Improvement Project Steven Engineers Project No. 900.12.155 005213-7 AGREEMENT EJCDC C-51 D Notice of Award Prepared by the Engineers Joint Contract Documents Committee. SECTION 005500 NOTICE TO PROCEED Date: Project: New Hope Arena -Interior Improvement Project Owner. City of New Hope, Minnesota Owners Contract No.: NA Contract: New Hope Arena - Interior Improvement Project Engineer's Project No.: 900.12.155 Contractor: Contractor's Address: [send Certified Mail, Retum Receipt Requested] You are notified that the Contract Times under the above Contract will commence to run on On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion is , and the date of readiness for final payment is Before you may start any Work at the Site, Paragraph 2.01.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds and loss payees) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also, before you may start any Work at the Site, you must [add other req ' ment . Owner -- City of New Hope Given by: KIRK MCDONALD Authorized SyM MANAGER Title 4401 XYLON AVE NO NEW HOPE MN 55428 Date -�M 763-531-5100 763-531-5136 Copy to Engineer New Hope Ice Arena — Interior Improvement Project Steven Engineers Project No. 900,12.155 005500-1 NOTICE TO PROCEED EJCDC C-610 Pedannanoe bond Prepared by the Engineers Joint Contract Documents Cormnittee SECTION 006113.13 PERFORMANCE BOLD Any Singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Kue Contractors, Inc. 130 Central Ave S. PO Box 408 Watkins, MN 55389 OWNER (Name and Address): City of New Hope 4401 Xylon Ave N New Hope, MN 55428-4843 CONTRACT Effective Date of Agreement: Amount: Description (Name and Location) SURETY (Name, and Address of Pdholpal Place of Business): The Guarantee Company of North America USA 25800 NORTHWESTERN HIGHWAY, SUITE 720 SOUTHFIELD, MI 48075-8410 4-27-12 $519,129 New Hope Arena — I nterior Improvement Project, New Hope, MN BOND Bond Number: 16088990 Date (Not earlier than Effective Date of Agreament): May 2nd, 2012 AmoUnt: FIVE HUNDRED NINETEEN THOUSAND ONE HUNDRED TWENTY-NINE AND NO1100THS($519,129.00) Modifications to this Bond f=orm: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause thls Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL KUE CONTRACTORS INC. (Seal) Contractor's Name andCorpor to Seal By: atu Joseph L. Kuechle- Print Name President; Title Witness �. Signatu SURETY THE GUARANTEE COMPANY OF NORTH AMERICA USA . (Seal) Surety's Nerae and Corporate al �/nac�d By. Sig tura Okttallh Power of At rney) Mant Jo. Dingmil- Print Name Attorney -in -Fact Title Witness: Signature Title Title Note. Provide execution by additional parFles, such as joint venturers, if necessary. New Hope Ice Are3na-- Interior Improvement froject Steven Engineers ProjectNo. 900.12.155 006113.13-1 PERFORMANCE BOND EJCDC "10 Performance Bond Prepared by the Engineers Jo1nt Contract Documents Committee Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which Is Incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate In conferences as provided in Paragraph 2.1. 2. If there is no owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner Is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. if Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractors right to complete the Contract, Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety In accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract, 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through Independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds Issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive Its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After Investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. if Surety does not proceed as provided in paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided In Paragraph 3A, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: 5.1 The responsibillties of Contractor far correction of defective Work and completion of the Contract; New Hope Ice Arena — Interior Improvement Project Steven H%Ineers project No, 900.12.155 006113.13-2 PERFORMMCE BOND EJCCC c-810 Pedonnanoe Bond Prepared by the Engineers Joint Contract Documents Cwrnfttee 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. B. Surety shall not be Mable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations, No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contractor to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond maybe instituted in any court of competent jurisdiction in the location In which the Work or part of the Work is located, and shall be instituted 'within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of [Imitation available to sureties as a defense In the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page - 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision In this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The Intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract price. The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of Insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 112 Contract: The agreement between Owner and Contractor Identified an the signature page, Including all Contract Documents and changes thereto. 11.3 Contractor Default; Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11A Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof, FOR INFORMATION ONLY — Warne, Address and Telephone) Surety Agency or Broker: Owner's Representative: Stevens Engineers, Ina 2211 O'Neil Rd Hudson, WI 651.436.2075 or 715.386.5819 New Hope Ice Arena — Interior Improvement Prefect Steven Engineers Project No. 900.12.155 006113.13-3 PERFORMANCE BOND t:JCDC C-610 Parromiance Bond Prepared by the Engineers .feint Contract Documents eommltlee SECTION 006113=96 PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Kue Contractors, Inc 130 Central Ave. S. PO Box 408, Watkins, MN 55389 OWNER (Name and Address): City of New Hope 4401 Xylon Ave. N. , New Hope, MN 554284843 CONTRACT SURETY (Name, and Address of Principal Place of Business): THE GUARANTEE COMPANY OF NORTH AMERICA USA 26800 NORTHWESTERN HIGHWAY, SUITE 720 SOUTHFIELD, MI 48075-8410 Effective Date of Agreement: April 27, 2012 Amount: $619,129 Description (Name and Locaflon): New Mope Arena -- interior improvement Project, New Mope, MN BOND Bond Number: 16086990 Date (Not earlier than Effective Date of AgreernenQ: May 2nd, 2012 Amount: FIVE HUNDRED NINETEEN THOUSAND ONE HUNDRED TWENTY-NINE AND NOM 00THS(y819,129.00) Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duty executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY KUE CONTRACTORS INC. (Seal) THE GUARANTEE COMPANY OF NORTH AMERICA USA Contractor's Name and Corp a a Seal Surety's Name and Corporate je.a By: By: ig tore Sign ure (Affbich Power of Attom Joseph I,. K_ uechle Print Name President Title witness J LP Signatur Title Mars/ Jo Dinawall Print Name In -Fact Title Witness: may. .,2 a-� — Signature Title Note. Provide execution by addfffonalpartfes, such as joint venturers, if neCessary. New Hope Ice Arena -- interior Improvement Project Steven Engineers Project No. 900.12.155 006113.16-1 PAYMENT BOND WODC 0.010 Performance gond Prepared by the Engineers Joint Contract Documents Commlltee 1, Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants far use In the perfiormance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 . Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non- payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. with respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a dlrect contract with Contractor have given notice to Surety (at the address described In Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim Is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: Have furnished written notice W Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were fumished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or In pari from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3, Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described N Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor_ 5. If a notice by a Claimant required by Paragraph d Is provided by Owner to Contractor or to Surety, that is auffident compliance. 6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's expense take the following actions: 6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days ager receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. $.2 Pay or arrange for payment of any undisputed amounts. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Sand shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor In the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surely shall not be liable to Owner, Claimants, or others for obilgatlons of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of time. to the Contract or to related New Hope Ice Arena — Interior Improvement Project Steven Engineers Project No. 900. ]2.155 006113,16-2 PAYMENT BOND EJCDC 0410 PerIbmance Bond Prepared by the Engineers Joint Contract Documents Committee subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction In the location In which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are vold or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however eocompfished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The Intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An Individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The Intent of this Bond shall be to Include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractors subcontractors, and ail other Items forw;rhlch a mechanic's lien may boasserted in the jurisdiction where the labor, materials, or equipment were furnished. 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto, 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY-- (Name, Addie= and Telephone) Surety Agency or Broker. Owner's Representative: Stevens 15n ineer% Inc. 2211 O'Neil Rd, Hudson WI 54016 715.386.5819 Now Hope ice Arena — Interior Improvement Project Steven Engineers Project No. 900.12.155 006113.16-3 PAYMENT BOND ACKNOWLEDGMENT OF SURETY State of Minnesota) County of Anoka) On this 2nd of May, 20125 before me personally appeared Mary Jo Dingwall to me known, who, being by me duly sworn, did depose and say; that s/he resides at Waconia, Minnesota, that s/he is the Attorney -in -Fact of THE GUARANTEE COMPANY OF NORTH AMERICA USA, the corporation described in and which executed the annexed instrument; that s/he knows the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that s/he signed his/her name thereto by like order; and that the liabilities of said corporation do not exceed it assets as ascertained in the manner provided by law. E LIAMi MCBRIDEBLIC-MINNESOTAn Explrm Jmo 31, 2015 State of Minnesota) County of Meeker } Notary Public ACKNOWLEDGMENT OF CORPORATION On the 2nd day of May, 2012, before me personally appeared Joseph L. Kuechle , to me known, who being by me first duly sworn, did depose and say that s/he resides in Watkins, MiV , that s/he is the President of KUE CONTRACTORS, INC., the corporation described in and which executed the foregoing instrument; that s/he knows the corporate seal of said corporation, that the corporate seal affixed to said instrument is such corporate seal, that it was so affixed by order and authority of the Board of directors of said corporation, and that signed his/her name thereto by like order and authority, Notary Pu is SUZANNE M. HENN�E� STREIT ESOTA . � xoTaRrMWO • ��.at,am� IAY commissionbon l {N � THE GUARANTEE COMPANY O OF NORTH AMERICA USA Southfield, Michigan O'RON) } W ER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office In Southfield, Michigan, does hereby constitute and appoint Carl Godziek, Gary McBride, Richard J. Ahmann III, Andrew P. Krane, Dean R. Hildebrandt, Mary Jo Dingwall and Sean McBride RJAhmann Company its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory In the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory In the nature thereof; and To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority 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. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affuced. ger, IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and (?' its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takal Notary Public, State of Michigan W - County of Oakland 'k My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randa!I Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. r IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 2rO day of � .2012 ` Randall Musselman, Secretary This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMNIITTEE and Issued and Published Jointly by ACEC Al.UWAX 00 N=L GF ENGINUUNG COUMMn L M HR1 SS American Society National Society of ASCEa f Civil En ifreers Professional Engineers PIOIESdOOAI E„ gi =i0 Prirata PrMellCe AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by CONSTRUCTION SPECIFICATIONS INSTITUTE EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Sod* of Professional Engineers for EJCDC. All rights reserved. These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C-520 or C-525, 2007 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the Narrative Guide to the EJCDC Construction Documents (EJCDC C-001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (EJCDC C-800, 2007 Edition). Copyright © 2007 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314-2794 (703) 684-2882 www.ns e.or American Council of Engineering Companies 1015 15th Street 1\.W., Washington, DC 20005 (202) 347-7474 �" American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 (800) 548-2723 www.asee.org Associated General Contractors of America 2300 Wilson Boulevard, Suite 400, Arlington, VA 22201-3308 (703) 548-3118 www.age.org The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. EJCDC C-700 Standard [General Conditions of the Construction Contract Copyright 0 2007 National society of Professional Engineers for EJCDC. AN rights reserved. SECTION 007200 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Articlei - Definitions and Terminology1 1.01 ................................................................................................................................................ Defined Terms............................................................................................................................................................. 1 1.02 Terminology................................................................................................................................................................. 4 Article2 - Preliminary Matters 5 2.01 .............................................................................................................................................................. Delivery of Bonds and Evidence of Insurance............................................................................................................ 5 2.02 Copies of Documents .................................................................................................................................... 5 2.03 Commencement of Contract Times; Notice to Proceed............................................................................................. 5 2.04 Starting the Work......................................................................................................................................................... 5 2.05 Before Starting Construction........................................................................................................................................ 5 2.06 Preconstruction Conference; Designation of Authorized Representatives................................................................. 5 2.07 Initial Acceptance of Schedules................................................................................................................................... 6 Article 3 -- Contract Documents: Intent, Amending, Reuse................................................................................................................ 6 3.01 Intent ................ ................................................................................................................................ I............................ 6 3.02 Reference Standards................................................................................................................................................... 6 3.03 Reporting and Resolving Discrepancies..................................................................................................................... 6 3.04 Amending and Supplementing Contract Documents..................................................................................................7 3.05 Reuse of Documents...................................................................................................................................................7 3.06 Electronic Data............................................................................................................................................................. 7 Article 4 --Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points.... 8 4.01 Availability of Lands .......................................................................................................................................... 8 4.02 Subsurface and Physical Conditions.................................................................................................................I.........8 4.03 Differing Subsurface or Physical Conditions...............................................................................................................B 4.04 Underground Facilities............................................................................................................................................... 9 4.05 Reference Points....................................................................................................................................................... 10 4.06 Hazardous Environmental Condition at Site............................................................................................................. 10 Article5 - Bonds and Insurance................................................................................................................................................... 11 5.01 Performance, Payment, and Other Bonds................................................................................................................11 5.02 Licensed Sureties and Insurers................................................................................................................................. 12 5.03 Certificates of Insurance............................................................................................................................................12 5.04 Contractor's Insurance ............................................................................................................................................... 12 5.05 Owner's Liability Insurance........................................................................................................................................13 5.06 Property Insurance.....................................................................................................................................................13 5.07 Waiver of Rights.......................................................................................................................................................14 5.08 Recelpt and Application of Insurance Proceeds.......................................................................................................15 5.09 Acceptance of Bonds and Insurance; Option to Replace .........................................................................................15 5.10 Partial Utilization, Acknowledgment of Property Insurer........................................................................................... 15 Article6- Contractor's Responsibilities............................................................................................................................................ 16 6.01 Supervision and Superintendence ............................................................................................................................16 6.02 Labor; Worldng Hours................................................................................................................................................ 16 6.03 Services, Materials, and Equipment..........................................................................................................................16 6.04 Progress Schedule...................................................................................................................................................16 6.05 Substitutes and °Or -Equals" ................................................................................................................................17 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................................................. 18 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright (D 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paget GENERAL CONDITIONS 007200 Article7 - Other Work at the Site....................................................................................................................................................... 25 7.01 Related Work at Site.................................................................................................................................................. 25 7.02 Coordination...............................................................................................................................................................25 7.03 Legal Relationships................................................................................................................................................... 26 Owner's Responsibilities 26 6.07 Patent Fees -and Royalties.........................................................................................................................................19 6.08 Permits Replacement of Engineer.......................................................................................................................................... .......................................................................................................................................................................20 8.03 6.09 Laws and Regulations...............................................................................................................................................20 26 8.04 Pay When Due........................................................................................................................................................... 6.10 Taxes..........................................................................................................................................................................20 Lands and Easements; Reports and Tests...............................................................................................................26 6.11 Use of Site and Other Areas......................................................................................................................................20 8.06 6.12 Record Documents....................................................................................................................................................21 26 6.13 Safety and Protedlon.................................................................................................................................................21 6.14 Safety Representative................................................................................................................................................ 22 6.15 Hazard Communication Programs............................................................................................................................ 22 6.16 Emergencies..............................................................................................................................................................22 6.17 Shop Drawings and Samples.................................................................................................................................... 22 6.18 Continuing the Work..................................................................................................................................................23 Evidence of Financial Arrangements.........................................................................................................................27 6.19 Contractor's General Warranty and Guarantee........................................................................................................23 8.12 6.20 Indemnification .. .............................................................................................................................................24 27 6.21 Delegation of Professional Design Services............................................................................................................. 24 Article7 - Other Work at the Site....................................................................................................................................................... 25 7.01 Related Work at Site.................................................................................................................................................. 25 7.02 Coordination...............................................................................................................................................................25 7.03 Legal Relationships................................................................................................................................................... 26 Owner's Responsibilities 26 Article8 - 8.01 .............................................................................................................................................. Communications to Contractor..................................................................................................................................26 8.02 Replacement of Engineer.......................................................................................................................................... 26 8.03 Fumish Data............................................................................................................................................................... 26 8.04 Pay When Due........................................................................................................................................................... 26 8.05 Lands and Easements; Reports and Tests...............................................................................................................26 8.06 Insurance................................................................................................................................................................... 26 8.07 Change Orders.......................................................................................................................................................... 26 8.08 Inspections, Tests, and Approvals.............................................................................................................................26 8.09 Limitations on Owner's Responsibilities....................................................................................................................27 8.10 Undisclosed Hazardous Environmental Condition....................................................................................................27 8.11 Evidence of Financial Arrangements.........................................................................................................................27 8.12 Compliance with Safety Program.............................................................................................................................. 27 Article9 - Engineer's Status During Construction............................................................................................................................. 27 9.01 Owner's Representative............................................................................................................................................ 27 9.02 Visits to Site............................................................................................................................................................... 27 9.03 Project Representative............................................................................................................................................ 27 9.04 Authorized Varlabons in Work...................................................................................................................................28 9.05 Rejecting Defective Work.......................................................................................................................................... 28 9.06 Shop Drawings, Change Orders and Payments.......................................................................................................28 9.07 Determinations for Unit Price Work...........................................................................................................................28 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work ..................................................... 28 9.09 Limitations on Engineer's Authority and Responsibilities.........................................................................................29 9.10 Compliance with Safety Program.............................................................................................................................. 29 Article10 - Changes in the Work; Claims......................................................................................................................................... 29 10.01 Authorized Changes in the Work............................................................................................................................... 29 10.02 Unauthorized Changes in the Work.................................................................................................................I...... 29 10.03 Execution of Change Orders.....................................................................................................................................29 10.04 Notification to Surety.................................................................................................................................................. 30 10.05 Claims........................................................................................................................................................................ 30 Article 11- Cost of the Work: Allowances; Unit Price Work.............................................................................................................. 31 11.01 Cost of the Work........................................................................................................................................................ 31 11.02 Allowances.................................................................................................................................................................32 11.03 Unit Price Work.......................................................................................................................................................... 33 Article 12 - Change of Contract Price; Change of Contract Times................................................................................................... 33 12.01 Change of Contract Price.......................................................................................................................................... 33 12.02 Change of Contract Times.........................................................................................................................................34 12.03 Delays........................................................................................................................................................................ 34 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 0 GENERAL COMMONS 007200 Article 13 —Tests and inspections; Correction, Removal or Acceptance of Defective Work............................................................ 35 13.01 Notice of Defects........................................................................................................................................................ 35 13.02 Access to Work..........................................................................................................................................................35 13.03 Tests and Inspections................................................................................................................................................35 13.04 Uncovering Work....................................................................................................................................................... 36 13.05 Owner May Stop the Work..................................................................................................................................... 36 13.06 Correction or Removal of Defective Work.................................................................................................................36 13.07 Correction Period....................................................................................................................................................... 36 13.08 Acceptance of Defective Work.................................................................................................................................. 37 13.09 Owner May Correct Defective Work.......................................................................................................................... 37 Article 14 — Payments to Contractor and Completion........................................................................................................................ 38 14.01 Schedule of Values....................................................................................................................................................38 14.02 Progress Payments...................................................................................................................................................38 14.03 Contractor's Warranty of Title....................................................................................................................................40 14.04 Substantlal Completion..............................................................................................................................................40 14.05 Partial Utilization........................................................................................................................................................40 14.06 Final Inspection..........................................................................................................................................................41 14.07 Final Payment............................................................................................................................................................41 14.08 Final Completion Delayed..........................................................................................................................................42 14.09 Waiver of Claims........................................................................................................................................................ 42 Article 15 — Suspension of Work and Termination............................................................................................................................. 42 15.01 Owner May Suspend Work........................................................................................................................................ 42 15.02 Owner May Terminate for Cause..., ................................ * ............... * ... ' .......... * ...... ­­ ...... * ......................................... 42 15.03 Owner May Terminate For Convenience ..................................................................................................................43 15.04 Contractor May Stop Work or Terminate.................................................................................................................. 43 Article16 —Dispute Resolution........................................................................................................................................................ 44 16.01 Methods and Procedures........................................................................................................................................... 44 Article17-- Miscellaneous.................................................................................................................................................................. 44 17.01 Giving Notice ..............................................................................................................................................................44 17.02 Computation of Times................................................................................................................................................ 44 17.03 Cumulative Remedies................................................................................................................................................44 17.04 Survival of Obligations...............................................................................................................................................45 17.05 Controlling Law ..........................................................................................................................................................45 17.06 Headings....................................................................................................................................................................45 EJCDC C-700 Standard General Conditions of the Construction Contact Copyright 0 2007 National Society of Professional Engineers for EJCDC. AD rights reserved. Page iii GENERAL, CONDMONS 007200 ARTICLE 1-- DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters In the Contract Documents include references to Identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between Owner.and Contractor covering the Work. 3. Application hu Payment—The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bic -The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder—The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). S. Bidding Requirements --The advertisement or Invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order—A document recommended by Engineer which is signed by Contractor and Owner and authorizes art addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim—A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract—The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents—Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price—The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 In the case of Unit Price Work). 14. Contract Times�The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (1) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineers written recommendation of final payment 15. Contractor—The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work—See Paragraph 11.01 for definition. IE.TCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for E iCDC. AD rights reserved. Pagel of 45 17. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Efi`ecUve Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer—The individual or entity named as such in the Agreement. 20. Field Order—A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements --Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. Laws and Reguladons; Laws or Regulations Argy and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. Liens ---Charges, security interests, or encumbrances upon Project funds, real properly, or personal property. 26. Milestorm" principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 27. Notice of Award --The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed -1 written notice given by Owner to Contractor fudng the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner—The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs—Polychlorinated biphenyls. 31. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 32. Progress Schedule—A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual—The bound documentary Information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radloacfive Materia -Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative—The authorized representative of Engineer who may be assigned to the Site or any part thereof. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pase 2 of 45 37. Samples ---Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 39. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 40. Shop Drawings—AII drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 41. Sita—lands or areas Indicated In the Contract Documents as being furnished by Owner upon which the Work is to be performed, Including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 42. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a spedfied part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part themal) can be utilized for the purposes for which it is intended. The terms "substantially complete' and 'substantially completed' as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder—The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be Incorporated In the Work by Contractor or Subcontractor. 48. Underground Facllitres AAII underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work -Work to be paid for on the basis of unit prices. 50. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Direcdve—A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Work, or responding to differing 'or unforeseen subsurface or physical conditions under which the Work Is to be perfomned or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 45 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms orAdjecdves. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day. - 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). E. Fumish, install, Perform, Provide: 1. The word 'Yurnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or Installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to famish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 4 of 45 ARTICLE 2 — PRELIMINARY MATTERS 2.04 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance. Before any Work at the Site Is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated In the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the ,agreement. In no event will the Contract limes commence to nun later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Tmes commence to run. 2.05 Before Starting Construction A. Preliminary Schedules., Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1, a preliminary Progress Schedule Indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified In the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during perfbrmanoe of the Work. Such prices will Include an appropriate amount of overhead and profit applicable to each item of Work. 2.05 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at the Site Is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EdCDC. All rights reserved. Page 5' of 45 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if It provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 -- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.09 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 9. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies. 9. Contractor's Review of Contract Documents Before Starting Work. Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report In writing to Engineer any conflict; error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6 of 45 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated In Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies., 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence In resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an Interpretation of the provisions of the Contract Documents would result in vlolation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations In the Work may be authorized, by one or more of the following ways: 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or Its consultants, including electronic media aditions; or 2, reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electmnic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files In electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there Is a discrepancy between the electronic files and the hard copies, the hard copies govem. EJCDC 0-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 7 of 45 B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60 -day acceptance period will be corrected by the transferring party. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall fumish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or fling a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: EJCDC C-700 Standard General Conditions of the Contraction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 8 of 45 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.1 B.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment In the Contract Price or Contract Times If: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, Investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03A. 3. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment In the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.06. However, neither Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall be liable to Contractor for any claims, costs, losses, or damages (nduding but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated. • The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and MCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Enghuxrs for E TCDC. All rights reserved. Page 9 of 45 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or indicated. - If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or Indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6,16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine tjte extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condifion at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and infonmation contained in such reports or shown or indicated in such drawings; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 45 3. any Contractor Interpretation of or conclusion drawn from any 'technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor Is responsible. D. if Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (ij secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and In any area affected thereby (except in an emergency as required by Paragraph 6.16.A); and (ii) notify Owner and Engineer (and promptly thereafter confirm such notice In writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, If any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to penin Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: () specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (i) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, If any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided In Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own fomes or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (nduding but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (Including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor Is responsible. Nothing in this Paragraph 4.06.1-1 shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or enWs own negligence. 1. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5— BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall fumish performance and payment bonds, each In an amount at least equal to the Contract Price as securlty for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2407 Nationai Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 45 These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury, All bonds signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attomey-in-fact signed each bond. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.13, Contractor shad promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of Insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. C. Failure of Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 5.04 Contractor's Insurance A. Contractor shall purchase and maintain such insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractors employees; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Pace 12 of 45 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: a. by any person as a result of an offense directly or Indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including foss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 4, with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other Individuals or entities identified In the Supplementary Conditions, all of whom shall be listed as additional insureds, and Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include contractual liability insurance covering Contractor's Indemnity obligations under Paragraphs 6.11 and 6.20; 4. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 5. remain In effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 6. include completed operations coverage: a. Such Insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of Insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability Insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pnee 13 of 45 5.07 1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, each of whom is deemed to have an Insurable interest and shall be listed as a loss payee; 2. be written on a Builder's Risk "all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, wafer damage (other than that caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at prior to being incorporated in the Work, provided that Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner, 6. include testing and startup; and another location that was agreed to in writing by Owner such materials and equipment have been included in an 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other loss payee to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such equipment breakdown insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. ❑. Owner shall not be responsible for purchasing and maintaining any property Insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be bome by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. if Contractor requests in writing that other special insurance be included in the property insurance policies provided under this Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the Insurers will have no rights of recovery against any of the insureds or loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them EJCDC C-700 Standard General Conditions of the Construction Contmet Copyright 0 2007 National Society of Professional Fmoneers for EJCDC. All rights reserved. Page 14 of 45 5.08 5.09 5.10 for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so Issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not Insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other Insured peril or cause of loss covered by any property Insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that In the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them. Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their Interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.8. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in Interest may reach. If no such agreement among the parties in Interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. Acceptance of Bonds and Insurance; 00on to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party In accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. if either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change In the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's Interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. Partial Uiilfzafion, AckxWedgment of Praperty Insurer A. If Owner finds it necessaryto occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 44.05, no such use or occupancy shall commence before the Insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property Insurance shall consent by EJCDC C-700 Standard General Conditions of the Construction Contract Capyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 45 endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work In accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor, Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly nun to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided In the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 45 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or mor -equal" item or no substitution is permitted, other Items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or--EquaP Items. If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an 'or -equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named If a, in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results Imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performanoe and availability of responsive service. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase In cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify an "or -equal" item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar In substance to that spedfied, and c) be suited to the same use as that specified; ied; 2) will state: a) the extent, if any, to which the use of the proposed substitute Item will prejudice Contractor's achievement of Substantial Completion on time, EJCDC 0-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional E►gincers for EJCDC. All rights reserved. Paee 17 of 45 b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified, and b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by a Change Order in the case c f a substitute and an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. 6.06 Conceming Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.13), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other' EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Page 18 of 45 individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or fumishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or enfdy any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifications and the Identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any spec trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the property insurance provided In Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, Engineer, and all other Individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use Is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner In the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the Incorporation in the Work of any Invention, design, process, product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and changes of engineers, architects, attomeys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use In the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright a 2407 National society of Professional Engineers for EJCDC. All rights reserved. Pane 19 of 45 performance of the Work or resulting from the Incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwlse provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that It is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractors obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and OtherAreas A. Limlfatlon on Use of Site and OtherAreas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of Debris During Performance of the Work. During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. EdCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for E YCDC. All rights reserved. Page 20 of 45 C. Cleaning. prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6,12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for Initiating, maintaining and supervising all safety precautions and programs in connection w1th the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. ail the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or properly from damage, Injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. The Supplementary Conditions identify any Owners safety programs that are applicable to the Work D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, In whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.8 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). EdCDC C-700 Standard (General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 21 of 45 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication Information required to be made available to or exchanged between or among employers at the Site in aocordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples. a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures. 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 45 c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D. Engineer's Review., 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after Installation or incorporation In the Work, conform to the information given In the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has compiled with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures. 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 16.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's Genera! Warranty and Guarantee A. Contractor warrents and guarantees to Owner that all Work will be In accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJrCDC. All rights reserved. Page 23 of 45 2.- normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer, 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner, 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer, 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable . B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or Indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 24 of 45 specifications, cerlffications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.13.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and property coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly Integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such worts; provided, however, that Contractor may cut or alter others' worts with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall Inspect such other work and promptly report to Engineer In writing any delays, defects, or deficiencies in such other work that render It unavailable or unsuitable for the proper execution and results of Contractor's Worts. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. An rights reserved. Pase 25 of 45 B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor. is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's wrongful actions or inactions. C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful action or inactions. ARTICLE 8 ..OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Fumish Data A. Owner shalt promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.09 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 8.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.6. EJCDC C-700 Standard General. Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 45 8.09 limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractors fallure to perform the Work In accordance with the Contract Documents. 8.10 Undfsclosed Hazanious Environmental Condition A. Owners responsibility in respect to an undisclosed Hazardous Environmental Condition i4 set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owners employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been irrfonned pursuant to Paragraph 6.13.D. ARTICLE 9 — ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representable A. Engineer will be Owners representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents. 9.02 VIsifs to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractors executed Work. Based on Information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineers visits and observations are subject to all the limitations on Engineees authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineers visits or observations of Contractors Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractors means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other Individual or entity will be as provided in the Supplementary Conditions. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 27 of 45 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial Interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters In question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.13. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any Interpretation or decision rendered in good faith in such capacity. EdCDC C-700 Standard General Conditions of the Construction Contract Copyright® 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Paee 28 of 45 9.09 Limitations on Engineers Authority and Responsibilifies A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, Imposer or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other Individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's faiiure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other indhvldual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 8.13.D. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. 10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. 10.03 Execuflon of Change Orders A. Owner and Contractor shalt execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: () ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08A or Owner's correction of defective Work under Paragraph 13.09, or (II) agreed to by the parties; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 29 of 45 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually perrormed in accordance with a Work Change Directive; and changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.1B.A. 10.04 Noti0cadon to Surety k If the provisions at any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required' All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.8. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.8. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part; 2. approve the Claim; or notify the parties that the Engineer Is unable to resole the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.1) will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. EJCAC 0-700 Standard General Conditions of the Constmetion Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pave 30 of 45 ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included. The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or Incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs Itemized in Paragraph 11.01.13, and shall include only the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, exclse, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be Included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and Incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (Including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specilically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of dudes connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or Indirectly employed by any of them or for whose acts any of them may be liable, and royally payments and fees for permits and licenses. EJCDC C-700 Standard General Conditions of the Constraction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 31 of 45 Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.1)), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, and similar petty cash items in connection with the Work. I. The costs of premiums for all bonds and insurance Contractor Is required by the Contract Documents to purchase and maintain. B. Costs Excluded. • The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph.11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.01.A. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation, Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: 1. Contractor agrees that: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 45 a, the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately Identified item of Unit Price Work times the estimated quantity of each item as Indicated in the Agreement. B. The estimated quantities of Items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Owner or Contractor may make a Claim for an adjustment In the Contract Pdoe in accordance with Paragraph 10.05 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and signficantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other Item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 —CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Prioe A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 91.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2); or EdCDC C-700 Standard General Conditions of the Const melon Contract Copyright ® 2007 National Society of Professional Engineers for EJ'CDC. All rights reserved. Paee 33 of 45 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.8.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractors fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.01.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.A.3, the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs Itemized under Paragraphs 11.01.A.4, 11.01.A.5, and 11.01.13; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01,C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society dProfessional Engineers for EJCDC. Ali tights reserved. Pave 34 of 45 Such an adjustment shall be Contractors sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer, and their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with Inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for Inspections, tests, or approvals covered by Paragraphs 13.03.0 and 13.03.13 below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.8 shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereoo specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvais, pay all costs in connection therewith, and fumish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owners and Engineer's acceptance of materials or equipment to be Incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractors purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. F. Uncovering Work as provided In Paragraph 13.03.E shall be at Contractors expense unless Contractor has given Engineer timely notice of Contractors intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. EdCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. AN rights reserved. Page 35 of 45 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. if Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Worts A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace R with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date cf Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and EJCDC 0-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 36 of 45 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages Qncluding but not limited to all fees and charges of engineers, architects, attomeys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (Including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period cf one year after such correction or removal and replacement has been satisfactorily completed. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of DefecSve Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and for the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued Incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.09 OwnerMay Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. in connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (Including but not Ilmifed to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease In the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2407 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 37 of 45 D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09, ARTICLE 14 -- PAYMENTS TO CONTRACTOR AND COMPLETION 94.01 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applicatronsfor Payments. At least 20 days before the date established In the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications: Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations of the executed Work as an experienced and qualified design professional, and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or ETCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pane 38 of 45 b. there may not be other matters or Issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment will impose responsibility on Engineer a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated In Paragraph 44.02.13.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineers opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due: 1. Ten days after presentation of the Application for Payment to Owner with Engineers recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment.- 1. ayment:1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or fumishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies the reasons for such action. EJCDC C-700 Standard General Conditions of the Construedon Contract Copyright C 2007 National Soddy of Professional Engineers for EdCDC. An rights reserved. PaSe 39 of 45 3. Upon a subsequent determination that Owners refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1 and subject to interest as provided in the Agreement. 14.03 Contractor's Warranty of Tlffe A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Compleflon A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractors notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion, If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. if Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owners objections, Engineer considers the Work substantially complete, Engineer will, within said 14 days, execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineers issuing the definitive certificate of Substantial Completion, Engineers aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractors performance of the remainder of the Work, subject to the following conditions: 1. Owner at any time may request Contractor in writing to pen -nit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for Its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 45 be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. if Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to WrnpllanCe with the requirements of Paragraph 6.10 regarding property insurance. 14.06 Finallnspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof Is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment: 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, In accordance with the Contract Documents, all maintenance and operating Instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked -up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.8.6; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (i) all payrolls, material and equipment bilis, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to famish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer's Review of Applicaflon and Acceptance: If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have, been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, Indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due: 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, fess any sum Owner is entitled to set off against Engineer's EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Eagincers for EJCDC. Ali righis reserved. Pase 41 of 45 recommendation, including but not limited to liquidated damages, will become due and will be paid by Owner to Contractor. 14.08 Final Compleiron Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been famished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiverof Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. ARTICLE 15 —SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate ror Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficlent skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for IEJCDC. All rights reserved. Page 42 of 45 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. D. If Owner proceeds as provided In Paragraph 15.02.13, Contractor shall not be entified to receive any further payment until the Work Is completed. if the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.13 and 15.02.C. 15.03 OwnerMay Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination In performing services and famishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attomeys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (1) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. in lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it Is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 45 Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for ?� decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor. 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of oompetent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Compufahon of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and Include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are In addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pate 44 of 45 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Worts or termination or completion of the Contract or termination of the services of Contractor. 17,05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright i s 2007 National Society of Professional Engineers for EJCDC. AD rights reserved. Page 45 of 45 SECTION 007300 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract, EJCDC C-700 (2007 Edition). All provisions which are not so amended or supplemented remain in full farce and effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below, which are applicable to both the singular and plural thereof. The address system used in these Supplementary Conditions is the same as the address system used in the General Conditions, with the prefix "SC' added thereto. SC -2.02 Copies of Documents Delete Paragraph 2.02.A in its entirety and insert the following in its place: Owner shall furnish to Contractor up to two printed or hard copies of the Drawings and Project Manual and one set in electronic format (PDF Format only to be used for reproduction). Additional copies will be furnished upon request at the cost of reproduction. SC -2.03 Commencement of Contract Times; Notice to Proceed Delete the last sentence of paragraph GC -2.03.A in its entirety. SC -4.02 Subsurface and Physical Conditions Delete Paragraphs 4.02.A and 4.02. B in their entirety and insert the following: A No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner. SC4.06 Hazardous Environmental Conditions SC -4.06 Delete Paragraphs 4.06.A and 4.06.13 in their entirety and insert the following: A No reports or drawings related to Hazardous Environmental Conditions at the Site are known to Owner B. Not Used. New Hope Ice Arena- Interior Improvement Project Steven Engineers Project No. 900.12.155 007300-1 SUPPLEMENTARY CONDITIONS SC -5.04 Contractor's Liability Insurance SC -5.04 Add the following new paragraph immediately after Paragraph 6.04.13: C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Workers' Compensation, and related coverages under Paragraphs 5.04.A.1 and A.2 of the General Conditions: a. State: Statutory b. Applicable f=ederal (e.g., Longshoreman's): Statutory c. Employer's Liability: $500,000 2. Contractor's General Liability under Paragraphs 5.04.A.3 through A.6 of the General Conditions which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor: a. General Aggregate: $1,000,000 b. Products - Completed Operations Aggregate: $1,000,000 c. Personal and Advertising Injury: $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 e. Property Damage liability insurance will provide Explosion, Collapse, and Under -ground coverages where applicable. f. Excess or Umbrella Liability: 1) General Aggregate: 2) Each Occurrence: $1,000,000 $1,000,000 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily Injury: Each person: $1,000,000 Each Accident: $1,000,000 b. Property Damage: Each Accident: $500,000 4. The Contractual Liability coverage required by Paragraph 5.04.13.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each person: Each Accident: $1,000,000 $1,000,000 New Elope Ice Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 007300-2 SUPPLEMENTARY CONDITIONS b. Property Damage: Each Accident: $1,000,000 Annual Aggregate: $1,000,000 SC -5.06 Property Insurance SC -5.06 Delete Paragraph 5.06.13 and replace with the following: B. Contractor shall purchase and maintain other additional property insurance required by Laws and Regulations, which insurance will include the interest of Owner, Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whore is deemed to have an insurable interest and shall be listed as a loss payee. SC -6.08 Permits SC -6.08 Add a new paragraph immediately after Paragraph GC -6.08.A; 1. None. The Contractor shall obtain and pay for all construction permits and licenses per GC -6.08.A Permits. SC -6.97 Shop Drawings and Samples SC -6.17 Add the following new paragraphs immediately after Paragraph 6.17.E: F. Contractor shall furnish required submittals with sufficient information and accuracy in order to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing subsequent submittals of Shop Drawings, samples, or other items requiring approval and Contractor shall reimburse Owner for Engineers charges for such time. G. In the event that Contractor requests a change of a previously approved item, Contractor shall reimburse Owner for Engineer's charges for its review time unless the need for such change is beyond the control of Contractor. SC -7.02 Coordination SC -7.02 Delete Paragraph 7.02.A in its entirety and replace with the following: A. Owner intends to contract with others for the performance of other work on the Project at the Site. 1. McKnstry shail have authority and responsibility for coordination of the various contractors at the Site related to the mechanical system replacement, building envelope and site drainage improvements; 2. The following specific matters are to be covered by such authority and responsibility: There is some adjacent site work being performed under another project 02011 Ice Arena Improvements". McKinstry is the construction manager on that project and may need to coordinate schedule of work with the contractor on this project. 3. The extent of such authority and responsibilities is: Scheduling, coordinating connection to existing and new draintile, roof work, and exterior concrete sidewalk work. New Hope Ice Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 007300-3 SUPPLEMENTARY CONDITIONS SC -7.04 Claims Between Contractors SC-7.04Add the foilowing new paragraph immediately after paragraph GC -7,03: SC -7.04 Claims Between Contractors A Should Contractor cause damage to the work or property of any other contractor at the Site, or should any claim arising out of Contractor's performance of the Work at the Site be made by any other contractor against Contractor, Owner, Engineer, or the construction coordinator, then Contractor (without involving Owner, Engineer, or construction coordinator) shall either (1) remedy the damage, (2) agree to compensate the other contractor for remedy of the damage, or (3) remedy the damage and attempt to settle with such other contractor by agreement, or otherwise resolve the dispute by arbitration or at law. B. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless Owner, Engineer, the construction coordinator and the officers, directors, partners, employees, agents and other consultants and subcontractors of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, fees and charges of engineers, architects, attorneys, and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any other contractor against Owner, Engineer, consultants, or the construction coordinator to the extent said claim is based on or arises out of Contractor's performance of the Work. Should another contractor cause damage to the Work or property of Contractor or should the performance of work by any other contractor at the Site give rise to any other Claim, Contractor shall not institute any action, legal or equitable, against Owner, Engineer, or the construction coordinator or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from Owner, Engineer, or the construction coordinator on account of any such damage or Claim. C. If Contractor is delayed at any time in performing or furnishing the Work by any act or neglect of another contractor, and Owner and Contractor are unable to agree as to the extent of any adjustment in Contract Times attributable thereto, Contractor may make a Claim for an extension of times in accordance with Article 12. An extension of the Contract Times shall be Contractor's exclusive remedy with respect to Owner, Engineer, and construction coordinator for any delay, disruption, interference, or hindrance caused by any other contractor. This paragraph does not prevent recovery from Owner, Engineer, or construction coordinator for activities that are their respective responsibilities. SC -16.01 Methods and Procedure As an aitemative to the dispute resolution process set forth in the General Conditions (mediation followed by litigation), the contract could pair final and binding arbitration with mediation. A discussion of the pros and cons of the arbitration process (and there are many advocates on either side) is beyond the scope of this Guide. Consultation with the Owner's legal counsel is highly recommended. Users should also note that they will need to insert the name of an arbitration agency, such as the American Arbitration Association or the CPR Institute for Dispute Resolution, in SC -16.02.A. The mediationlarbitration option requires the following: SC -16.01 Delete Paragraph 16.01.0 in its entirety and insert the following in its place: C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: 1. elects in writing to demand arbitration of the Claim, pursuant to Paragraph SC -16.02; or 2. agrees with the other party to submit the Claim to another dispute resolution process. New Hope Ice Arena - Interior Improvement Project Steven Engineers Project No. 900.12.155 0073004 SUPPLEMENTARY CONDITIONS SC -16.02 Add the following new paragraph immediately after Paragraph 16.01: SC -16.02 Arbitration A All Claims or counterclaims, disputes, or other matters in question between Owner and Contractor arising out of or relating to the Contract Documents or the breach thereof (except for Claims which have been waived by the making or acceptance of final payment as provided by Paragraph 14.09) including but not limited to those not resolved under the provisions of Paragraphs SC -16.01A and 16.01.13 will be decided by arbitration in accordance with the rules of the State of Minnesota, subject to the conditions and limitations of this Paragraph SC -16.02. This agreement to arbitrate and any other agreement or consent to arbitrate entered into will be specifically enforceable under the prevailing law of any court having jurisdiction. B. The demand for arbitration will be filed in writing with the other party to the Contract and with the selected arbitrator or arbitration provider, and a copy will be sent to Engineer for information. The demand for arbitration will be made within the 30 day period specified in Paragraph SC -16.01.C, and in all other cases within a reasonable time after the Claim or counterclaim, dispute, or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such Claim or other dispute or matter in question would be barred by the applicable statue of limitations. C. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder, or in any other manner any other individual or entity (including Engineer, and Engineer's consultants and the officers, directors, partners, agents, employees or consultants of any of them) who is not a party to this Contract unless: 1. the inclusion of such other individual or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration; and 2. such other individual or entity is substantially involved- in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings. D. The award rendered by the arbitrators) shall be consistent with the agreement of the parties, in writing, and include: (1) a concise breakdown of the award; (ii) a written explanation of the award specifically citing the Contract Document provisions deemed applicable and relied on in making the award. E. The award will be final. Judgment may be entered upon it in any court having jurisdiction thereof, and it will not be subject to modification or appeal, subject to provisions of the Controlling Law relating to vacating or modifying an arbitral award. F. The fees and expenses of the arbitrators and any arbitration service shall be shared equally by Owner and Contractor. New Hope Ice Arena - Interior Improvement Project Steven Engineers Project No. 900.12155 007300-5 SUPPLEMENTARY CONDITIONS SECTION 011000 SUMMARY OF WORK PART GENERAL 1.1 SECTION INCLUDES A. Project Information B. Work Covered by the Contract Documents (in general) C. Work by Owner D. Work by Others E. Work Restrictions (access to site, use of site) F. Project Utility Sources 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections 1.3 PROJECT INFORMATION A. Project Identification 1. Project Name: New Hope Arena — Interior Improvement Project 2. Project Location: 4949 Louisiana Avenue North, New Hope, MN 55428 Phone: 763.531.5181 Fax: 763.531.9262 3. Project Description: a. Scope of demolition and removal work is shown on drawings and specified in Section 024100 — Demolition. b. The following is a list, not all inclusive, and is meant as a general outline of work required. Renovation of New Hope Ice Arena interior including community room, lobby, vestibule, offices and adjacent spaces. 1. Management offices, lobby, hallways, community room, conference and meeting rooms. 2. New counter -tops in concessions stand. New Hope Arena -- Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 011000-1 SUMMARY OF WORK 3. New vestibule. c. Plumbing: Alter existing system and add new construction, keeping existing in operation. d. HVAC: Alter existing system and add new construction, keeping existing in operation. e. Electrical Power and Lighting: Alter existing system and add new construction, keeping existing in operation. f. Fire Suppression Sprinklers: Alter existing system and add new construction, keeping existing in operation. g. Fire Alarm: Alter existing system and add new construction, keeping existing in operation. h. Telephone: Alter existing system and add new construction, keeping existing in operation. i. Owner will remove the following items before start of work: a. Furniture and Owner files. j. Contractor shall remove and store the following prior to start of work, for later reinstallation by Contractor: a. Aluminum storefront and entrance. b. Parking lot signage. 4. Contract Type: A single prime contract based on a Stipulated Price as described in Division 00. B. Owner 1. City of New Hope, 4401 Xylon Ave N, New Hope, MN 55428 2. Owner's Representative: Jim Corbett C. Engineer 1. Stevens Engineers, Inc. 2211 O'Neil Road Hudson, Wisconsin 54016 Phone: 715.386.5819 or 651.436.2075 Fax: 715.386.5879 2. Engineer's Representative: Scott Ward, P.E. (Mobile 651.492.1376) D. A pre-bid walkthrough is scheduled for Tuesday, Aril 3 2012 at 11:00 am, local time at the New Hope Arena. 1.4 START AND COMPLETION DATES A. Start Date: All work shall start on approximately April 30, 2012 after Council approval and approval of contracts, except for work in the second level Community Room shall not start until May 18, 2012. Safe access to this room shall be made available to the oublic until this May 1 81h. New Hope Arena — Interior Improvement Project 0 Steven Engineers Projed No. 900-12-155 011000-2 SUMMARY OF WORK B. Completion dates as defined in the General Conditions: Substantial Completion: July 20, 2012 2. Final Completion: August 10, 2012 1.5 WORK BY OWNER A. Owner has awarded a contract for supply and installation of furniture systems which will commence on date of substantial completion. B. Items noted NIC (Not in Contract) will be supplied by Owner before Substantial Completion. 1.6 WORK BY OTHERS A. There will be another project taking place from March, 2012 to November 2012 at the New Hope Arena. The project includes renovation for the buildings ice and mechanical systems, roof replacement (substantially complete in March, 2012), building envelope, and some drainage improvements on the east side of the building. 1.7 WORK RESTRICTIONS A. Construction Operations: 1. The construction area is located in the New Hope Arena and east parking lot as shown on the plans. 2. Limits: The Contractor shall confine his activities to the Owner's property and to the immediate area where work is being performed unless approved by the Owner. The limits of construction shall be subject to the review and approval of the Engineer to insure that the contractor's operations do not encroach on private property or areas of the site that will unnecessarily limit the Owner's or public's access, use of the site, or interfere with the use of the facility. B. Access: 1. Owner intends to continue to occupy, and allow public access to, adjacent portions of the existing building during the entire construction period through Substantial Completion. 2. During construction provide access for the Owner, Owner's representatives, work by others and work by Owner. 3. Provide access to and from the site as required by law and by Owner. .4. Keep all exists required by code open during the construction period, provide temporary exist signs and barriers if exist routes are temporally altered. New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 011000-3 SUMMARY OF WORK 5. Do not obstruct roadways, sidewalks, or other public ways without permit. 6. Provide safe access to areas remaining in operation during construction. 7. Schedule the Work to accommodate Owner occupancy and use of facility. C. Existing building spaces may not be used for storage unless approved by the Owner. D. Protection: Provide appropriate temporary barriers between stages of work when areas require differing limitations on allowed work. E. On -Site Work Hours: The contractor shall not perform work under this contract before 7:00 A.M. and after 7:00 P.M. and not on Sundays, except in the event of an emergency. F. The contractor shall be responsible for the following: 1. Security of materials, facilities, etc. used to perform the work. 2. Safety of all areas used during construction. 3. Snow removal and disposal from the property as necessary to access the site and perform the work. 4. Proper storage of materials and equipment. G. Existing Utility Interruptions: 1. Notify the Owner a minimum of 48 hours in advance of any interruptions to existing utilities. Do not proceed without written permission from the Owner or Owner's representative. 1.9 PROJECT UTILITY RESTRICTIONS A. The Contractor shall be responsible for utility notification according to State Statutes and coordination with others as required for this work. The following telephone numbers are provided for the Contractor's convenience. 1. City of New Hope Public Works: 763.592.6777 2. Gopher State One Call (Minnesota State Statute 216D): Metro Area (651).454.0002 Statewide (800).252.1161 Down load request form at the website: www.00r)herstateonecall.orc B. Costs for utility coordination shall be incidental to project costs. New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 0110004 SUMMARY OF WORK PART 2 MATERIALS Not Used PART 3 EXECUTION Not Used END OF SECTION New Hope Arena -- Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 011000-5 SUMMARY OF WORK SECTION 012000 PRICE AND PAYMENT PROCEDURES PART? GENERAL 1.1 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments B. Documentation of changes in Contract Price and Contract Time C. Change procedures. D. Correlation of Contracfor submittals based on changes. E. - Procedures for preparation and submittal of application for final payment. 1.2 RELATED SECTIONS A. Sections in 005000 — Contracting Forms and Supplements: Forms to be used. B. Section 005200 - Agreement Form. Contract Price, retainages, payment period, monetary values of unit prices. C. Section 007200 _ General Conditions. AddMonal requirements for progress payments, final payment, changes In the Work. D. Section 007300 - Supplementary Conditions. Percentage allowances for Contractor's overhead and profit. E. DMalon 1 Sections. 1.3 SCHEDULE OF VALUES A. Electronic media printout including equivalent information vAll be considered in lieu of standard form speclfied; submit sample to Engineer for approval. B. Forms filled out by hand will not be accepted. C. Submit Schedule of Values In duplicate) within 15 days after date of Owner - Contractor Agreement. D. Format: Utilize the Table of Contents of this Project Manual. Identify each line Rom vAth number and We of the specification Sectlon. Identify site mobilization. E. Include in each One item, the amount of Allowances specified In this sectlon. F. Include separately from each line item, a direct proportional amount of Contractor's overhead and profit. New Hope Amm - Interior Improvement Ned 0 Steven Engbeers Project Na. 900.1 155 0000.1 PRICE AND PAYMENT PROCEDURES G. Revise schedule to list approved Change Orders, with each Application For Payment. 1.4 APPLICATION 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 Engineer for approval. C. Forms filled out by hand will not be accepted. D. For each item, provide a column for listing each of the following: 1. Item Number. 2. Description of work. 3. Scheduled Values. 4. Previous Applications. S. Work in Place and Stored Materials under this Application. B. Authorized Change Orders. 7. Total Completed and Stored to Date of Application. S. Percentage of Completion. 9. Balance to Finish. 10. Retainage. E. Execute certification by signature of authorized officer. F. 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. G. Inst each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work. H. Submit three copies of each Appltcatlon for Payment. 1. Include the following with the application: 1. Transmittal leiter as specified for Submittals In Section 013000. 2. Construction progress schedule, reviser) and current as specified In Section 013000.. 3. Partial release of liens from major Subcontractors and vendors. 4. Project record documents as specified in Section 017500, for review by Owner which will be returned to the Contractor. S. Afltdavits attesting to off-site stored products. J. When Engineer requires substantiating lnformatlon, 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. New Bops Arena - Interior Improvement Project a Steven Engineers Pn No. 900.12-155 012000-2 PRICE AND PAYMENT PROCEDURES 1.5 MODIFICATION PROCEDURES A. Submit name of the individual authorized to receive change documents and who will be responsible for informing others in Contractor's employ or subcontractors of changes to the Contract Documents. B. For minor changes not involving an adjustment to the Contract Price or Contract Time, E=ngineer will issue instructions directly to Contractor. C. For other required changes, Engineer will Issue a document signed by Pasadena Convention Center 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 Price or Contract Time. 2. Promptly execute the change. D. For changes for which advance pricing is desired, Engineer 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 7 days. E. Contractor may propose a change by submitting a request for change to Engineer, describing the proposed change and Its full effect on the Work, with a statement describing the reason for the change, and the effect on. the Contract Price 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 01600D F. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. 1. For change requested by Engineer for work failing under a fted price contract, the amount will be based on Contractor`s price quotation. 2. For change requested by Contractor, the amount will be based on the Contractor's request for a Change Order as approved by Engineer. 3. For change ordered by Engineer without a quotation from Contractor, the amount will be determined by Engineer based on the Contractor's substantiation of costs as specified for Time and Material work. G. Substantiation of Costs: 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. S. Credit for deletions from Contract, similarly documented. New Hope Arvin- Inferior Improvement Project 0 Steven BOM Project Na. 900.12.155 012MM PRICE AND PAYMENT PROCEDURES 2. Support each claim for additional costs with additional Information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. H. Execution of Change Orders: Engineer will Issue Change Orders for signatures of parries as provided in the Conditions of the Contract. 1. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Changs Order as a separate line item and adjust the Contract Price. 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. 1.6 APPLICATION FOR FINAL. PAYMENT A. Prepare Application for Final Payment as specified for progress payments, Identifying total adjusted Contract Price, previous payments, and sum remaining due. 8. Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 017000. PART 2 MATERIALS Not Used PART 3 EXECUTION Not Used END OF SECTION New Hops Arena — interior Improvement Project ® Steven Erdnesm Ned Na 9012-155 012000.4 PRICE AND PAYMENT PROCEDURES SECTION 012100 ALLOWANCES PARP'i GENERAL 1.1 SECTION INCLUDES A. Cash allowances. B. inspecting and testing allowances. C. Payment and modification proosdures relating to allowances. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conciitlons C. Section 012000 - Price and Payment Procedures: Additional payment modification procedures. 1.3 CASH ALLOWANCES A. Costs Included in Cash Allowances: Cost of product to Contractor or subcontractor, less applicable trade discounts. B. Engineer's Responsibilities: 1. Consult with Contractor for consideration and selection of products, suppliers, and installers. 2. Select products In consultation wlth Owner and transmit decision to Contractor. 3. Prepare Change Order. C. Contractor's Responsibilities: 1. Assist Engineer !n selection of products, suppliers, and instaffer's. 2. Obtain proposals from suppliers and installers and offer recommendations. 3. On noftffoatlon of which products have been selected, execubs purchase agreement with designated supplier and installer. 4. Arrange for and process shop drawings, product data, and samples. Arrange far delivery. a. Promptly inspect products upon delivery for completeness, damage, and defects. Submit claims fiortransportatlon damage. D. Differences In costs will be adjusted by Change Order. 1.4 ALLOWANCE SCHEDULE New Dope Arena - lnbbr Improvement Project 0 Steven Engineers Project No. 900.121155 ' OMNI ,rJ.I MMICES A. Section 101400 — Signage: Include the stipulated sum of $2,500 for purchase, delivery, and Installation of interior and exterior signage. PARI' 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION New Hope Arena — Infsrbr Impmmmf Project 0 Steven Engineers Project No. 900.12.155 012100.2 ALLOWANCES SECTION 012300 ALTERNATES PART I GENERAL 1.1 SECTION INCLUDES A. Description of Alternate Bids for this project. B. Refer to the technical specifications and drawings for additional information. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Dhrislon I Speciflcatlons 1.3 DEFINITIONS AND GENERAL REQUIREMENTS A. Alternate: Work that is added or deducted from the Base Bid amount if the Owner decides to accept the corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or Installation methods described In the Contract Documents. B. The cost or credit for each alternate is the net addition to, or deduction from, the Contract Sum to incorporate the alternate into the Work. No other adjustments are made to the Contract Sum. C. Alternates may be accepted by the Owner In any order and may be used to determine the low bidder. D. The bidder shall bid on each alternate specified as part of the specifications. Alternates not specifically requested will not be considered unless prior approval has been granted by the Engineer. 1.4 MEASUREMENTAND PAYMENT A. Measurement and Payment for Alternates shall be as stated on the Proposal Form and shall include all labor and materials required for a complete installation whether or not stated In the Alternate SdWule. Now Hope Arena- Interior Improvement Prqect 0 Steven Sere Project No. 900.12.155 012300-1 ALTEWTES PART 2 MATERiALS 2.1 DESCRIPTION OF ALTERNATE BiDS: A. Alternate 1A - New Ceramic Tile in North Hallway: 1. Base Bid: Leave existing painted concrete floor flnlsh as is. 2. Alternative Item: Provide new ceramic Via flooring as indicated In Section 093000 and Indicated on drawings. Installation to include all prep work, transition strips, expansion joints, and incidentals required for a complete installation. B. Alternate No. 1 B - New Ceramic Tile in South Hallway: 1. Base Bid: Leave existing painted concrete floor finish as is. 2. Alternailve Item: Provide new ceramic file flooring as indicated in Section 093000 and indicated on drawings. Installation to. Include all prep work, transition strips, expansion joints, and Incidentals required for a complete Installation. C. Alternate No. 2A - New Acoustical Calling System In North Hallway: 1. Base Bid: Leave existing exposed ceiling as Is. 2. Alternative Item: Provide new acoustical ceiling system as Indicated in Section 095100 and indicated on drawings. Installation to include all prep work, mechanical, electrical, fire suppression modifications, and incidentals required for a complete installation. D. Alternate No. 2B - NewAcoustical Ceiling System In South Hallway: 1. Base Bid: Leave existing acoustical calling as Is. 2. Alternative Item: Provide new acoustical ceiling system as indicated in Section 095100 and indicated on drawings. Installation to include all demo and prep work, mechanical, electrical, fire suppression modiflcations, .and incidentals required for a complete Installation. E, Aitemate No. 2C - New Acoustical Ceiling System in West Meeting Rooms: 1. Base Bid: Leave exlsfng acoustical ceiling as is. 2. Alternative Item: Provide new acoustical ceiling system as indicated in Section 095100 and indicated on drawings. installation to include all demo and prep work, mechanical, electrical, fire suppression modifications, and incidentals required for a complete Installation. F. Alternate No. 3 - New Drawer and Door Fronts on Existing Concession Stand Miliwork.: 1. Base Bid: Leave existing millwork drawer and door fronts as is. 2. Alternative Item. Provide new plastic laminate drawer and door fronts as indicated in Section 064100 and indicated on drawings. Installation to Inctuds all demo and prep work, and incidentals required for a complete installation. G. Alternate No. 4 - New Unl-Sex Toilet Room, located at upper level: New Hope Arena - Interior Improvement Project 0 Steven Engineers Project Na. 900.12155 012300.2 ALTERNATES 1. Bass Bid: Build wails complete with wall board finish, ceiling, electrical work, fire suppression and new door. i 2. Alternative Item: Provide new ceramc wall and porceialrt floor tale, paint, and plumbing fixtures as Indicated in Section o93000, mechanical spsafications and Indicated on drawings. Installation to include all demo and prep work, mechanical, electrical, fire suppression modifications, and Incidentals required for a complete Installation. H. Alternate No, 8 - New Hollow Metal Framed Window System at Existing Offices and North Arena: 1. Base Bid: Leave existing windows as is. 2. Alternative Item: Provide new hollow metal window system as Indicated In Section 081213 and 088000 and indicated on drawings. Installation to Include all demo and prep work, finishing, and Incidentals required for a complete installation. 1. Alternate No. a - Solid Surface Counter Tops: 1, Bass Bid: Provide Cambria brand counter tops for all millwork as Indicated In Section 123600, 2, Altematilve Item: Provide new Corian brand solid surface counter --tops In lieu of Cambria brand counter -tops. installation to include all prep work, and Incidentals required for a complete installation. PART 3 EXECUTION Not used. END OF SECTION New Hope Arena - Interior improverrzt Ned pLTFRNAT�S ft Rimm Endnam Protect No. 900.12155 x12300.3 SECTION 013000 ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.1 SECTION INCLUDES A. Preconstruction meeting B. Site mobilization meeting C. Progress meeting D. Construction progress schedule E. Progress photographs F. Coordination drawings 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections PART 2 MATERIALS Not Used PART 3 EXECUTION 3.1 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting after Notice of Award. B. Attendance Required: 1. Owner Representative 2. Project Engineer 3. Contractor C. Agenda: 1. Executlon of Owner-ContractorAgreemenL 2. Submisslon of executed bonds and Insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. New Nope Arena - Interior Improvement Project 0 Steven Engineers Project No. 900.12155 013000.1 ADMINISTRATIVE REQUIREMENTS 6. Designation and personnel representing the parties of Contract, Owner, Contractor and Engineer. B. Procedures and processing of field decisions, siabma orders, and substitutions, applications for payment, proposal requests, Change Or Contract closeout procedures. 7. Scheduling. D. Record minutes and dlstributs copies within two(2) days after meeting to participants, with two (2) copies to Engineer, Owner, participants and those affected by decisions made. 3.2 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-monthly Intervals. B. Make arrangementa for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner's representatives, Engineer, 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. 6. Review of submittal 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 daring succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within two(2) days after meeting to participants, with two (2) copies to Engineer, Owner, participants and those affected by dedsslons made. 3.3 CONSTRUCTION PROGRESS SCHEDULE A. Within seven (7) days atter the date of the Agreement, submit preliminary schedule defining planned operation for the first sbdy (60) days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within five (5) days. New Hope Arena - interior Impmvarwt Frged ADMIMSTRATNB R6QlJIFd:MENiS C. Within seven (7) days after review of preliminary schedule, submit drat of proposed complete schedule for review. 1. Include written certification that major contractors have revlewed and accepted proposed schedule. D. Within five (5) days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. 3.4 COORDINATION DRAWINGS A. Provide Infomnation required by Project Coordinator for preparation of coordination drawings. B. Review drawings prior to submission to Engineer. END OF SECTION New Nopa arena - interior improvement Project 0 Steven Engineers Project No. 900.12155 013000 ADMINISTRAM REQUIREMEM i i SECTION O13300 SUBMITTAL PROCEDURES PART GENERAL 1.1 SECTION INCLUDES A. Submittal Procedures. B. Construction Progress Schedule. C. Proposed Product Ust. D. Product Data. E. Shop Drawings. F. Samples. G. Design Data. N. Test Reports. r. Certiflcates. J. Manufacturer's Insiructlons. K Manufacturer's Field Reports. L. Erectlon Drawings. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections 1.3 SUBMITTAL PROCEDURES A. Sea also requirements In General Conditions and Speclal Conditions. B. TransmFt each submittal with a letter of transmittal sequentially numbered. Revise submittals with original number and a sequenilal alphabetic sufrDL 9mu Khm emns — rnra& r rr nmvwnt PMfeet C. Identify Project, Contractor, subcontractor, and supplier, pertinent drawing and detail number, and specification section number, as appropriate. D. Apply Contractor's stamp, signed or-InMaled certifying that review, approval, verlficafion of products required, field dimensions, adjacent construction Work, and coordlnatlon of Information is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project. Coordinate submNslon of related items. F. Route all submittals as follows: 1. General Contractor to Engineer. Submit four (4) complete copies. 2. Engineer to Owner and to Contractor. G. Submit a minimum of four (4) complete copies of each submittal. The Engineer will retain three (3) copies and retum one (1) to the contractor. The Contractor shall make copies as necessary for use after the Engineer returns one copy. H. For each submittal for review, allow 21 days excluding deliver time to and from the Contractor excluding delivery time. 1. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of the completed Work. J. Provide space for Contractor and Engineer review stamps. K. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any Inability to comply with the requirements. L. Submittals not requested will not be recognized or processed. 1.4 CONSTRUCTION PROGRESS SCHEDULE A. See also requirements in General Conditions and Special Conditions. S. Submit a project progress schedule to the Engineer prior to starting work. Distribute copies of reviewed schedules to Project site file, subcontractors, suppliers, and other concerned parties. C. Instruct recipients to promptly report, in writing, problems anticipated by projections Indicated on the schedules. D. Show complete sequence of construction by activity, Identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish; float dates, and duration. E. Indicate estimated percentage of completion for each item of Work at each submission. New Hop Arena - Interior Improvemen#Project w�wwww w of IM11ITTAI PPnr!Fnr 1RFG F, Provide separate schedule of submittal dates for shop drawings, product data, and samples, Including Owner furnished products, and dated reviewed submittals will be required from Engineer. Indicate decislon dates for selection of finishes. 1.4 PROPOSED PRODUCT LIST A. Within fifteen (16) days after date of Notice of Award, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.5 PRODUCT DATA A. See also requirements in General Conditions and Special Conditions. B. Product Data; Submit to Engineer for review for the limited purpose of checking conformance with information given and the design concept expressed in the contract documents. Provide copies and distribute in accordance with the General Conditions, Submitral Procedures and record documents. C. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturer's standard data to provide information speclfic to this Project. D. Indicate product utility and electrical characteristics, utility connection requirements, and location of uglify outlets for service for functional equipment and appliances. E. After review, distribute in accordance with the Submittal Procedures article above and provide copies for record documents. 1.6 SHOP DRAWINGS A. Sea also requirements In General Conditions and Special Conditions. B.- Shop Drawings: Submit to the Engineer for review for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. Produce copies and distribute in accordance with the General Conditions and Submittal Procedures article and for record documents. C. indicate special utility and electrical characteristics, utility connection requirements, and location of utiiity outlets for senrlce for functional equipment and appliances. 1.7 SAMPLES A. See also requirements in General Conditions and Special Conditions. New Hma Arena - Inbf'br impIDi101nent Rojad m iyu m- r ki e9Dr0=1109A B. Samples: Submit to Engineer for review for the limited purpose of checking for confonnance with information given and the design concept expressed in the Contract Documents. Produce copies and distribute in accordance with the General Conditions and Submittal Procedures article and for record documents. C. Samples: For Selection as Specified in Product Sections: 1. Submit to Engineer for aesthetic, color or finish selection. 2. Submit samples to finishes from the full range of manufacturer's standard colors, textures, and patterns for Efigin6ses selection. D. Submit samples to illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. E. Include identification on each sample, with full Project information. F. Submit a minimum of two (2) samples; one of which will be retained by the Engineer "and one of which will be retained by the Owner. G. Reviewed Samples wFrich may be used in the Work are indicated in individual specification sections. H. Samples will not be used for testing purposes unless specifically stated In the specification section. 1.8 DESIGN DATA A. Submit for the Engineer's knowledge as contract administrator and for the Owner. B. Submit for Information for the limited purpose of checking for conformance with Information given and the design concept expressed in the Contract Documents. 1.9 TEST REPORTS A. Submit for the Engineer's knowledge as contract administrator and for the Owner. B. Submit test reports for the limited purpose of checking for conformance with information given and the design concept expressed In the Contract Documents. 1.10 CERTIFICATES A When specified in Individual spedflcations sections, submit certification by the manufacturer, installationtapplication subcontractor, or the Contractor to Engineer, in quantities specified for Product Data. B. indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. New Hope Arena - InVor Improvement project A M.,,- Cnwinnnwn D -J. 4 AG. MA41 4= A9.Ma MAMMAL PROCEDURES C. Certificates may be recent or previous test results on materials or product, but must be acceptable to Engineer. 1.11 MANUFACTURER'S INSTRUCTIONS A. When specified In individual specification sections, submit printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing, to Engineer for delivery to Owner in quantities spscified for Product Data. B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or Installation. 1.12 MANUFACTURER'S FIELD REPORTS A. Submit reports for the Engineer's benefit as contract administrator and for the Owner. B. Submit report within'frReen (15) days of observation to Engineer for Information. C. Submit for Information for the limited purpose of assessing conkrimarncs with Information given and the design concept expressed In the Contract Documents. 1.13 ERECTION DRAWINGS A. Submit reports for the Engineer's benefit as contract administrator and for the Owner. B. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed In the Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by the Engineer or Owner. 1.14 MEASUREMENT AND PAYMENT A. Measurement and payment for all work required in this Section shall be incidental to the project costs. PART 2 MATERIALS Not Used PART 3 • EXECUTION Not Used END OF SECTION New Hage Aima- Interior Improvement Project ------ _ Pa IWAITTAI C01v+9n11R;:a SECTION 014200 SPECIAL STRUCTURAL TESTING AND INSPECTION SCHEDULE The special structural testing and Inspection form for bidding purposes are attached at the and of this section. New Hope Arena -- Interior Improvement Project 0 Steven Engineers Project No. 900-12155 014200-1 SPECIAL TE81IN13 & INSPECTION SCHEDULE SPECIAL INSPECTION AND TESTING SCHEDULE Project Name 2012 —New Hope Arena Interior Improvements Project No 12-014-00 Location 4949 Louisiana North New Hme.Permit No.(l) SPECIAL INSPECTION SCHEDULE Type of Report Assigned Description Firm Frequency Firm a Excavation Soils Testing Intermittent Aizency Backfill Soils Testing Intermittent Agency Concrete Reinforcing Special Intermittent PIacement Inspector Inspect Anchors Installed in Special Visually inspect Concrete Inspector installation procedures for each type of epoxy anchors or HUS -H Screwed Anchors in existina concrete As masonry construction Special begins, verify the following: Inspector a. Proportions of site intermittent prepared mortar b. Construction of mortar Intermittent joints c. Location of Intermittent reinforcement and connectors Inspection program shall Special verify the following: Inspector a. Size and location of Intermittent structural elements b. Type, size & Iocation of Intermittent anchors and corresponding details c. Specified size, grade Intermittent and type of reinforcing d. Protection of masonry Intermittent during cold and hot weather Prior to grouting, verify the Special following: Inspector a. Grout space is clean intermittent b. Placement of Intermittent reinforcement and connectors c. Proportions of site- Intermittent prepared grout (if used) d. Construction of mortar Intermittent 'oints Masonry Wall Grout Special intermittent Placement Inspector Preparation of grout Materials Each Specimen specimens Testing Agency Structural Steel Framing, Materials Intermittent Steel Decking - Field Testing Welding, Deck Attachment, Agency H!gA Strangth Bolts TESTLNG SCHEDULE Compaction Density Soils Testing Intermittent ort Agena Field Density Report Soils Testing Intermittent Agency Concrete Mix Designs Materials Testing Prior to en Concrete Pour Masonry Grout Mix Materials Testing Prior to Grout Design Agency Pour Concrete Cylinders, Materials Testing Intermittent Slump Tests, Air Agency Entrannnent Tests Masonry Grout Strength Materials Testing Intermittent Tests, Slump Tests, Air Agency I Entrainment Tests Notes: This Schedule to be filled out and included in the project documents. Information unavailable at that time to be filled out when applying for a building permit. (1) Permit No. to be provided by the Building Official. (2) Use descriptions per I.B.C. Section 1704. (3) Special Inspector, Testing Agent or Fabricator. (4) Firm contracted to perform services. ACKNOWLEDGEMENTS Each appropriate representative must sign below: Owner _ Firm: Date: Contractor: Architect: Firm: 292 Desiga Qmlip Date: SER: Firm: Nelson-Rudie & Assoc. Date: SI: Firm: Date: Si. irm: Date: TA: Firm: Date: TA: —Firm: Date: F: —Firm; Date: F: Firm.:— Date: Legend. SER = Structtual Engineer of Record SI = Special Inspector* TA = Testing Agent F= Fabricator The individual name of all prospective special inspectors and the work they intend to observe must be identified on the reverse side of this form. Accepted for the Building Department By: Date: SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART GENERAL 1.1 SECTION INCLUDES A. Temporary telecommunications services. B. Temporary sanitary facilities. C. Temporary Controls: Barriers, enclosures, and fencing. D. Security requirements. E. Vehicular access and parking. F. Waste removal facilities and services. G. Project Identification sign. H. Field office. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections D. Section 015100 - Temporary Utilities 1.3 REFERENCES A. Minnesota Department of Transportation Standard Specifications. 2005 Edition (Here after referred to as MnDOT Sections). 1.4 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for telecommunications services to field office at time of project mobilization. B. Telecommunications services shall include: 1. Windows-based personal computer dedicated to project telecommunications, with necessary software and laser printer. New Hope Arena - interior Improvement Project 0 Steven Engineers Project No. 900.12-155 095000-1 TEMPORARY FACILITIES AND CONTROLS 2. Telephone land lines: One fine, minimum; one handset per line. 3. Internet Connections: Minimum of dne; DSL modem or faster. 4. Facsimile Service: Minimum of one dedicated fax machine/printer, with dedicated phone line. 5. All necessary equipment for digital photography of project conditions and the transmittal thereof via e-mail to engineer and other parties. 1.5 TEMPORARY SANITARY FACiL MES A. Use of Wsting facilities Is permitted at approved location by Owner. B. Contractor to maintain dally cler#n and sanitary conditions. 1.6 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to allow for Owner's use of site and to protect existing facilities and adjacent properties from damage from construction operation and demolition. B. Provide-banicades and covered walkways required by governing authorltles for public rights-of-way and for public access to eoasting building. C. Provide protection for plants designated to remain. Replace damaged plants. D. Protect non -awned vehicular traffic, stored materials, site, and structure from damage. 1.7 FENCING A. Construction: Commercial grade chain link fence. B. Provide B foot high fence around construction site (front lobby extension and storage areas); equip with vehicular and pedestrian gates with locks. 1.8 EXTERIOR ENCLOSURES A. Provide temporary Insulated weather tight closure of exterior opening to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperature Ident1fled In Individual specifIcatlon sections, and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. 1.9 INTERIOR ENCLOSURES A. Provide temporary partitions to separate work areas from Owner-0ccupled areas, to prevent penetration of dust and moisture Into Owner -occupied areas, and to prevent damage to existing materials and bquipment. Now Nope Arena— Interior lq mvemm d Project ® Stem Engineers Project No. 90 *155 Q15t) 2 TEII�IF'ORARY FACILITIES AND CONTROLS B. Construction: Framing and reinforced polyethylene sheet materials with closed joints and sealed edges at Intersections with existing surfaces. 1. Where temporary enclosures are required to prevent noise transmission from interruption of Owner's Normal operations, sheath and insulate as needed. 1.10 SECURITY A. Provide security and facliitles to protect Site, Work, existing faciliffee, and Owner's operations from unauthorized entry, vandalism, or theft. 1.11 VEHICULAR ACCESS AND PARKING A. Coordinate access and haul routes with governing authorities and Owner. B. Provide and maintain access to tyre hydrants, free of obstructions. C. Existing parking areas may be used for construction parking. Coordinate with Owner. 1.12 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the sla 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. D. Dispose of all waste In accordance with all local, state, and federal regulations. 1.13 PROJECT IDENTIFICATION A. Provide project Identification sign of design and construction approved by the Engineer. B. Erect on site at location established by Engineer. C. No other signs are allowed without Owner permission except those required by law. 1.14 FIELD OFFICES A. Office: Weathertight; with lighting, electrical outlets, heating, cooling equipment, and,equipped with sturdy furniture, drawing rack and drawing display table. B. Provide space for Project meetings, with table and chairs to accommodate an adequate number of persons. New Hope Arena - Inferior improvement Project 0 Sloven Engines Project No. 900.12-155 015000.3 TEMPORARY FACILITIES AND CONTROLS C. Locate office a minimum distance of 30 feet from existing and now structures. Coordinate location with Owner. 1.15 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore wdsting facilities used during construction to original cQndltfon. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION New Hope Anne - Inferior Improvement Project ® Slew Engh)m Projed No. W-12455 01M4 TEMPORARY FACILITIES AND COLS SECTION 015100 TEMPORARY UTILITIES PART1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, and water. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections D. Section 015000 - Temporary Facilities and Control 1.3 REFERENCES A. Minnesota Department of Transportation Standard Specifications. 2005 Edition (Here atter referred to as MnDOT Sections). 1.4 TEMPORARY ELECTRICITY A. Cost: By Contractor. B. Provide power service required from utility source. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located at each floor. Provide flexible power cords as required. ; D. Provide main service disconnect and over -current protection at convenient location and meter. E. Permanent convenience receptacles may be utilized during construction. F. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1.5 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain incandescent fighting for construction operations. B. Provide branch wiring from power source to distribution boxes with lighting conductors, plgtalls, and lamps as required. New Hops Arena - InWor Improvement Pro)ed 0 Steven Rhear Prrojed No. W2465 Temporary UWes 015100.1 C. Maintain lighting and provide routine repairs: D. Permanent building fighting may be utilized during construction. 1.6 TEMPORARY HEATING A. Existing facilities can be used to maintain air temperature in work area but cannot be used for frost removal operations. 1.7 TEMPORARYVENTRATION A. Provide temporary ventilation as required for a safe worts site. 1.8 TEMPORARY WATER SERVICE A. Cost of Water Used: By Contractor. B. Conned to existing water source. 1. Exerclse measures to conserve water. 2. Provide separate metering and reimburse Owner for cost of water used, C. Use trigger -operated nozzles for water hoses to avoid waste of water. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION New Nope Arena - Inwckr Imixova mt Project ®I1en Engl M Protect k 900.12-155 Tampmq =as 015100.2 SECTION 016000 PRODUCT REQUIREMENTS PARTI GENERAL 1.4 SECTION INCLUDES A. General Product Requirements B. Re -use of existing products. C. Transportation, handling, storage and protection. D. Product option requirements. E. Substitution limitations and procedures. F. Procedures for Owner -supplied products. G. Maintenance materials, Including extra materials, spare parts, tools, and software. 1.2 RELATED SECTIONS A. Sectlon 007200- General Conditions B. Sectlon 007300 - Supplementary Conditions C. Division 1 Sections 4.3 SUBMITTALS A. Product Data Submittals: Submit manufacturers' standard published data. Mark each copy to identity applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared speciflcaliy 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. New Nope Aruna - Interior improvements Project 0 Sten Englnears Projed No. 900-12155 0t 6000.1 PRODUCT REQUIREMENTS PART 2 MATERIALS 2.1 EXISTING PRODUCTS A. Do not use materials and equipment removed from existing premises unless specifically required or permitted by the Contract Documents. B. Existing materials and equipment indicated to be removed, but not to be re- used, relocated, reinstalled, delivered to the Owner, or otherwlse indicated as to remain the property of the Owner, become the property of the contractor; remove from site. C. Reused Products: Reused products Include materials and equipment previously used In this or other construction, salvaged and refurbished as specified. D. Specific Products to be Reused: The reuse of certain materials and equipment already existing on the project site Is required: 1. Sea Section 011000 for list of the items required to be salvaged for reuse and relocation. 2.2 NEIN PRODUCTS A. Provide new products unless specially required or-permittsd by the Contract Documents. 2.3 PRODUCT OPTIONS A. Products Specified by References Standards or by Description Only. Use any product meeting those standards of 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 Specifted by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2A MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and In quantities specified In InclMdual specifications sections. B. Deliver to Project site; obtain receipt prior to final payment. New Elope Arena— hwor k prove WIS Project 0 Stevan Enghm Project No. W2.155 01W2 PRDDUO'i' REQUiREMEIdT3 PART 3 EXECUTiON 3.1 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. Engineer will conslder requests for substitutions only within 15 days after date of Agreement. C. Document each request with complete data substantiating compliance of proposed suWtWoh with Contract Documents. D. 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 at no additional cost to the Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent E. Substitutions will not be considered when they are indicated or implied on shop drawings or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitutions Submittal Procedure: 1. Submit three (3) copies of 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 Engineer/Architect will notify Contractor in writing of decision to accept or reject request. 3.2 OWNER -SUPPLIED PRODUCTS A. See Section 011000 -- Summary of identification of Owner supplled products. B. Owner Responsibilities: 1. Arrange for and deliver Owner reviewed shop drawings, product data, and samples, to Contractor. 2. Arrange and pay for product delivery to site. 3. On delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturers' warranties, inspections, and service. C. Contractor Responsibilities: 1. Review Owner reviewed shop drawings, product data, and samples. New Hope Arena - Interior Improvements Project 0 Steven Engineers Project No. 80D-12-155 01600Q-3 PRODUCT REQUIREMENTS 2. Receive and unload products at site, inspect for completeness or damage jointly with owner. 3. Handle, store, install and finish products. 4. Repair or replace nems damaged after receipt. 3.3 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minlmias site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturers' instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. with requirements, D. Promptly inspect shipments to ensure that products comply quantities are coned, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, oMamage. F. Arrange for the retum of packing materials, such as wood pallets, where economically feasible. 3.4 STORAGE AND PROTECTION A. Designate recehrinOtorage areas for Incoming products so that they are delivered according to installation schedule and place 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. Provide bonded off-site storage and protection when site does not permit on-site storage or protection. G. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. fl. Prevent contact with material that may cause corrosion, disooloratton, or staining. 1. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. J. 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 New Hope Areas- Interior Improaran is Pr*c t PRODUCT REQUIREMENTS ® Stevan 6rglneem Project No. 900.12-155 019000 SECTION 017000 EXECUTION AND CLOSEOUT REQUIREMENTS PART1 GENERAL 1.1 SECTION INCLUDES A. Examination, preparation, and general installation procedures B. Requirements for alteration work, Including selective demblition, except removal, disposal, and/or remedlation of hazardous materials and toxic substances. C. Pre-instaliatlon meetings. D. Cutting and patching E. Surveying for layout out the work. F. Cleaning and protection. G. Starting of systems and equipment. H. Demonstration and instruction of Owner personnel. 1. Closeout procedures, except payment procedures. J. General requirements for spare parts and maintenance service. K. Testing, Adjusting and Balancing. L. Protecting Installed Construction. M. Project Record Documents. N. Operation and Maintenance Data. 0. Warranties and Bonds. P. Measurement and Payment. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections New Hope Arena - lnfedor Impro wwt Project 0 Steven Engineers Projed No. 901}12155 017000.1 EXECUi10N AND CLOSEOUT REQUIREMENTS D. Section 024100 — Demolition: Demolition of whole structures and parts thereof; site utility demolition. E. Section 078400 -- Firestopping. F. Section 312500 — Erosion and Sediment Control 1.3 REFERENCES A.' NFPA 249 -- Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2009. 1.4 SUBMITTALS A. See Section 093000 —Administrative Requirements, for submittal procedures. B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work: 1. On request, submit documentation verifying accuracy of survey work. 2. Submit copy of site drawing signed by the land Surveyor, that the elevations and locations of the work are in conformance with Contract Documents. 3. Submit survey and survey logs for the project record. C. Cutting and Patching: Submit written request In advarice of cutting or alterations that affects: 9. Integrui Structuralintegrity weathe expoof sed oelemr moisturnt of e resistant element. 2. rnt�rty 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. D. Project Record Documents:. 9. Accurately record actual locations of capped and active utilities. 2. Submit final record documents to Engineer prior to claim for final Application for Payment. E. Final Application for Payment: Submit Final Application of Payment identifying total adjusted Contract Sum, previous payments and sum remaining due. F. Provide submittals to Engineer and Owner that are required by governing or other authortles including, but not limited to, the following: 9. insurance certificates far all products and equipment where required. 2. Proof that taxes, fees, and similar obligations are paid. 3. Contractors Affidavit of Payrnent of Debts and Claims, AIA Document G706. 4. Contractors Affidavit of Release of Liens, AIA Document 0706A S. Consent of Surety to Final Payment, AIA Document G707. New Hope krem - Interior improvement PmJect _ w r-,►cM erg w a un rl riQt=ru n' rd-:DUZREMEAITS 6. Mlnnesota Departmeht of Revenue Form IC -134 for Contractor and all subcontractors. Form can be obtained from the Minnesota Department of Revenue at 612.296.6181. 7. Final pay request document shall accurately reflect all changes to the contract amount. S. Final liquidated damages settlement statement G. Operation and Maintenance Manuals: 1. Submit a minimum of three (3) complete copies of the operation and Maintenance (O&M) Manuals plus the quantity of copies the Contractor wants returned for their records and use. 2. Submit draft copy of one volume within forty five (45) days of ffnal inspection, start of training and substantial completion (whichever comes first). 3. Engineer will review and return to Contractor for revisions, additions, corrections, etc. 4. Revise manuals and submit final three (3) manuals prior to start of training. H. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents with ten (10) days of acceptance. 2. Make other submittals with ten (10) days after Date of Substantial Completion, prior to final Application for Payment 3. For items of Work for which acceptance Is delayed beyond Date of Substantial Completion, submit within ten (10) days after acceptance, listing the date of acceptance as the beginning of the warranty period. Rebate and Grant Programs: With the assistance of the local utilities companies and associated agencies, the Owner Is incorporating qualifying energy-sfficlent materials and equipment that will provide energy savings and eligibility for incentives. All contractors, subcontractors and material and equipment suppliers shall cooperate with the Owner, Project Manager, Engineer, and the local utilities companies and associate agencies in providing and Installing the specified energy-efficient equipment Contractors, subcontractors, vendors, and material and equipment suppliers shall provide invoices itemizing the equipment and materials eligible for rebates and installed In the project. The involces must indicate date of purchase, the size, We, make, model, serial number, project assembly Identification tag, part number and/or equipment manufacturer (OEM) specification sheets. All invoices must be delivered to the owner/Engineer within. 10 calendar days of project Substantial Completion and all remaining required forms and documentation must be completed and submitted prior to final payment. For more. information on Invoice requirements, refer to the utility companies websites. 1.5 QUALIFICATIONS New Hope Arena - Interior Improvement Project 0 Sbvm Engineers Project Na 90(W-155 017000.3 EXECUTION AND CLOSEOUT REQUIREMENTS A. For survey work, employ a land surveyor registered In the State in which the Project is located and acceptable to Engineer. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. B. For field engineering, employ a professional engineer of the discipiine required for specific service on Project, licensed in the State in which the Project Is located. C. For design of temporary shorfng and bracing, employ a Professional Engineer experienced in design of this type of work and licensed in the State In whlch the Project is located. 1.6 PROJECT CONDITIONS A. Grade alta to drain. Maintain excavatrons free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barrier as required to protect site from soil erosion. C. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors and gases. D. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing Into atmosphere and over adjacent property. 1. Provide dust -proof barriers between construction areas and areas continuing to be occupied by Owner. E. Erosion and Sediment Control: Pian and exwuW work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. I. Minimize amount of bare soil exposed at one time. 2. Construct fill and waste areas by selective placement to avoid erosive surface slits or clays. 3. Periodically inspect earthwork to detect evidence of erosion or sedimentation; promptly apply correC&B measures. 1.7 COORDINATION A. Sea Section 011000 - Summary of Work, for occupancy -related requirements. B. Coordinate scheduling, submaWs, and work bf the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. C. Notify affected utility oompanles and comply with their requirements. D. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connection to, and placing In service, such equipment. Umn Nova Aetna - InWW Imnrovemerrt Proud E. Coordinate space requirements, supports, and installation of mechanical and electrical work that 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 spacers efficiently to maximize accessibility for other installations, for maintenance, and for repairs.' F. In finished areas except as otherwise Indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. G. Coordinate completion and clean-up of work of separate sections. H. After Owner occupancy of premises, coordinate access to site for correction of 'defective work and work not in accordance with Contract Documents; to minimize disruption of Owners activities. 1.8 MEASUREMENTAND PAYMENT A. Measurement and payment for all work required In this Section shall be Incidental to the project costs. PART 2 MATERIALS 2.1 PATCHING MATERIALS A. New Materials: As specified in product section; match existing products and work for patching and extending work B. Type and Quality of Existing Products: Determine by inspecting and testing products whets necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change In materials, submit request for substitution described tri Section 016000 - Product Requirements. 1.12 MEASUREMENTAND PAYMENT D. E. A. Measurement and payment for all work required In this Section shall be Incidental to the project costs. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of eodsting conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. New Hope Arena - Inferior Improvement Project 0 Steven Engine= Project No. 90012155 017000.5 E*CUTION AND CLOSEOUT' REQUIREMENTS C. Examine and verify speaffc conditions described in Individual specification sections. D. Take field measurements befors confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verity that utility services are available, of the correct characteristic, 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. 3.2 PREPERATION A. Clean substrate surfaces prior to applying next material or substance. S. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a prelnstallatlon meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Engineer four (4) days In advance of meeting. 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 distrlbute copies within two (2) days after meeting to participants, with two (2) copies to Engineer, Owner, partiolpants; and -those affected by decisions made. 3.4 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work B. Promptly notify Engineer of any discrepancies discovered. C. ' Contractor shall locate and proW surrey control and reference points. D. Control datum for survey is that indicated on Drawings. �eR6%-n A&raria � 017000-8 EXECOON AND a0SEW RE4i1IR MENTS E. Protect survey control points prior to starting site work; preserve permanent reference points during construction. F. Utilize recognized engineering survey practices. G. Establish elevations, lines and levels. Locate Jay out by Instrumentatlon and similar appropriate means: 1. Site improvements Including pavement; stakes for grading, fill and topsoil placement; utility locations; slopes; and invert elevations. 2. Grid or axis for structures. 3. Building foundation, column locations, ground floor elevations. H. Periodically verify layouts by same means. 3.5 GENERAL INSTALLATION REQUIREMENTS A. '. install products as specified in Individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. . C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise Indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. ' 3.6 ALTERNATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents (if available) only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to- Engineer before disturbing existing installation. 3. Beginning of alterations work constitutes aoceptance of a)dsting conditions. B. Keep areas In which alterations are being conducted separated from other areas that are still occupied. 1. Provide, erect, and maintaln temporary dustproof partitions of. construction specified in Section 015000 in locations Indicated on drawings. C. Maintain'weatherproof exterior building enclosure except for interruptions required for replacement or modifications; take care to prevent water and humidity damage. New Hope Arena - Interior imprmwent Project 0 Steven Engineers Project No. 90042155 017DD0.7 EXECUTION AND CLOSEOUT REQUIREIMAENTS 1. Where openings in exterior enclosure exist, provide construction to make exterior enclosure weatherproof. 2. insulate existing duds or pipes that are exposed to outdoor ambient temperatures by alterations work. D. 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 Items indicated on drawings. 3. Relocate items indicated on drawings. 4. More new surface finishes are to be applied to existing work, perform removals, patch, and prepare existing surfaces as required to receive new finish; remove existing finish if necessary for successful application of new finish. 5. Where new surface finishes are not specified or indicated, patch holes and damaged surfaces to match adjacent finished surfaces as closely as possible. E. Services (including but not limited to WAG, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove, relocate, and extend existing systems to accommodate new construction. 1. gaintain existing adive systems that are to remain in operation; maintain access to equipment and operational components; If necessary, modify installation to allow access or provide access panel. 2. Where existing systems or equipment are not active and Contract Documents require reactivation, put back Into operational condition; repair supply, distribution, and equipment required. 3. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems In service until new systems are compiste and ready for service. a. Disable existing systems only to -make switchovers and connections; minimize duration of outages. b. See Section oil o00 -- Summary of Work for other limitations on outages and required notifications. a Provide temporary connections as required td maintain existing systems in service. 4. Verify that abandoned services serve only abandoned facilities. S. Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with Identification; patch holes left by removal using materials specified for new construction. F. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing as necessary. 2. Perform cutting to accomplish removals neatly and as specified for tufting now work. 3. Repair adjacent construction and finishes damaged during removal work G. Adapt existing work to fit new work: New Hope Area - Interior Improver W4 Project 0 Siem Engtreers Pr*ct Na OS12-155 017000-8 MCUTION AND CLOSEOUT REQUIREMENTS 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 Engineer. 2. Where removal of partitions or wails results in adjacent spaces becoming one, rework floors, walls, and ceiling to a smooth plane without breaks, steps, or bulkheads. 3. Where a change of plane of % Inch or more occurs in existing work, submit recommendation for providing a smooth transition for Engineer review and request instructions. 4. Trim existing doors as necessary to clear new floor finish. Refinish trim as required. H. Patching: Where the existing surface is not indicated to be refinished, patch to match the surface finish that existed prior to cutting. Where the surface Is Indicated to be refinished, patch so that they substrate Is ready for the new finish. Refinish existing surfaces as indicated: 1. Where rooms or spaces are indicated -to be refinished, refinish all visible existing surfaces to remain to the specified condition for each material, with a neat transition to adjacent finishes. 2. If mechanical or electrical work is exposed accidentally during the work, re-cover and refinish to match. J. Clean existing systems and equipment. K. Removs demolition debris and abandoned items from alterations areas and dispose of off-site according to local, state and federal regulations; do not burn or bury. L. Do not begin new construction. in alterations areas before demolition is complete. M. Comply with all other applicable requirements of this section. 3.7 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid rutting 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. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work 5. Repair areas adjacent to cutes to required condition. B. Repair new work damaged by subsequent work. 7. Remove samples of Installed work for testing when requested. 8. Remove and replace defective and non -conforming work. New Hops Arena - Interior Improvement Project 0 Steven lrngineers Project No. M12-155 01700Q-9 EXECUTION AND CI.O�DUi REQUIREMENTS D. Execute work by methods that avoid damage to other work that will provide appropriate surfaces to receive patching and finishing. In existing work, minimbm 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. Pneumado tools not allowed with our prior approval. G. Restore worts with new products in accordance with requirements of Contract Documents. H. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetratloris through surfaces. 1. At penetrations of fire rated walls, partitions, calling, or floor construction, completely seal voids with fire rated material in accordance with Section 078400 - Flrestopping or other related sections, to full thickness of the penetrated element J. Patching: 4. Finish patched surfaces to match finish that existed prforto 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. 3.8 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, pienums, atfics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom'and vadum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trashlrubbish from site periodically and dispose off-site in accordance with all local, state and federal regulations; do not bum or bury. 3.9 PROTECTION OF INSTALLED WORK A. Protect Installed Work from damage by construction operations. B. Provide special protectiion where specified in individual specification sections. New HopsArena- interior Irnpmvernent 0 Strm Engineers Protect No. 9012.155 017000-10 EXECUTION AND CLOSEOUT C. Provide temporary and removable protection for installed products and equipment. Control activity In immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt:, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed srirraces. If traffic or activity Is necessary, obtain recommendations for protectlon from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.10 SYSTEM STARTUP A. Coordinate schedule of start-up of various equipment and systems. B. Notify Engineer and Owner seven (7) days prior to start-up of each ifem unless specified elsewhere. C. Verify that each piece of equipment or systems has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specifled electrical characteristics agree with those required by the equipment and system manufacturer. E. Execute start up under supervision of applicable manufacturer's representative in accordance with manufacturer's Instructions. F. Verify that wiring and support components for equipment are complete and tested. G. When specified In individual specification Sections, require manufacturer to provide authorized representative to be present at site to Inspect, check and approve equipment or system installation prior to startup, and to supervise placing equipment or system in operation. H. Submit a written report In accordance with 013300. Submittal Procedures that equipment'or-systsmhas-beery properly-installed-and-lafunctloning-correctly. I. Provide all other start up requirements specified In the Individual specification Sections. New Hops Ayanna - interior Improvement Project 0 Steven Engineer$ Project Ma. 90042-155 D17DD ll EXECUTION MD CLOSEOUT 0=M1114CRd>:AI M 3.11 DEMOSTRATION AND INSTRUCTION A. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, alarms, and shutdown of each item of equipment at scheduled time, at equipment location. B. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. C. Provide a qualified person who Is knowledgeable about: the project to perform demonstration and instruction of owner personnel. 3.12 TESTING, ADJUSTING AND BALANCING A. Provide testing, adjusting and balancing as required or speclfled In Individual specification Sections. B. Adjust operating Products and equipment to assure smooth and unhindered operation. 3.13 FINAL CLEANING A. Execute final cleaning prior to Substantial Completion. B. Use cleaning materials that are nonhazardous. C. Clean Interior and exterior glass, surfaces exposed to vlew; remove temporary labels, stain and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. D. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment: E. Clean equipment and fixtures to a sanitary condltlon with cleaning materials appropriate to the surface and mat6dal being cleaned. F. Clean and replace filters of operating equipment. G. Clean debris from structure surfaces and drainage systems. N. Clean site; swasp paved aress, rales clean landscaped surfaces. 1. Remove waste, surplus materials, trashlrubbish, and construction facilities from the site; dispose of In accordance with all local, state and federal regulations; do not burn or bury. New Nope Arena - Interior Improvement Project 0 SbM Boom Project Na. 9001$155 017000.12 EXECUTION AND CLOSEOUT REQUIREMENTS 3.14 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities: 9. Provide copies to Engineer and Owner. B. Notify Engineer 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 aocordance with Contract Documents and ready for Engineer review. D. Correct items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner-oocupled areas. E. Notify Engineer when work is considered finally complete. F. Complete items of work determined by Engineer's final inspection. 3.15' SPARE PARTS AND MAINTENANCE PRODUCTS A. Provide spare parts, maintenance, service, touch up paint, and extra products In quantities specifed in Individual specification Sections. B. Maintenance Period: As indicated in specificafion sections or, in not Indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and iubrfcation of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Mainfenanos service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. 3.16 PROJECT RECORD DOCUMENTS A. Maintain on site one. set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. ManufacturWs Instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. New Hopa Arena -- Interior Improvement Project 0 Shm Engineers Project No. 900-12-155 0`17000.13 ExEcUi7ON AND CLOSEOUT C. Store record documents separate from documents use for construction. D. Record information concurrent with construction progress, not fess than weekly. E. Specifications: Legibly mark and record at each product selection description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or aitemates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each Item to record actual construction Including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to vfsibfe and accessible features of the Work. 4. Fleld changes of dimensions and detail. 5. Details not on original Contract drawings. G. Submit documents to Engineer with claim for final Application of Payment. 3.17 OPERATION AND MAINTENANCE DATA A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. S. Prepare data in form of an instructional manual. C. Binders: Commercial quality, 8 %x 11 inch text pages! three D sirs, 3 ring binders with durable plastic covers, 2 Inch ma)dmum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. E. Sheets: Printed sheets In Part 1 shall have page protectors for each sheet. Printed sheets at the start and and of each additional section of the manual shall have page protectors. F. Drawings: Provide with reinforced G. Manual covers to have printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of manual when multiple manuals are required. H. Contents of Manuals: New Hops Arena—Interior Improvement Project Q�CIJ'fi�i AND d.06E0UT A ek,�ro� t�,nR,mere E7rAp41& M12-166 017000.14 1. Table of Contents: Provide for each volume with each product or system Identified, typed on white paper. 2. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, subcontractors, and major equipment suppliers for each product or system. 3. Part 2: Operation and maintenance Instructions arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of subcontractors and suppliers. identify the following: a. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. b. Description of each unit, equipment or system. a Significant design criteria, normal operating characteristics and limiting conditions for each equipment and system. Include performance curves, engineering data and tests. d. Operating Procedures: Include start: -up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency Instructions. include winter, summer, and any other special operating Instructions. a. Instructions of care and maintenance instructions for equipment and systems Including, but not limited to, manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. f. Maintenance Requitements: Include routine maintenance procedures and guide for preventative maintenance and troubleshoofine3; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. g. Detailed description of controls Including a step-by-step written description of how to operate the control system. h. Start up and shit -down procedure description including a step by step written description of how to start up and shutdown the system including, but not limited to, system checks, safety device checks, valves number references, typical levels in vessels, etc. i. List of equipment. j. Parts flat for each component. k. Valve list that includes: valve number, description, manufacturer, operation (normal dosed or open, eta). Provide schematic drawing of refrigeration system that shows locations of each valve. 1. Servicing and.lubdcation schedule; list of lubricants required. M. Troubleshooting information. 4. Part 3: Project documents and certificates, including the fallowing: a. Approved shop drawings and product data. b. Manufacturer's printed operation and maintenance instructions. b. Wiring diagrams and other electrical information. New Elope Arena - Interior Improvement Project ® Stever E*eers Project Nm 900-12-155 097000.15 EXECUTION AND CLOSEOUT DCM 110CAAMrM Product sheet to roducts and mponen parts,and data a1ppiica to p to Installation. Delete Inapplicable information. c. Air and water balance reports. d. Test records 9. Certificates. f. photocopies of warranties. Including project warranty and all equipment and material warranties. g. Maintenance Drawings - supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use project Record Documents as maintenance drawings. h. Record Drawings -- reduce to half size and Insert Into back of manual 3.18 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. E MPt for items put into use with Owner's permission, leave date of beginning of time of warranty until the Data of Substantial Completion is determined. B. Verify 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. SND OF SECTION New Hope Arena - Interior Improvement Agh Mt....-- e.. -L.— 0"mM um CrY1.7MM 01700x18 EXECLMON AND C1ASEOUT SECTION 024100 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS A. Section 011000 - Summary. Limitations on Contractor's use of site and premises. B. Section 011000 - Summary: Description of items to be salvaged or removed for re -use by Contractor. C. Section 015000 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. D. Section 016000 - Product Requirements: Handling and storage of items removed for salvage and relocation. E. Section 017000 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products; temporary bracing and shoring. F. Section 312323 - Fill: Filling holes, pits, and excavations generated as a result of removal operations. 1.03 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. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. PART 3 EXECUTION 2.01 SCOPE A. Remove paving and curbs as required to accomplish new work. B. Remove concrete slabs on grade as required to accomplish new work. C. Remove other items indicated, for salvage and relocation. 2.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. I. Obtain required permits. 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 3. Provide, erect, and maintain temporary barriers and security devices. 4. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. 5. Conduct operations to minimize effects on and interference with adjacent structures and occupants. B. Do not begin removal until receipt of notification to proceed from Owner. C. Do not begin removal until built elements to be salvaged or relocated have been removed. D. Protect existing structures and other elements that are not to be removed. New Hope Arena - Interior Improvement Project 024100-1 DEMOLITION 292 Project Number 12002.00 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. E. Minimize production of dust due to demolition operations; do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution. F. 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. G. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to surface. 2.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. E. Do not close, shut off, or disrupt existing utility branches or take -offs that are in use without at least 3 days prior written notification to Owner. F. 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. G. Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected and abandoned utilities, H. 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. 2.04 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Maintain weatherproof exterior building enclosure except for interruptions required for replacement or modifications; take care to prevent water and humidity damage. 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 items indicated on drawings. D. Services (including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems 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. New Rope Arena - Interior Improvement Project 024100-2 DEMOLITION 292 Project Number 12002.00 E. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new worts. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. 2.05 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION New Hope Arena - Interior Improvement Project 024100-3 DEMOLITION 292 Project Number 12002.00 SECTION 033000 CAST -IN-PLACE CONCRETE PART1 GENERAL 1.01 SECTION INCLUDES A. Concrete formwork. B. Floors and slabs on grade. C. Concrete foundation walls. D. Concrete reinforcement. E. Joint devices associated with concrete work. F. Miscellaneous concrete elements, including cast column bases. G. Concrete curing. 1.02 RELATED REQUIREMENTS A. Section 079005 - Joint Sealers: Sealants for saw cut joints and isolation joints in slabs. B. Section 321313 - Concrete Paving: Sidewalks, curbs and gutters. 1.03 REFERENCE STANDARDS A. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials; American Concrete Institute International; 2010. B. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; American Concrete Institute International; 1991 (Reapproved 2002). C. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 2010. D. ACI 302.1 R - Guide for Concrete Floor and Slab Construction; American Concrete institute International; 2004 (Errata 2007). ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; American Concrete Institute International; 2000. F. ACI 305R - Hot Weather Concreting; American Concrete Institute International; 2010. G. ACI 306R - Cold Weather Concreting; American Concrete Institute International; 2010. H. ACI 308R - Guide to Curing Concrete; American Concrete Institute International; 2001 (Reapproved 2008). I. ACI 318 - Building Code Requirements for Structural Concrete and Commentary; American Concrete Institute International; 2008. J. ACI 347 - Guide to Formwork for Concrete; American Concrete Institute International; 2004. K. ASTM Al851A185M - Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete; 2007. L. ASTM A4971A497M - Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete; 2007. M. ASTM A6151A615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement; 2009b. N. ASTM C33 - Standard Specification for Concrete Aggregates; 2011. O. ASTM C391C39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2010. P. ASTM C941C94M - Standard Specification for ReadyWixed Concrete; 2011. Q. ASTM C1431C143M _ Standard Test Method for Slump of Hydraulic -Cement Concrete; 2010a. R. ASTM C150 - Standard Specification for Portland Cement; 2011. S. ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete; 2007. New Hope Arena - Interior Improvement Project 033000-1 CAST -IN-PLACE CONCRETE 292 Project Number 12002.00 T. ASTM C173/C173M -Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method; 2010b. U. ASTM C280 - Standard Specification for Air -Entraining Admixtures for Concrete; 2010a. V. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete; 2007. W. ASTM C330 - Standard Specification for Lightweight Aggregates for Structural Concrete; 2009. X. ASTM C494/C494M - Standard Specification for Chemical Admixtures for Concrete; 2010a. Y. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pomlan for Use in Concrete; 2008a. Z. ASTM C881 /C881 M - Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete; 2010. AA. ASTM C10591C1059M - Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete; 1999 (Reapproved 2008). AB. ASTM C1107/C1107M - Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink); 2011. AC. ASTM C1315 - Standard Specification for Liquid Membrane -Forming Compounds Having Special Properties for Curing and Sealing Concrete; 2008. AD. ASTM D994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type); 1998 (Reapproved 2010). AE. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types); 2004 (Reapproved 2008). AF. ASTM D2103 - Standard Specification for Polyethylene Film and Sheeting; 2010. AG. ASTM E154 - Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover, 2008a. AH. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs; 2009. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Submit manufacturers' data on manufactured products showing compliance with specified requirements and installation instructions. 1. For curing compounds, provide data on method of removal in the event of incompatibility with floor covering adhesives. C. Samples: Submit samples of underslab vapor retarder to be used. D. Manufacturer's Installation Instructions: For concrete accessories, indicate installation procedures and interface required with adjacent construction. 1.05 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. B. Follow recommendations of ACI 305R when concreting during hot weather. C. Fallow recommendations of ACI 306R when concreting during cold weather. PART 2 PRODUCTS 2.01 FORMWORK A. Formwork Design and Construction: Comply with guidelines of ACI 347 to provide formwork that will produce concrete complying with tolerances of ACI 117. B. Form Materials: Contractor's choice of standard products with sufficient strength to withstand hydrostatic head without distortion in excess of permitted tolerances. New Hope Arena - Interior Improvement Project 033006-2 CAST -IN-PLACE CONCRETE 292 Project Number 12002.00 1. Form Facing for Exposed Finish Concrete: Contractor's choice of materials that will provide smooth, stain -free final appearance. 2. Earth Cuts: Do not use earth cuts as forms for vertical surfaces. Natural rock formations that maintain a stable vertical edge may be used as side forms. 3. Form Coating: Release agent that will not adversely affect concrete or interfere with application of coatings. 4. Form Ties: Cone snap type that will leave no metal within 1-112 inches of concrete surface. 2.02 REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M Grade 60 (420). 1. Type: Deformed billet -steel bars. 2. Finish: Unfinished, unless otherwise indicated. B. Steel Welded Wire Reinforcement: ASTM A 1851A 185M, plain type. 1. Form: Flat Sheets. 2. Mesh Size and Wire Gage: As indicated on drawings. C. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. 3. Provide stainless steel, galvanized, plastic, or plastic coated steel components for placement within 1-112 inches of weathering surfaces. 2.03 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal Portland type. 1. Acquire all cement for entire project from same source. B. l=ine and Coarse Aggregates: ASTM C 33. 1. Acquire all aggregates for entire project from same source. C. Lightweight Aggregate: ASTM C 330. D. Fly Ash: ASTM C618, Class C or F. E. Calcined Pozzolan: ASTM C618, Class N. F. Water: Clean and not detrimental to concrete. G. Fiber Reinforcement: Synthetic fiber shown to have long-term resistance to deterioration when exposed to moisture and alkalis; 1/2 inch length. 2.04 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. Air Entrainment Admixture: ASTM C260. C. High Range Water Reducing and Retarding Admixture: ASTM C4941C494M Type G. D. High Range Water Reducing Admixture: ASTM C4941C494M Type F. E. Water Reducing Admixture: ASTM C4941C494M Type A. 2.05 ACCESSORY MATERIALS A. Underslab Vapor Retarder: Multi -layer, fabric-, cord-, grid-, or aluminum -reinforced polyethylene or equivalent, complying with ASTM E1745, Class A; stated by manufacturer as suitable for installation in contact with soil or granular fill under concrete slabs. The use of single ply polyethylene is prohibited. 1. Accessory Products: Vapor retarder manufacturer's recommended tape, adhesive, mastic, prefabricated boots, etc., for sealing seams and penetrations in vapor retarder. 2. Acceptable Products: New Hope Arena - Interior Improvement Project 033000-3 CAST -IN-PLACE CONCRETE 292 Project Number 12002.00 a. Insulation Solutions, Inc; Viper VaporCheck 11 15 -mil (Class A): www.insulationsolutions.com. b. Stego industries, LLC; Stego Wrap Vapor Barrier 15 -mil (Class A): www.stegoinduatfies.com. c. W.R. Meadows, Inc.; PERMINATOR 15 mils: www.wrmeadows.com. B. Non -Shrink Cementitious Grout: ASTM C11071C1107M; premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents. 1. Flowable Products: a. W. R. Meadows, Inc.; Speed -E -Roc, 588-10K, 1428 HP, or CG -86: www.wrmeadows.com. b. Substitutions: See Section 016000 - Product Requirements. 2.06 BONDING AND JOINTING PRODUCTS A. Latex Bonding Agent: Nan-redispersable acrylic latex, complying with ASTM C1059 Type 11. 1. Acceptable Products: a. W.R. Meadows, Inc.; ACRY-LOK-: www.wrmeadows.com. b. Substitutions: See Section 016000 - Product Requirements. B. Epoxy Bonding System: Complying with ASTM C881/C881M and of Type required for specific application. C. Slab Isolation Joint Filler: 112 inch thick, height equal to slab thickness, with removable top section that will form 112 inch deep sealant pocket after removal. 1. Products: a. W.R. Meadows, Inc; Fiber Expansion Joint Filler with Snap -Cap: www.wrmeadows.com. b. Substitutions: See Section 016000 - Product Requirements. D. Slab Contraction Joint Device: Preformed linear strip intended for pressing into wet concrete to provide straight route for shrinkage cracking. 1. Products: a. W.R. Meadows, Inc; Speed -E -Joint: www.wrmeadows.com. b. Substitutions: See Section 016000 - Product Requirements. E< Slab Construction Joint Devices: Combination keyed joint form and screed, galvanized steel, with minimum 1 inch diameter holes for conduit or rebars to pass through at 6 inches on center; ribbed steel stakes for setting. 1. Provide removable plastic cap strip that forms wedge�shaped joint for sealant installation. 2. Height: To suit slab thickness. F. Sealant and Primer. As specified in Section 079005. 2.07 CURING MATERIALS A. Curing Compound, Naturally Dissipating: Clear, water-based, liquid membrane -forming compound, that dissipates within 3 to 5 weeks; complying with ASTM C309. 1. Products: a. W.R. Meadows, Inc.; 1100 -Clear: www.wrmeadows.com. b. Substitutions: See Section 016000 - Product Requirements. B. Moisture -Retaining Sheet: ASTM C171. 1. Polyethylene film, clear, minimum nominal thickness of 0.0040 in.. C. Polyethylene Film: ASTM D2103, 4 mil thick, clear. D. Water. Potable, not detrimental to concrete. 2.08 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. B. Concrete Strength: Establish required average strength for each type of concrete on the basis of trial mixtures, as specified in ACI 301. New Hope Arena - interior Improvement Project 033000-4 CAST -IN-PLACE CONCRETE 292 Project Number 12002.00 1. For trial mixtures method, employ independent testing agency acceptable to Architect for preparing and reporting proposed mix designs. C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer. D. Fiber Reinforcement: Add to mix at rate of 1.5 pounds per cubic yard, or as recommended by manufacturer for specific project conditions. E. Normal Weight Concrete: 1. Compressive Strength, when tested in accordance with ASTM C391C39M at 28 days: As indicated on drawings. 2. Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3. Calcined Pozzolan Content: Maximum 25 percent of cementitious materials by weight. 4. Water -Cement Ratio: Maximum 45 percent by weight. 5. Total Air Content: 4 percent, determined in accordance with ASTM C1731C173M. 6. Maximum Slump: 4 inches, 6' after addition of super-p[asticizer. 7. Maximum Aggregate Size: 518 inch. F. Normal Weight Concrete for Footings: 1. Compressive Strength, when tested In accordance with ASTM C391C39M at 28 days: As indicated on drawings. 2. Cement Content: Minimum 564 Ib per cubic yard. 3. Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 4.Calcined Pozzolan Content: Maximum 25 percent of cementitious materials by weight. 5.Water-Cement Ratio: Maximum 40 percent by weight. 6. Maximum Slump: 4 inches. 7. Maximum Aggregate Size: 518 inch. 2.09 MIXING A. Transit Mixers: Comply with ASTM C94/C94M. PART 3 EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PREPARATION A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms to support all applied loads until concrete is cured, and for easy removal without damage to concrete. B. Verify that forms are clean and free of rust before applying release agent. C. Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. D. 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. E. Interior Slabs on Grade: Install vapor retarder under interior slabs on grade. Lap joints minimum 6 inches. Sea[ joints, seams and penetrations watertight with manufacturer's recommended products and follow manufacturer's written instructions. Repair damaged vapor retarder before covering. 1. Vapor Retarder Over Granular Fill: Install compactible granular fill before placing vapor retarder as shown on the drawings. Do not use sand. New Hope Arena - Interior Improvement Project 033000-5 CAST -IN-PLACE CONCRETE 292 Project Number 12002.00 3.03 INSTALLING REINFORCEMENT AND OTHER EMBEDDED ITEMS A. Comply with requirements of ACI 301. Clean reinforcement of loose rust and mill scale, and accurately position, support, and secure in place to achieve not less than minimum concrete coverage required for protection. B. Install welded wire reinforcement in maximum possible lengths, and offset end laps in both directions. Splice laps with tie wire. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with concrete placement. 3.04 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Place concrete for floor slabs in accordance with ACI 302.1 R. C. Ensure reinforcement, inserts, waterstops, embedded parts, and formed construction joint devices will not be disturbed during concrete placement. D. Place concrete continuously without construction (cold) joints wherever possible; where construction joints are necessary, before next placement prepare joint surface by removing laitance and exposing the sand and sound surface mortar, by sandblasting or high-pressure water jetting. E. finish floors level and flat, unless otherwise indicated, within the tolerances specified below. 3.05 SLAB JOINTING A. Anchor joint fillers and devices to prevent movement during concrete placement. B. Isolation Joints: Use preformed joint filler with removable top section for joint sealant, total height equal to thickness of slab, set flush with top of slab. 1. Install wherever necessary to separate slab from other building members, including columns, wails, equipment foundations, footings, stairs, manholes, sumps, and drains. C. Saw Cut Contraction Joints: Saw cut joints before concrete begins to cool, within 4 to 12 hours after placing; use 3116 inch thick blade and cut at least 1 inch deep but not less than one quarter (114) the depth of the slab. D. Construction Joints: Where not otherwise indicated, use metal combination screed and key form, with removable top section for joint sealant. 3.06 FLOOR FLATNESS AND LEVELNESS TOLERANCES A. Maximum Variation of Surface f=latness: 1. Exposed Concrete Floors: 118 inch in 10 ft. 2. Under Flooring. 118 inch in 10 ft. B. Correct the slab surface if tolerances are less than specified. C. Correct defects by grinding or by removal and replacement of the defective work. Areas requiring corrective work will be identified. Re -measure corrected areas by the same process. 3.07 CONCRETE FINISHING A. Repair surface defects, including tie holes, immediately after removing formwork. B. Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas 1116 inch or more in height. Provide finish as follows: 1. Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or other abrasive, not more than 24 hours after form removal. C. Concrete Slabs: Finish to requirements of ACI 302.1 R, and as follows: 1. Surfaces to Receive Thin Floor Coverings: "Steel trowel" as described in ACI 301.1 R; thin floor coverings include carpeting, resilient flooring, seamless flooring, thin set quant' tile, and thin set ceramic tile. 2. Other Surfaces to Be Left Exposed: "Steel trowel" as described in AGI 302.1 R, mirnfmizing burnish marks and other appearance defects. New hope Arena - Interior Improvement Project 033000-6 CAST -IN-PLACE CONCRETE 292 Project Number 12002.00 3.08 CURING AND PROTECTION A. Comply with requirements of ACI 30BR. 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. 1. Normal concrete: Not less than 7 days. 2. High early strength concrete: Not less than 4 days. C. Surfaces Not in Contact with Forms: 1. Slabs and Floors To Receive Adhesive -Applied Flooring: Curing compounds and other surface coatings are usually considered unacceptable by flooring and adhesive manufacturers. If such materials must be used, either obtain the approval of the flooring and adhesive manufacturers prior to use or remove the surface coating after curing to flooring manufacturer's satisfaction. 2. 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. a. Spraying: Spray water over floor slab areas and maintain wet. 3. Final Curing: Begin after initial curing but before surface is dry. a. Moisture -Retaining Sheet: Lap strips not less than 3 inches and seal with waterproof tape or adhesive; secure at edges. b. Curing Compound: Apply in two coats at right angles, using application rate recommended by manufacturer. 3.09 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 014000. B. Provide free access to concrete operations at project site and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to inspection and testing firm for review prior to commencement of concrete operations. D. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements. E. Compressive Strength Tests: ASTM C391C39M. For each test, mold and cure three concrete test cylinders. Obtain test samples for every 100 cu yd or less of each class of concrete placed. F. Take one additional test cylinder during cold weather concreting, cured on job site under same conditions as concrete it represents. G. Perform one slump test for each set of test cylinders taken, following procedures of ASTM C1431C143M. 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 home 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. 3.11 PROTECTION A. Do not permit traffic over unprotected concrete floor surface until fully cured. END OF SECTION New Hope Arena - Interior Improvement Project 033000-7 CAST -IN-PLACE CONCRETE 292 Project Number 12002.00 SECTION 042000 UNIT MASONRY PART1 GENERAL 1.01 SECTION INCLUDES A. Concrete Block. B. Mortar and Grout. C. Reinforcement and Anchorage. D. Flashings. E. Accessories. 1.02 RELATED REQUIREMENTS A. Section 032000 - Concrete Reinforcing: Reinforcing steel for grouted masonry. B. Section 055000 - Metal Fabrications: Loose steel lintels and fabricated steel items. C. Section 061000 - Rough Carpentry: Nailing strips built into masonry. D. Section 078400 - Firestopping: Firestopping at penetrations of fire -rated masonry and at top of fire -rated walls. E. Section 079005 - Joint Sealers: Backing rod and sealant at control and expansion joints. 1.03 REFERENCE STANDARDS A. ACI 530/530.1/ERTA - Building Code Requirements and Specification for Masonry Structures; American Concrete Institute International; 2009. B. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2008. C. ASTM A82/A82M - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement; 2007. D. ASTM Al531A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. E. ASTM A615/A615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement; 2009b. F. ASTM A6411A641 M - Standard Specification for Zinc -Coated (Galvanized) Carbon Steel Wire; 2009a. G. ASTM C90 - Standard Specification for Loadbearing Concrete Masonry Units; 2011. H. ASTM C91 - Standard Specification for Masonry Cement; 2005. I. ASTM C140 - Standard Test Methods of Sampling and Testing Concrete Masonry Units and Related Units; 2011. J. ASTM C144 - Standard Specification for Aggregate for Masonry Mortar, 2004. K. ASTM C150 - Standard Specification for Portland Cement; 2011. L. ASTM C207 - Standard Specification for Hydrated Lime for Masonry Purposes; 2006. M. ASTM C270 - Standard Specification for Mortar for Unit Masonry; 2010. N. ASTM C404 - Standard Specification for Aggregates for Masonry Grout; 2007. O. ASTM 0476 - Standard Specification for Grout for Masonry; 2010. P. ASTM C780 - Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry; 2010. Q. ASTM C1314 - Standard Test Method for Compressive Strength of Masonry Prisms; 2010. R. ASTM D226 - Standard Specification for Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing; 2009. S. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. New Hope Arena - Interior Improvement Project 042000-1 UNIT MASONRY 292 Project Number 121)02.00 1.04 SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data for masonry units, mortar, and masonry accessories. C. Manufacturer's Certificate: Certify that masonry units meet or exceed specified requirements. D. Test Reports: Concrete masonry manufacturer's test reports for units with integral water repellent admixture. 1.05 QUALITY ASSURANCE. A. Comply with provisions of ACI 530/530.1/ERTA, except where exceeded by requirements of the contract documents. B. Fire Rated Assemblies: Conform to applicable code for 2 hour rating requirements for fire rated masonry construction. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle, and store masonry units by means that will prevent mechanical damage and contamination by other materials. 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. Special Shapes: Provide non-standard blocks configured for corners, lintels, headers, control joint edges, and other detailed conditions. 3. Load -Bearing Units: ASTM C90, normal weight. a. Hollow block, as indicated. b. Exposed faces: Manufacturer's standard color and texture. 2.02 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C150, Type I. B. Hydrated Lime: ASTM C207, Type S. C. Mortar Aggregate: ASTM C144. D. Grout Aggregate: ASTM C404. E. Water: Clean and potable. F. Moisture -Resistant Admixture: Water repellent compound designed to reduce capillarity. 2.03 REINFORCEMENT AND ANCHORAGE A. Manufacturers of Joint Reinforcement and Anchors: 1. Hohmann & Barnard, Inc (including Dur -O -Wal brand); Product www.h-b.com. 2. Substitutions: See Section 016000 - Product Requirements. B. Reinforcing Steel: ASTM A615/A615M Grade 60 (420) deformed billet bars; galvanized. Size as indicated on drawings. C. Joint Reinforcement: Use ladder type joint reinforcement where vertical reinforcement is involved and truss type elsewhere, unless otherwise indicated. D. Single Wythe Joint Reinforcement: Truss or ladder type; ASTM A 82/A 82M steel wire, mill galvanized to ASTM A 641/A 641 M, Class 3; 0.1483 inch side rods with 0.1483 inch cross rods; width as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage on each exposure. E. 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, hot dip galvanized to ASTM A 153/A 153M, Class B. New Hope Arena - Interior Improvement Project 042000-2 UNIT MASONRY 292 Project Number 12002.00 F. Flexible Anchors: 2 -piece anchors that permit differential movement between masonry and building frame, sized to provide not more than 1 inch and not less than 112 inch of mortar coverage from masonry face. 2.04 FLASHINGS 2.05 ACCESSORIES A. Preformed Control Joints: Rubber material. Provide with comer and tee accessories, fused joints. 1. Manufacturers: a. Hohmann & Barnard, Inc (including Dur -O -Wal brand); Product www.h-b.com. b. Substitutions: Sea Section 018000 - Product Requirements. B. Joint Filler. Closed cell polyvinyl chloride; oversized 50 percent to joint width; self expanding; 314 inch minimum width x by maximum lengths available. 1. Manufacturers: a. Hohmann & Barnard, Inc (including Dur -O -Wal brand); Product www.h-b.com. b. Substitutions: See Section 018000 -Product Requirements. C. Building Paper: ASTM D228, Type I C'No.15") asphalt felt. D. Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials. 2.06 MORTAR AND GROUT MIXES A. Mortar for Unit Masonry: ASTM C270, using the Proportion Specification. 1. Masonry below grade and in contact with earth: Type M. 2. Exterior, loadbearing masonry: Type S. 3. Exterior, non-loadbearing masonry: Type N. 4. Interior, loadbearing masonry: Type S. 5. Interior, non-loadbearing masonry: Type N. B. Grout: ASTM C476. 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. C. Mixing: Use mechanical batch mixer and comply with referenced standards. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive masonry. B. Verify that related items provided under other sections are properly sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. 3.02 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. 3.03 COLD AND HOT WEATHER REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during, and 48 hours after completion of masonry work. B. Maintain materials and surrounding air temperature to maximum 90 degrees F prior to, during, and 48 hours after completion of masonry work. 3.04 COURSING A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. New Hope Arena - Interior Improvement Project 042000-3 UNIT MASONRY 292 Project Number 12002.00 C. Concrete Masonry Units: 1. Bond: Stacked for exposed units, below grade units to be running bond. 2. Coursing: One unit and one mortar joint to equal 8 inches. 3. Mortar Joints: Concave. 3.06 PLACING AND BONDING A. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with other work. B. Lay hollow masonry units with face shell bedding on head and bed joints. C. Buttering corners of joints or excessive furrowing of mortar joints is not permitted. D. Remove excess mortar and mortar smears as work progresses. E. Remove excess mortar with water repellent admixture promptly. Do not use acids, sandblasting or high pressure cleaning methods. F. Interlock intersections and external corners, except for units laid in stack bond. G. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. H. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. I. Isolate masonry partitions from vertical structural framing members with a control joint. J. Isolate top joint of masonry partitions from horizontal structural framing members and slabs or decks with compressible joint filler. 3.06 REINFORCEMENT AND ANCHORAGE - GENERAL A. Unless otherwise indicated on drawings or specified under specific wall type, install horizontal joint reinforcement 16 inches on center. B. Place masonryjoint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. C. Place continuous joint reinforcement in first and second joint below top of walls. D. Lap joint reinforcement ends minimum 6 inches. E. Reinforce stack bonded unit joint corners and intersections with strap anchors 16 inches on center. F. Fasten anchors to structural framing and embed in masonry joints as masonry is laid. Unless otherwise indicated on drawings or closer spacing is indicated under specific wall type, space anchors at maximum of 36 inches horizontally and 24 inches vertically. 3.07 MASONRY FLASHINGS A. Whether or not specifically indicated, install masonry flashing to divert water to exterior at all locations where downward flow of water will be interrupted. 3.08 LINTELS A. Install loose steel lintels over openings. 3.09 GROUTED COMPONENTS A. Lap splices minimum 24 bar diameters or as indicated on drawings. B. Support and secure reinforcing bars from displacement. Maintain position within 112 inch of dimensioned position. C. Place and consolidate grout fill without displacing reinforcing. D. At bearing locations, fill masonry cores with grout for a minimum 12 inches either side of opening. New Hope Arena - Interior Improvement Project 042000 - 4 UNIT MASONRY 292 Project Number 12002.00 3.10 CONTROL AND EXPANSION JOINTS A. Do not continue horizontal joint reinforcement through control and expansion joints, B. Install preformed control joint device in continuous lengths. Seal butt and comer joints in accordance with manufacturers instructions. C. Size control joint in accordance with Section 079005 for sealant performance. 3.11 BUILT-IN WORK A. Install built-in items plumb, level, and true to line. B. Do not build into masonry construction organic materials that are subject to deterioration. 3.12 TOLERANCES A. Maximum Variation from Alignment of Columns: 114 inch. B. Maximum Variation From Unit to Adjacent Unit: 1116 inch. C. Maximum Variation from Plane of Wall: 114 inch in 10 ft and 112 inch in 20 ft or more. D. Maximum Variation from Plumb: 114 inch per story non -cumulative; 112 inch in two stories or more. E. Maximum Variation from Level Coursing: 118 inch in 3 ft and 114 inch in 10 ft; 112 inch in 30 ft. F. Maximum Variation of Joint Thickness: 118 inch in 3 ft. G. Maximum Variation from Cross Sectional Thickness of Walls: 118 inch. 3.13 CUTTING AND FITTING A. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. 3.14 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specked in Section 014000. B. Concrete Masonry Unit Tests: Test each variety of concrete unit masonry in accordance with ASTM C140 for conformance to requirements of this specification. C. Mortar Tests: Test each type of mortar in accordance with ASTM C780, testing with same frequency as masonry samples. 3.15 CLEANING A. Remove excess mortar and mortar droppings. B. Replace defective mortar. Match adjacent work. C. Clean soiled surfaces with cleaning solution. D. Use non-metallic tools in cleaning operations. 3.16 PROTECTION A. Without damaging completed work, provide protective boards at exposed external corners that are subject to damage by construction activities. END OF SECTION New Nope Arena - Interior improvement Project 042000-5 UNIT MASONRY 202 Project Number 1200200 SECTION 051200 STRUCTURAL STEEL FRAMING PART1 GENERAL 1.01 SECTION INCLUDES A. Structural steel framing members, and support members. B. Base plates, and shear stud connectors. C. Grouting under base plates. 1.02 RELATED REQUIREMENTS A. Section 053100 - Steel Decking: Support framing for small openings in deck. B. Section 055000 - Metal Fabrications: Steel fabrications affecting structural steel work. C. Section 078100 -Applied Fireproofing: Fireproof protection to framing and metal deck systems. 1.03 REFERENCE STANDARDS A. AISC (MAN) - Steel Construction Manual; American Institute of Steel Construction, Inc.; 2005. B. AISC S303 - Code of Standard Practice for Steel Buildings and Bridges; American Institute of Steel Construction, Inc.; 2005. C. AISC S348 - Specification for Structural Joints Using ASTM A325 or A490 Bolts; 2004. D. ASTM A361A36M - Standard Specification for Carbon Structural Steel; 2008. E. ASTM A531A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless; 2010. F. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold Finished; 2007. G. ASTM A1231A123M - Standard Specification for Zinc (Hot; -Dip Galvanized) Coatings on Iron and Steel Products; 2009. H. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 1201105 ksi Minimum Tensile Strength; 2009a. I. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830 MPa Tensile Strength (Metric); 2009. J. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat -Treated, 150 ksi Minimum Tensile Strength; 2010a. K. ASTM A500/A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2010a. L. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing; 2007. M. ASTM A514/A514M - Standard Specification for High -Yield Strength, Quenched and Tempered Alloy Steel Plate, Suitable for Welding; 2005 (Reapproved 2009). N. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts; 2007s. O. ASTM A563M - Standard Specification for Carbon and Alloy Steel Nuts [Metric]; 2007. P. ASTM A992/A992M - Standard Specification for Structural Steel Shapes; 2006a. Q. ASTM C1107/C1107M - Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink); 2011. R. ASTM E164 - Standard Practice for Ultrasonic Contact Examination of Weldments; 2008. S. ASTM E709 - Standard Guide for Magnetic Particle Testing; 2008. T. ASTM F436 - Standard Specification for Hardened Steel Washers; 2010. U. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength; 2007a. New Hope Arena - Interior Improvement Project 051200-1 STRUCTURAL STEEL FRAMING 292 Project Number 12002.00 V. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; American Welding Society; 2007. W. AWS D1.1/D1.1M - Structural Welding Code - Steel; American Welding Society; 2010. X. SSPC-Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type 11, "Organic"j; Society for Protective Coatings; 2002 (Ed. 2004). Y. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Shop Drawings: 1. Indicate profiles, sizes, spacing, locations of structural members, openings, attachments, and fasteners. 2. Connections not detailed. 3. Indicate cambers and loads. 4. Indicate welded connections with AWS A2.4 welding symbols. Indicate net weld lengths. C. Manufacturers MITI Certificate: Certify that products meet or exceed specified requirements. D. Mill Test Reports: Indicate structural strength, destructive test analysis and non-destructive test analysis. E. Welders Certificates: Certify welders employed on the Work, verifying AWS qualification within the previous 12 months. 1.05 QUALITY ASSURANCE A. Fabricate structural steel members in accordance with AISC "Steel Construction Manual." B. Comply with Section 10 of AISC "Code of Standard Practice for Steel Buildings and Bridges" for architecturally exposed structural steel. PART 2 PRODUCTS 2.01 MATERIALS A. Steel Angles and Plates: ASTM A36/A36M. B. Steel W Shapes and Tees: ASTM A992/A992M. C. Rolled Steel Structural Shapes: ASTM A992/A992M. D. Cold -Formed Structural Tubing: ASTM A500, Grade B. E. Steel Bars: ASTM A108 Grade F. Steel Plate: ASTM A514/A514M. G. Pipe: ASTM A53/A53M, Grade B, Finish black. H. Shear Stud Connectors: Made from ASTM A 108 Grade 1015 bars. I. High -Strength Structural Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M), Type 1, medium carbon, galvanized. J. Unheaded Anchor Rods: ASTM 1=1554, Grade 36, plain, with matching ASTM A563 or 563M nuts and ASTM F436 Type 1 washers. K. Headed Anchor Rods: ASTM A 307, Grade C, plain. L. Welding Materials: AWS D1.1; type required for materials being welded. M. Grout: Non -shrink, non-metallic aggregate type, complying with ASTM C1107/C1107M and capable of developing a minimum compressive strength of 7,000 psi at 28 days. N. Shop and Touch -Up Primer. Fabricator's standard, complying with VOC limitations of authorities having jurisdiction. O. Touch -Up Primer for Galvanized Surfaces: Fabricator's standard, complying with VOC limitations of authorities having Jurisdiction. New Hope Arena - Interior Improvement Project 051200-2 STRUCTURAL STEEP_ FRAMING 292 Project Number 12002.00 2.02 FABRICATION A. Shop fabricate to greatest extent possible. B. Continuously seal joined members by continuous welds. Grind exposed welds smooth. C. Fabricate connections for bolt, nut, and washer connectors. 2.03 FINISH A. Prepare structural component surfaces in accordance with SSPC SP Power Tool Cleaning. B. Shop prime structural steel members. Do not prime surfaces that will be fireproofed, field welded, in contact with concrete, or high strength bolted. 2.04 SOURCE QUALITY CONTROL A. Provide shop testing and analysis of structural steel. B. High -Strength Bolts: Provide testing and verification of shop -bolted connections in accordance with AISC "Specification for Structural Joints Using ASTM A325 or A490 Bolts", testing at least 10 percent of bolts at each connection. C. Welded Connections: Visually inspect all shop -welded connections and test at least the percent of welds using one of the following: 1. Ultrasonic testing performed in accordance with ASTM E164. 2. Magnetic particle inspection performed in accordance with ASTM E709. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that conditions are appropriate for erection of structural steel and that the work may properly proceed. 3.02 ERECTION A. Erect structural steel in compliance with AISC "Code of Standard Practice for Steel Buildings and Bridges". B. Allow for erection loads, and provide sufficient temporary bracing to maintain structure in safe condition, plumb, and in true alignment until completion of erection and installation of permanent bracing. C. Field weld components and shear studs indicated on shop drawings. D. Do not field cut or alter structural members without approval of Architect. E. After erection, prime welds, abrasions, and surfaces not shop primed, except surfaces to be in contact with concrete. F. Grout solidly between column plates and bearing surfaces, complying with manufacturer's instructions for nonshrink grout. Trowel grouted surfaces smooth, splaying neatly to 45 degrees. 3.03 TOLERANCES A. Maximum Offset From True Alignment: 114 inch. 3.04 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 014000. B. High -Strength Bolts: Provide testing and verification of field -bolted connections in accordance with AISC "Specification for Structural Joints Using ASTM A325 or A490 Bolts", testing at least 10 percent of bolts at each connection. C. Welded Connections: Visually inspect all field -welded connections and test at least 50 percent of welds using one of the following: 1. Ultrasonic testing performed in accordance with ASTM E164. New Hope Arena - Interior Improvement Project 051200-3 STRUCTURAL STEEL FRAMING 292 Project Number 12042.00 2. Magnetic particle inspection performed in accordance with ASTM E709. END OF SECTION New Hope Arena - Interior Improvement Project 051200-4 STRUCTURAL STEEL FRAMING 292 Project Number 72002.00 SECTION 053100 STEEL DECKING PART1 GENERAL 1,01 SECTION INCLUDES A. Roof deck. B. Supplementary framing for openings up to and including 18 inches. C. Bearing plates and angles. 1.02 RELATED REQUIREMENTS A. Section 042000 - Unit Masonry Assemblies: Placement of anchors for bearing plates embedded in unit masonry assemblies. B. Section 051200 - Structural Steel Framing: Support framing for openings larger than 18 inches and shear stud connectors. C. Section 051200 - Structural Steel: Placement of embedded steel anchors for bearing plates in cast -in-place concrete. D. Section 078100 - Applied Fireproofing: Spray applied fireproofing. 1.03 REFERENCE STANDARDS A. ASTM A361A36M - Standard Specification for Carbon Structural Steel; 2008. B. ASTM A6531A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc4ron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2010. C. ASTM Al0081A1008M - Standard Specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, High -Strength, Low Alloy, and High -Strength Low Alloy with Improved Formability, Solution Hardened, and Bake Hardened; 2011 D. AWS D1.11D1.1M - Structural Welding Code - Steel; American Welding Society; 2010. E. AWS D1.3 - Structural Welding Code - Sheet Steel; American Welding Society; 2008. F. SDI (DM) - Publication No.31, Design Manual for Composite Decks, Form Decks, Roof Decks; Steel Deck Institute; 2007. G. SSPC-Paint 15 - Steel Joist Shop Primer; The Society for Protective Coatings; 1999 (Ed. 2004). H. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittals procedures. B. Shop Drawings: Indicate deck plan, support locations, projections, openings, reinforcement, pertinent details, and accessories. C. Product Data: Provide deck profile characteristics, dimensions, structural properties, and finishes. D. Certificates: Certify that products furnished meet or exceed specified requirements. E. Submit manufacturer's installation instructions. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Steel Deck: 1. Nucor-Vulcraft Group; Product www.vulcraft.com. 2. Wheeling Corrugating Co; Product : www.whealingcorrugating.com. 3. Substitutions: See Section 016000 -Product Requirements. 2.02 STEEL DECK A. All Deck Types: Select and design metal deck in accordance with SDI Design Manual. 1. Calculate to structural working stress design and structural properties specified. New Mope Arena - Interior Improvement Project 053100-1 STEEL DECKING 292 Project Number 12002.00 2. Maximum Vertical Deflection of Roof Deck: 11240 of span. 3. Maximum Lateral Deflection of Diaphragms: 11500 of the height of the wall. B. Roof Deck: Non -composite type, fluted steel street: 1. Ungalvanized Steel Sheet: ASTM Al0081A1008M, Designation SS. a. Grade as required to meet performance criteria. 2. Provide deck of profile, depth, and thickness indicated on drawings. 3. Side Joints: Lapped, mechanically fastened. 4. End Joints: Lapped, mechanically fastened. 5. Fire Resistance Classification: Comply with UL Assembly Number indicated on drawings. 2.03 ACCESSORY MATERIALS A. Bearing Plates and Angles: ASTM A381A36M steel, unfinished. B. Welding Materials: AWS D1.1. C. Fasteners: Galvanized hardened steel, self tapping. D. Weld Washers: Mild steel, uncoated, 314 inch outside diameter, 118 inch thick. E. Flute Closures: Closed cell foam rubber, 9 inch thick; profiled to fit tight to the deck. 2.04 FABRICATED DECK ACCESSORIES A. Sheet Metal Deck Accessories: Metal closure strips and cover plates, 22 gage thick sheet steel; of profile and size as indicated; finished same as deck. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions prior to beginning work. 3.02 INSTALLATION A. Erect metal deck in accordance with SDI Design Manual and manufacturer's instructions. Align and level. B. On concrete and masonry surfaces provide minimum 4 inch bearing. C. On steel supports provide minimum 1-912 inch bearing. D. At mechanically fastened malelfemale side laps fasten at 24 inches on center maximum. E. Weld deck in accordance with AWS D1.3. F. At deck openings from 6 inches to 18 inches in size, provide 2 x 2 x 114 inch steel angle reinforcement. Place angles perpendicular to flutes; extend minimum two flutes beyond each side of opening and fusion weld to deck at each flute. G. At openings between deck and wails, columns, and openings, provide sheet steel closures and angle flashings to close openings. H. Close openings above walls and partitions perpendicular to deck flutes with single row of foam cell closures. I. Immediately after welding deck and other metal components in position, coat welds, burned areas, and damaged surface coating, with touch-up primer, END OF SECTION New Hope Arena - Interior improvement Project 053100-2 STEEL DECKING 202 Project Number MUM SECTION 055000 METAL FABRICATIONS PART11 GENERAL 1.01 SECTION INCLUDES A. Shop fabricated steel items. 1.02 RELATED REQUIREMENTS A. Section 033000 - Cast -in -Place Concrete: Placement of metal fabrications in concrete. B. Section 042000 - Unit Masonry: Placement of metal fabrications in masonry. C. Section 055213 - Pipe and Tube Railings. 1.03 REFERENCE STANDARDS A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 1998. B. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2008. C. ASTM A531A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless; 2010. D. ASTM Al23/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2009. E. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. F. ASTM A283/A283M - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates; 2003 (Reapproved 2007). G. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength; 2009a. H. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830 MPa Tensile Strength (Metric); 2009. I. ASTM A500/A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2010a. J. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; American Welding Society; 2007. K. AWS D1.1/131.1 M - Structural Welding Code - Steel; American Welding Society; 2010. L. SSPC-Faint 15 - Steel Joist Shop Primer; Society for Protective Coatings; 1999 (Ed. 2004). M. SSPC-Paint 20 - Zinc -Rich Primers (Type 1, "Inorganic," and Type II, "Organic"}; Society for Protective Coatings; 2002 (Ed. 2004). N. SSPC-SP 2 - Hand Tool Cleaning; Society for Protective Coatings; 1982 (Ed. 2004). 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. C. Welders' Certificates: Submit certification for welders employed on the project, verifying AWS qualification within the previous 12 months. New Hope Arena - Interior Improvement Project 055000-1 METAL FABRICATIONS 292 Project Number 12002.00 1.05 QUALITY ASSURANCE A. Design structural components 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. PART 2 PRODUCTS 2.01 MATERIALS -STEEL A. Steel Sections: ASTM A361A36M. B. Steel Tubing: ASTM A500, Grade B cold -farmed structural tubing. C. Plates: ASTM A283. D. Pipe: ASTM A531A53M, Grade B Schedule 40, black finish. E. Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M), Type 1 , galvanized to ASTM A1531A153M where connecting galvanized components. F. Welding Materials: AWS D1.11D1.1 M; type required for materials being welded. G. Shop and Touch -Up Primer. SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction. H. Touch -Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction. 2.02 FABRICATION A. Fit and shop assemble items in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Continuously seal joined members by intermittent welds and plastic filler. D. 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. E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. F. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.03 FABRICATED ITEMS A. Ledge Angles, Shelf Angles, Channels, and Plates Not Attached to Structural Framing: For support of metal decking; prime paint finish. B. Lintels: As detailed; prime paint finish. 2.04 FINISHES -STEEL A. Prime paint all steel items. 1. Exceptions: Galvanize items to be embedded in concrete or masonry and items specified for finish. 2. Exceptions: Do not prime surfaces in direct contact with concrete, where field welding is required, and items to be covered with sprayed fireproofing. B. Prepare surfaces to be primed in accordance with SSPC-SP2. C. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. D. Prime Painting: One coat. E. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM A1231A123M requirements. F. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM A1231A123M requirements. New Hope Arena - Interior Improvement Project 055000-2 METAL FABRICATIONS 292 Project Number 12002.00 2.05 FABRICATION TOLERANCES A. Squareness: 118 inch maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1116 inch. C. Maximum Misalignment of Adjacent Members: 1116 inch. D. Maximum Bow. 118 inch in 48 inches. E. Maximum Deviation From Plane: 1116 inch in 48 inches. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply setting templates to the appropriate entities for steel items required to be cast into concrete or embedded in masonry. 3.03 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS 131.11D1.1M. E. Obtain approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized , except surfaces to be in contact with concrete. ENL] OF SECTION New Hope Arena - Interior Improvement Project 055000-3 METAL FABRICATIONS 202 Project Number 12002.00 SECTION 055213 PIPE AND TUBE RAILINGS PARTI GENERAL 1.01 SECTION INCLUDES A. Wall mounted handrails. B. Stair railings and guardrails. 1.02 RELATED REQUIREMENTS A. Section 042000 - Unit Masonry. Placement of anchors In masonry. B. Section 088000 - Glazing: Glass baluster Infill. C. Section 099000 - Painting and Coating: Paint finish. 1.03 REFERENCE STANDARDS A. ASTM A53IA53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless; 2010. B. ASTM A5001A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2010a. C. ASTM E935 - Standard Test Methods for Performance of Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006). D. ASTM E985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006). E. SSPC-Paint 15 - Steel Joist Shop Paint; The Society for Protective Coatings; 1999 (Ed. 2004). 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, anchorage, size and type of fasteners, and accessories. PART 2 PRODUCTS 2.01 RAILINGS - GENERAL REQUIREMENTS A. Design, fabricate, and test railing assemblies in accordance with the most stringent requirements of ASTM E985 and applicable local code. B. Distributed Loads: Design railing assembly, wall rails, and attachments to resist distributed force of 75 pounds per linear foot applied to the top of the assembly and in any direction, without damage or permanent set. Test in accordance with ASTM E 935. C. Concentrated Loads: Design railing assembly, wall rails, and attachments to resist a concentrated force of 200 pounds applied at any point on the top of the assembly and in any direction, without damage or permanent set. Test in accordance with ASTM E 935. D. Allow for expansion and contraction of members and building movement without damage to connections or members. E. Dimensions: See drawings for configurations and heights. If not indicated on drawings as follows: 1. Handrails: 1-112 inches diameter, round. 2. Stair Guardrails: 1-112 inches square. 3. Posts: 1-112 inches square. F. Provide anchors and other components as required to attach to structure, made of same materials as railing components unless otherwise indicated; where exposed fasteners are unavoidable provide flush countersunk fasteners. 1. For anchorage to masonry, provide brackets to be embedded in masonry, for bolting anchors. New Hope Arena - Interior Improvement Project 055213-1 PIPE AND TUBE RAILINGS 202 Project Number 12002.00 G. Provide slip-on non -weld mechanical fittings to join lengths, seal open ends, and conceal exposed mounting bolts and nuts, including but not limited to elbows, T -shapes, splice connectors, flanges, escutcheons, and wall brackets. 2.02 STEEL RAILING SYSTEM A. Steel Tube: ASTM A 500, Grade B cold -formed structural tubing. B. Welding Fittings: Factory- or shop -welded from matching pipe or tube; seams continuously welded; joints and seams ground smooth. C. Exposed Fasteners: Flush countersunk screws or bolts; consistent with design of railing. D. Straight Splice Connectors: Steel concealed spigots. E. Shop and Touch -Up Primer. SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction. 2.03 FABRICATION A. Accurately form components to suit specific project conditions and for proper connection to building structure. B. Fit and shop assemble components in largest practical sizes for delivery to site. C. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation. D. Welded Joints: 1. Interior Components: Continuously seal joined pieces by intermittent welds and plastic filler. 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. PART 3 EXECUTION 3.09 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply items required to be cast into concrete or embedded in masonry with setting templates, for installation as work of other sections. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install components plumb and level, accurately fitted, free from distortion or defects, with tight joints. C. Anchor railings securely to structure. D. Field weld anchors as indicated on shop drawings. Touch-up welds with primer. Grind welds smooth. E. Conceal anchor bolts and screws whenever possible. Where not concealed, use flush countersunk fastenings. 3.04 TOLERANCES A. Maximum Offset From True Alignment: 1I8 inch. 3.05 SCHEDULE A. Existing Lobby Stair. Square tube steel guardrail, with round handrail, prime finish. Railing to have tempered glass infill panels as specified in glazing section. END OF SECTION New Hope Arena - Interior Improvement Project 065213-2 PIPE AND TUBE FAILINGS 292 Project Number 12002.00 SECTION 061000 ROUGH CARPENTRY PART1 GENERAL 1.01 SECTION INCLUDES A. Rough opening framing for doors, windows, and roof openings. B. Roof -mounted curbs. C. Roofing nailers. D. Fire retardant treated wood materials. E. Miscellaneous framing and sheathing. F. Concealed wood blocking, nailers, and supports. G. Miscellaneous wood nailers, furring, and grounds. H. Water -resistive barrier over wall sheathing. 1.02 RELATED REQUIREMENTS A. Section 061800 - Glued -Laminated Construction. B. Section 076200 - Sheet Metal Flashing and Trim: Sill flashings. C. Section 092116 - Gypsum Board Assemblies: Gypsum -based sheathing. 1.03 REFERENCE STANDARDS A. ASTM Al 53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. B. ASTM C13961C1396M - Standard Specification for Gypsum Board; 2009a. C. ASTM D2898 - Standard Test Methods for Accelerated Weathering of l=ire -Retardant -Treated Wood for Fire Testing; 2010. D. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2010b. E. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2010. F. AWPA Ui - Use Category System: User Specification for Treated Wood; American Wood Protection Association; 2010. G. PS 20 -American Softwood Lumber Standard; National Institute of Standards and Technology (Department of Commerce); 2005. H. WWPA G-5 - Western Lumber Grading Rules; Western Wood Products Association; 2011. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Manufacturer's Certificate: Certify that wood products supplied for rough carpentry meet or exceed specified requirements. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. B. Fire Retardant Treated Wood: Prevent exposure to precipitation during shipping, storage, or installation. PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber. Complywith PS 20 and requirements of specified grading agencies. New Hope Arena - interior Improvement Project 061000-1 ROUGH CARPENTRY 292 Project Number 12002.00 1. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specked requirements. 2. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.alsc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. 2.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS A. Sizes: Nominal sizes as indicated on drawings, S4S. B. Moisture Content: S -dry or MC19. C. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. 2. Boards: Standard or No. 3. 2.03 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot -dipped galvanized steel per ASTM A 1531A 153M for high humidity and preservative -treated wood locations, unfinished steel elsewhere. 2.04 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Fire -Retardant Treated Wood: Mark each piece of wood with producer's stamp indicating compliance with specified requirements. 2. Preservative -Treated Wood: Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Fire Retardant Treatment: 1. Exterior Type: AWPA U1, Category UCFB, Commodity SpecificationH, chemically treated and pressure impregnated; capable of providing a maximum flame spread rating of 25 when tested in accordance with ASTM E84, with no evidence of significant combustion when test is extended for an additional 20 minutes both before and after accelerated weathering test performed in accordance with ASTM D2898. a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. b. Do not use treated wood in direct contact with the ground. 2. Interior Type A: AWPA U1, Use Category UCFA, Commodity Specification H, low temperature (low hygroscopic) type, chemically treated and pressure impregnated; capable of providing a maximum flame spread rating of 25 when tested in accordance with ASTM E84, with -no evidence of significant combustion when test is extended for an additional 20 minutes. a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. b. Treat rough carpentryitems as indicated . c. Do not use treated wood in applications exposed to weather or where the wood may become wet. PART 3 EXECUTION 3.01 PREPARATION A. Coordinate installation of rough carpentry members specified in other sections. New Hope Arena - Interior Improvement Project 061000-2 ROUGH CARPENTRY 292 Project Number 12002.00 3.02 INSTALLATION -GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.03 BLOCKING, NAILERS, AND SUPPORTS A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. 3.04 ROOF -RELATED CARPENTRY A. Coordinate installation of roofing carpentry with deck construction, framing of roof openings, and roofing assembly installation. END OF SECTION New Hope Arena - Interior improvement Project 061000-3 ROUGH CARPENTRY 202 Project dumber 92002.00 SECTION 061800 GLUED -LAMINATED CONSTRUCTION PART1 GENERAL 1.01 SECTION INCLUDES A. Glue laminated wood used as trim pieces on exterior of new entry. B. Preservative treatment of wood. C. Steel hardware and attachment brackets. 1.02 RELATED REQUIREMENTS A. Section 099000 - Painting and Coating: Field Finishing. 1.03 REFERENCE STANDARDS A. AITC 117 - Standard Specifications for Structural Glued Laminated Timber of Softwood Species; American Institute of Timber Construction; 2004 (with errata 2005). B. AITC A190.1 - American National Standard for Wood Products - Structural Glued Laminated Timber; American Institute of Timber Construction; 2007. C. ASTM A361A36M - Standard Specification for Carbon Structural Steel; 2008. D. ASTM Al231A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2009. E. ASTM Al531A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. F. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 1201105 ksi Minimum Tensile Strength; 2009a. G. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830 MPS Tensile Strength (Metric); 2009. H. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts; 2007x. I. ASTM A563M - Standard Specification for Carbon and Alloy Steel Nuts [Metric]; 2007. J. ASTM D2559 - Standard Specification for Adhesives for Structural Laminated Wood Products for Use Under Exterior (Wet Use) Exposure Conditions; 2010a. K. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2010b. L. RIS (GR) - Standard Specifications for Grades of California Redwood Lumber, Redwood Inspection Service; 2000. M. SPIE (GR) - Grading Rules; Southern Pine Inspection Bureau, Inc.; 2002. N. WCLIB (GR) - Standard Grading Rules for West Coast Lumber No. 17; West Coast Lumber Inspection Bureau; 2004, and supplements. O. WWPA G-5 - Western Lumber Grading Rules; Western Wood Products Association; 2011. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide technical data on wood preservative materials, application technique and resultant performance information. C. Shop Drawings: Indicate sizes, anchoring details, appearance grade, factory applied finish, and field finish. 1.05 QUALITY ASSURANCE A. Manufacturer/Fabricator Qualifications: Company specializing in manufacture of glue laminated structural units with three years of documented experience, and certified by AITC in accordance with AITC A190.1. New Hope Arena - Interior Improvement Project 061800-1 GLUED -LAMINATED CONSTRUCTION 292 Project Number 12002.00 9.06 DELIVERY, STORAGE, AND HANDLING A. Leave individual wrapping In place until finishing occurs. PART 2 PRODUCTS 2.09 MANUFACTURERS A. Glued -Laminated Structural Units: 1. Western Wood Structures, Inc: www.westemwoodstructures.com. 2. Structural Wood Corporation, Inc. 3. Substitutions: See Section 016000 - Product Requirements. 2.02 GLUED -LAMINATED UNITS A. Glued -Laminated Units: Fabricate in accordance with AITC 117 Architectural grade. 1. Verify dimensions and site conditions prior to fabrication. 2. Cut and fit members accurately to length to achieve tight joint fit. 3. Do not splice or join members in locations other than those indicated without permission. 4. Fabricate steel hardware and connections with joints neatly fitted, welded, and ground smooth. 5. After end trimming, seal with penetrating sealer in accordance with AITC requirements. iW,F.",11zlgl3111 '. A. Lumber. Softwood lumber conforming to RIS grading rules with 12 percent maximum moisture content before fabrication. B. Steel Connections and Brackets: ASTM A361A36M weldable quality, galvanize per ASTM A1231A123M. C. Hardware: ASTM A325 (ASTM A325M) Type 1 high strength heavy hex bolts and ASTM A563 (ASTM A563M) nuts, hot -dip galvanized to meet requirements of ASTM Al53/A153M, matching washers. D. Laminating Adhesive: Tested for wet/exterior service in accordance with ASTM D2559. 2.04 WOOD TREATMENT A. Surface -Applied Wood Preservative: 1. Product: Semi -Transparent Oil Stain, Satin Clear manufactured by Olympic. 2. Ends of prefabricated wood members shall have 1 coat of end sealer applied after trimming. All other shall be factory finished with 1 coat of stain of product listed above. B. Shop treat wood materials in accordance with manufacturer's instructions. 2.05 FABRICATION A. Fabricate glue laminated structural members in accordance with AITC Architectural grade. B, Verify dimensions and site conditions prior to fabrication. C. Cut and fit members accurately to length to achieve tight joint fit. D. Do not splice or join members in locations other than those indicated without permission. E. Fabricate steel hardware and connections with joints neatly fitted, welded, and ground smooth. F. After and trimming, seal with penetrating sealer in accordance with AITC requirements. G. Field Finishing of Members: Specified in Section 099000. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that project is ready to receive units. 3.02 ERECTION A. Lift members using protective straps to prevent visible damage. B. Set members level and plumb, in correct positions. New Hope Arena - Interior Improvement Project 061800-2 GLUED -LAMINATED CONSTRUCTION 292 Project Number 12002.00 C. Provide temporary bracing and anchorage to hold members in place until permanently secured. D. Fit members together accurately without trimming, cutting, splicing, or other unauthorized modification. E. Swab and seal the interior wood surfaces of field drilled holes in members with primer, F. Field Finishing: Specified in Section 099000. 3.03 TOLERANCES A. Framing Members: 118 inch maximum from true position. END OF SECTION New Hope Arena - Interior Improvement Project 061800-3 GLUED -LAMINATED CONSTRUCTION 292 Project Number 12002.00 SECTION 064100 ARCHITECTURAL WOOD CASEWORK PART 1 GENERAL 1.01 SECTION INCLUDES A. Specially fabricated cabinet units. B. Refacing of existing concession stand millwork drawer, base cabinet, and cabinet exteriors. Work under Alternate #3. C. Cabinet hardware. D. Preparation for installing utilities. 1.02 RELATED REQUIREMENTS A. Section 061000 - Rough Carpentry: Support framing, grounds, and concealed blocking. B. Section 123600 - Countertops. 1.03 REFERENCE STANDARDS A. ANSI A1135.4 -American National Standard for Basic Hardboard; 2004. B. ANSI A208.1 -American National Standard for Particleboard; 2009. C. AWI (QCP) - Quality Certification Program, www.aMgcp.org; current edition at www.aviigcp.org. D. AWI/AWMACMI (AWS) - Architectural Woodwork Standards; 2009. E. BHMA A156.9 - American National Standard for Cabinet Hardware; Builders Hardware Manufacturers Association; 2010 (ANSI/BHMA Al66.9). F. NEMA LD 3 - High -Pressure Decorative Laminates; National Electrical Manufacturers Association; 2005. G. Wl (CCP) - Certified Compliance Program (CCP); current edition at www.woodvmrkinstitute.com/certification. 1.04 QUALITY ASSURANCE A. Fabricator Qualifications: Company specializing in fabricating the products specified in this section with minimum three years of documented experience. 1. Accredited participant in the specified certification program prior to the commencement of fabrication and throughout the duration of the project. B. Quality Certification: Provide AWI Quality Certification Program inspection report and quality certification of completed work. 1. Provide labels or certificates indicating that the work complies with requirements of AWS Grade or Grades specified. 2. Prior to delivery to the site provide shop drawings with certification labels. 3. Provide labels on each product when required by certification program. 4. Upon completion of installation provide certificate certifying that the installation and products meet the specified requirements. 5. Arrange and pay for inspections required for certification. 6. Replace, repair, or rework all work for which certification is refused. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect Units from moisture damage. 1.06 FIELD CONDITIONS A. During and after installation of custom cabinets maintain temperature and humidity conditions in building spaces at same levels planned for occupancy. New Hope Arena - Interior Improvement Project 064100-1 ARCHITECTURAL WOOD CASEWORK 292 Project Number 12002.00 PART 2 PRODUCTS 2.01 CABINETS A. Quality Grade: Unless otherwise indicated provide products of quality specified by AWI//AWMACIWI Architectural Woodwork Standards for Premium Grade. B. Plastic Laminate Faced Cabinets: Custom grade. C. Cabinets : 1. Cabinet Design Series: As indicated on the Drawings. 2. Adjustable Shelf Loading: 50 lbs. per sq. ft.. 3. Cabinet Style: Flush overlay. 4. Cabinet Doors and Drawer Fronts: Flush style. 5. Drawer Side Construction: Manufacturer's option. S. Drawer Construction Technique: As recommended by fabricator. 2.02 WOOD -BASED COMPONENTS A. Wood fabricated from old growth timber is not permitted. 2,03 LAMINATE MATERIALS A. Manufacturers: 1. Formica Corporation; Product Earthen Wrap 5880-58: www.formica.com. 2. Substitutions: See Section 016000 - Product Requirements. B. High Pressure Decorative Laminate (HPDL): NEMA LD 3, types as recommended for specific applications. C. Provide specific types as scheduled. 1. Horizontal Surfaces: HGS, 0.048 inch nominal thickness, Earthen Wrap 5880-58. 2. Vertical Surfaces: VGS, 0.028 inch nominal thickness, Earthen Wrap 5880-58. 3. Cabinet Liner: CLS, 0.020 inch nominal thickness, through color, white satin finish. 4. Laminate Backer: BKL, 0.020 inch nominal thickness, undecorated; for application to concealed backside of panels faced with high pressure decorative laminate. 2.04 COUNTERTOPS A. As specified in Section 123600. 2,05 ACCESSORIES A. Adhesive: Type recommended by fabricator to suit application. B. Plastic Edge Banding: Extruded PVC, flat shaped; smooth finish; self locking serrated tongue; of width to match component thickness. 1. Color: As selected by Architect from manufacturer's full range. 2. Use at all exposed edges. 3. Use at all exposed shelf edges. C. Fasteners: Size and type to suit application. D. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; galvanized or chrome -plated finish in concealed locations and stainless steel or chrome -plated finish in exposed locations. E. Concealed Joint Fasteners: Threaded steel. F. Grommets: Standard plastic grommets for cut-outs, in color to match adjacent surface. 2.06 HARDWARE A. Hardware: BHMA A156.9, types as recommended by fabricator for quality grade specified. B. Adjustable Shelf Supports: Standard side -mounted system using recessed metal shelf standards or multiple holes for pin supports and coordinated self rests, polished chrome finish, for nominal 1 inch spacing adjustments. C. Drawer and Door Pulls: "U" shaped wire pull, steel with chrome finish, 4 inch centers. New Mope Arena - Interior Improvement Project 064100-2 ARCHITECTURAL WOOD CASEWORK 292 Project Number 12002.00 D. Stainless Steel Legs: Manufactures standard 6" high adjustable legs for casework in community room. Legs need to be NSF and Health Code approved. E. Cabinet Locks: Keyed cylinder, two keys per lock, master keyed, steel with satin finish. F. Drawer and Pull Out Shelf Slides: 7. Type: Full extension with overtravei. 2. Static Load Capacity: Extra Heavy Duty grade. 3. Mounting: Side mounted. 4. Stops: Integral type. 5. Features: Provide self closing/stay closed type. B. Manufacturers: a. Accuride International, Inc: www.accudde.com. b. Grass America Inc: www.grassusa.com. c. Knape & Vogt Manufacturing Company: www.knapeandvogt.com. d. Substitutions: See Section 016000 -Product Requirements. G. Hinges: European style concealed self-closing type, steel with satin finish. 1. Manufacturers: a. Grass America Inc: www.grassusa.com. b. Hardware Resources: www.hardwararesources.com. c. Substitutions: See Section 016000 - Product Requirements. 2.07 SHOP TREATMENT OF WOOD MATERIALS A. Provide UL approved identification on fire retardant treated material. B. Deliver fire retardant treated materials cut to required sizes. Minimize field cutting. 2.08 FABRICATION A. Assembly. Shop assemble cabinets for delivery to site in units easily handled and to permit passage through building openings. B. Edging: Fit shelves, doors, and 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. D. Plastic Laminate: Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. Fit comers and joints hairline; secure with concealed fasteners. Slightly bevel arises. Locate counter butt joints minimum 2 feet from sink cut-outs. 1. Apply laminate backing sheet to reverse side of plastic laminate finished surfaces. 2. Cap exposed plastic laminate finish edges with plastic trim. E. Mechanically fasten back splash to countertops with steel brackets at 16 inches on center. F. Provide cutouts for plumbing fixtures. Verify locations of cutouts from on-site dimensions. Seal cut edges. 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. 3.02 INSTALLATION A. Set and secure custom cabinets in place, assuring that they are rigid, plumb, and level. B. Use fixture attachments in concealed locations for wall mounted components. C. Use concealed joint fasteners to align and secure adjoining cabinet units. D. Carefully scribe casework abutting other components, with maximum gaps of 1132 inch. Do not use additional overlay trim for this purpose. New Hope Arena - Interior Improvement Project 064100-3 ARCHITECTURAL WOOD CASEWORK 202 Project Number 12002.00 E. Secure cabinets to floor using appropriate angles and anchorages. F. Countersink anchorage devices at exposed locations. Conceal with solid wood plugs of species to match surrounding wood; finish flush with surrounding surfaces. 3.03 ADJUSTING A. Test installed work for rigidity and ability to support loads. 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 New Hope Arena - Interior Improvement Project 064100-4 ARCHITECTURAL WOOD CASEWORK 292 Project Number 12002.00 SECTION 071400 FLUID APPLIED WATERPROOFING PART1 GENERAL 1.01 SECTION INCLUDES A. Fluid applied membrane waterproofing. B. Cant strips and other accessories. C. Drainage panels and Protection boards. 1.02 RELATED REQUIREMENTS A. Section 312323 - Fill. B. Section 072100 -Thermal Insulation: Insulation used for protective cover. C. Section 079005 -Joint Sealers: Sealant for joints in substrates. 1.03 REFERENCE STANDARDS A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. AATCC Test Method 30 - Antifungal Activity, Assessment on Textile Materials: Mildew and Rot Resistance of Textile Materials; 2004. C. ASTM C836 - Standard Specification for High Solids Content, Cold Liquid -Applied Elastomeric Waterproofing Membrane for Use With Separate Wearing Course; 2011. D. ASTM C1308 - Standard Test Method for Hydrostatic Pressure Resistance of a Liquid -Applied Waterproofing Membrane; 2008. E. ASTM D412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers - Tension; 2006a. F. ASTM D429 - Standard Test Methods for Rubber Property—Adhesion to Rigid Substrates; 2008. G. .ASTM D624 - Standard Test Method For Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers; 2000 (Reapproved 2007). H. ASTM C661 - Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer, 2006 (Reapproved 2011). I. ASTM D2240 - Standard Test Method For Rubber Property--Durometer Hardness; 2005 (Reapproved 2010). J. ASTM D3468 - Standard Specification for Liquid -Applied Neoprene and Chlorosulfonated Polyethylene Used in Roofing and Waterproofing; 1999 (Reapproved 2006). K. ASTM D4541 - Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers; 2009. L. ASTM D5385 - Standard Test Method for Hydrostatic Pressure Resistance of Waterproofing Membranes; 1993 (Reapproved 2006). M. ASTM E96/E96M - Standard Test Methods For Water Vapor Transmission of Materials; 2010. N. ASTM E154 - Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Watts, or as Ground Cover, 2008a. O. ICC -ES AC29 - Acceptance Criteria for Cold, Liquid -Applied, Below -Grade, Exterior Dampproofing and Waterproofing Materials; ICC Evaluation Service, Inc.; 2004 (R2008). 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data for membrane, surface conditioner, flexible flashings, joint cover sheet, and joint and crack sealants. C. Shop Drawings: Indicate special joint or termination conditions and conditions of interface with other materials. New Hope Arena - Interior Improvement Project 071400-1 FLUID -APPLIED WATERPROOFING 292 Project Number 12002.00 D. Certificate: Certify that products meet or exceed specified requirements. E. Manufacturer's Installation Instructions: Indicate special procedures. F. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacture of fluid -applied waterproofing membranes with three years experience. B. Installer Qualifications: Company specializing in installation of fluid -applied waterproofing with minimum 3 years experience. 1.06 FIELD CONDITIONS A. Maintain ambient temperatures above 40 degrees F for 24 hours before and during application and until cured. 1.07 WARRANTY A. See Section 017800 - Closeout Submittals, for additional warranty requirements. B. Contractor shall correct defective Work within a five year period after Date of Substantial Completion; remove and replace materials concealing waterproofing at no cost to Owner. C. Provide five year manufacturer warranty for waterproofing failing to resist penetration of water except where such failures are the result of structural failures of building. Hairline cracking of concrete due to temperature change or shrinkage is not considered a structural failure. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Cold -Applied Rubberized Asphalt/HDPE Composite Waterproofing Manufacturers: B. Cold -Applied, Water -Based Asphalt Emulsion Waterproofing Manufacturers: 1. Carlisle Coatings & Waterproofing, Inc: www.cadisle-ccw.com. 2. W.R. Meadows, Inc; MEL-ROL LM: www.wnneadows.com. 3. Substitutions: See Section 016000 - Product Requirements. 2.02 WATERPROOFING APPLICATIONS A. Codd -Applied Rubberized Asphalt/HDPE Composite Waterproofing: Use at new foundation perimeter, extents as shown on drawings. 1. Cover with drainage panel. 2.03 MEMBRANE AND FLASHING MATERIALS A. Cold -Applied Rubberized Asphalt/HDPE Composite Waterproofing: Water-based, capable of being applied to green concrete; spray -applied polymer modified asphalt membrane with HDPE core and drainage composite. 1. Film Thickness: 157 mills (6 inch), minimum. 2. Tensile Strength: 662 psi, minimum, when tested in accordance with ASTM D412. 3. Ultimate Elongation: 4,140 percent, minimum, when tested in accordance with ASTM D412. 4. Moisture Vapor Transmission: 0.026 grams per square foot per hour, maximum, when tested in accordance with ASTM E96. 5. Water Vapor Permeability: 0.21 perm, maximum, when tested in accordance with ASTM E96. 6. Resistance to decay. 4 percent permanent loss, maximum, when tested in accordance with ASTM E154, Section 13. 7. Adhesion to Concrete and Masonry: 11 pounds -force per inch, when tested in accordance with ASTM C836. 8. Adhesion to HDPE: 28.36 pounds -force per inch, minimum, when tested in accordance with ASTM C836. New Hope Arena - Interior Improvement Project 071400-2 FLUID APPLIED WATERPROOFING 292 Project Number 12002.00 9. Adhesion to Polypropylene Fabric: 31.19 pounds -force per inch, minimum, when tested in accordance with ASTM C836. B. Cold -Applied, Water -Based Asphalt Emulsion Waterproofing: 1. Cured Thickness: 60 mils (0,060 inches), minimum. 2. Suitable for installation over concrete substrates. 3. Elongation: 1000 percent, measured in accordance with ASTM D412. 4. VOC Content: Less than 20 g/L when tested in accordance with 40 CFR 59 Subpart D (EPA Method 24). S. Water Vapor Permeability. 0.02 perm inch, measured, in accordance with ASTM E96/E96M. 6. Peel Adhesion: According to ASTM D412, for the following substrates. a. High Density Polyethylene Film: 12.2 pound -inches. b. Concrete and Concrete Masonry: 14.1 pound -inches. c. Glass Fiber Mat Faced Gypsum Board: 13.1 pound -inches. 7. Adhesion: Greater than 150 psi, measured in accordance with ASTM D4541. 8. Products: a. Carlisle Coatings & Waterproofing, Inc.; Product : www.cadisle-ccw.com. b. W.R. Meadows, Inc; MEL-ROL LM: www.wrmeadows.com. C. Flexible Flashings: Type recommended by membrane manufacturer. D. Joint Cover Sheet: 1 inch thick elastic sheet material designated for and compatible with membrane. 2.04 ACCESSORIES A. Surface Conditioner: type, compatible with membrane compound; as recommended by membrane manufacturer. B. Sealant for Substrate Surfaces: As recommended by membrane manufacturer. C. Separation Sheet: Sheet polyethylene, 6 mil thick. D. Protection Board: Rigid insulation specified in Section 072100. E. Drainage Panel: 1/4 inch thick formed plastic, hollowed sandwich; manufactured by F. Cant Strips: Premolded composition material. G. Counterflashings: Galvanized steel type, 0.01 inches thick. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify substrate surfaces are free of frozen matter, dampness, loose particles, cracks, pits, projections, penetrations, or foreign matter detrimental to adhesion or application of waterproofing system. C. Verify that substrate surfaces are smooth, free of honeycomb or pitting, and not detrimental to full contact bond of waterproofing materials. D. Verify that items that penetrate surfaces to receive waterproofing are securely installed. 3.02 PREPARATION A. Protect adjacent surfaces not designated to receive waterproofing. B. Clean and prepare surfaces to receive waterproofing in accordance with manufacturer's instructions. Power clean and prep existing foundation walls as required to ensure proper adhesion and bond of waterproofing materials. C. Do not apply waterproofing to surfaces unacceptable to manufacturer. D. Seal cracks and joints with sealant using methods recommended by sealant manufacturer. E. Install cant strips at inside comers. New Hope Arena - Interior Improvement Project 071400-3 FLUID -APPLIED WATERPROOFING 202 Project Number 12002.00 3.03 INSTALLATION A. Apply waterproofing in accordance with manufacturer's instructions . B. Apply primer or surface conditioner at a rate recommended by manufacturer. Protect conditioner from rain or frost until dry. C. At joints and cracks less than 112 inch in width including joints between horizontal and vertical surfaces, apply 12 inch wide strip of joint cover sheet. D. At joints from 112 to 1 inch in width, loop joint cover sheet down into joint between 1-114 and 11-314 inch. Extend sheet 6 inches on either side of expansion joint. E. Center joint cover sheet over joints. Roll sheet into 118 inch coating of waterproofing material. Apply second coat over sheet extending minimum of 6 inches beyond sheet edges. F. Extend membrane over cants and up intersecting surfaces at membrane perimeter minimum 6 inches above horizontal surface for first ply and 3 inches at subsequent plies laid in shingle fashion. G. Apply extra thickness of waterproofing material at corners, intersections, and angles. H. Install flexible flashings and seal into waterproofing material. Seal items penetrating through membrane with flexible flashings. I. Seal membrane and flashings to adjoining surfaces. Install termination bar at all edges. Install counterflashing over all exposed edges. 3.04 INSTALLATION - DRAINAGE PANEL and PROTECTION BOARD A. Place drainage panel directly against membrane, butt joints, place to encourage drainage downward. Scribe and cut boards around projections, penetrations, and interruptions. B. place protection board directly against drainage panel; butt joints. Scribe and cut boards around projections, penetrations, and interruptions. C. Adhere protection board to substrate with compatible adhesive. 3.05 FIELD QUALITY CONTROL A. Owner will provide testing services in accordance with Section 014000 - Quality Requirements. Contractor shall provide temporary construction and materials for testing. B. If leaking is found, remove water, repair leaking areas with new waterproofing materials as directed by Architect; repeat flood test. Repair damage to building. C. When area is proven watertight, drain water and remove dam. 3.06 PROTECTION A. Do not permit traffic over unprotected or uncovered membrane. END OF SECTION New Hope Arena - Interior Improvement Project 071400-4 FLUID APPLIED WATERPROOFING 292 Project Number 12002.00 SECTION 072100 THERMAL INSULATION PARTS GENERAL 1.01 SECTION INCLUDES A. Board insulation at perimeter foundation wall and underside of floor slabs. B. Batt insulation and vapor retarder in exterior wall, ceiling, and roof construction. 1.02 RELATED REQUIREMENTS A. Section 061000 - Rough Carpentry: Supporting construction for batt insulation. B. Section 072119 - Foamed -In -Place Insulation: Plastic foam insulation other than boards. C. Section 072500 - Weather Barriers: Separate air barrier and vapor retarder materials. D. Section 075400 - Thermoplastic Membrane Roofing: Insulation specified as part of roofing system. E. Section 078400 - Firestopping: Insulation as part of fire -rated through -penetration assemblies. F. Section 092116 - Gypsum Board Assemblies: Acoustic insulation inside walls and partitions. 1.03 REFERENCE STANDARDS A. ASTM C578 - Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation; 2010a. B. ASTM 0665 - Standard Specification for Mineral -Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing; 2006. C. ASTM D2842 - Standard Test Method for Water Absorption of Rigid Cellular Plastics; 2006. D. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2010b, E. ASTM E981E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2010. F. ASTM E136 - Standard Test Method for Behavior of Materials in a Vertical Tube Furnace At 750 Degrees C; 2011. G. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of Building Materials; National Fire Protection Association; 2006. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on product characteristics, performancecriteria, and product limitations. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.05 FIELD CONDITIONS A. Do not install insulation adhesives when temperature or weather conditions are detrimental to successful installation. PART 2 PRODUCTS 2.09 APPLICATIONS A. Insulation Under Concrete Slabs: Extruded polystyrene board. B. Insulation at Perimeter of Foundation: Extruded polystyrene board. C, Insulation in Metal Framed Walls: Batt insulation with no vapor retarder. 2.02 FOAM BOARD INSULATION MATERIALS A. Extruded Polystyrene Board insulation: ASTM C578, Type X; Extruded polystyrene board with either natural skin or cut cell surfaces; with the following characteristics: 1. Flame Spread Index: 75 or less, when tested in accordance with ASTM E84. 2. Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84. New Hope Arena - Interior Improvement Project 072100-1 THERMAL INSULATION 292 Project Number 12002.00 3. Board Size: 48 x 96 inch. 4. Board Thickness: 2 inches, minimum. 5. Board Edges: Tongue -and -groove. 6. Thermal Conductivity (k factor) at 25 degrees F: 0.18. 7. Water Absorption, maximum: 0.3 percent, volume. 8. Manufacturers: a. Dow Chemical Co: www.daw.com. b. Owens Corning Corp: www.owenscorning.com. 9. Substitutions: See Section 016000 - Product Requirements. 2.03 BATT INSULATION MATERIALS A. Where bait insulation is indicated, either glass fiber or mineral fiber bats insuEation may be used, at Contractor's option. B. Glass Fiber Batt Insulation: Flexible preformed batt or blanket, complying with ASTM C665; friction fit. 1. Combustibility: Non-combustible, when tested in accordance with ASTM E136, except for facing, if any. 2. Formaldehyde Content: Zero. 3. Thickness: 3.5 inch. 4. Facing: Unfaced. 5. Manufacturers: a. CertainTeed Corporation: www.certainteed.com. b. Johns Manville Corporation: www.jm.com. c. Owens Corning Corp: www.owenscorning.com. 6. Substitutions: See Section 016000 -Product Requirements. C. Mineral Fiber Batt Insulation: Flexible preformed batt or blanket, complying with ASTM C665; friction fit; unfaced flame spread index of 0 (zero) when tested in accordance with ASTM E84. 1. Smoke Developed Index: 0 (zero), when tested in accordance with ASTM E84. 2. Thickness: 3.5 inch. 3. Manufacturers: a. Thermafiber, Inc: www.thermafiiber.com. b. Substitutions: See Section 016000 - Product Requirements. 2.04 ACCESSORIES A. Sheet Vapor Retarder: Black polyethylene film for above grade application, 10 mil thick. B. Tape: Polyethylene self -adhering type, mesh reinforced, 2 inch wide. C. Insulation Fasteners: Impaling clip of unfinished steel with washer retainer and clips, to be adhered to surface to receive insulation, length to suit insulation thickness and substrate, capable of securely and rigidly fastening insulation in place. D. Nails or Staples: Steel wire; electroplated or galvanized; type and size to suit application. E. Protection Board for Below Grade Insulation: Cementitious, 114 inch thick. F. Adhesive: Type recommended by insulation manufacturer for application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation materials are dry and that substrates are ready to receive insulation and adhesive. B. Verify substrate surfaces are flat, free of honeycomb, fins, irregularities, or materials or substances that may impede adhesive bond. 3.02 BOARD INSTALLATION AT FOUNDATION PERIMETER A. Adhere a 6 inch wide strip of polyethylene sheet over construction, control, and expansion joints with double beads of adhesive each side of joint. New Hope Arena - Interior Improvement Project 072100-2 THERMAL INSULATION 292 Project Number 12002.00 1. Tape sea] joints. 2. Extend sheet full height of joint. B. Apply adhesive to back of boards: 1. Three continuous beads per board length. 2. Full bed 1/8 inch thick. C. Install boards horizontally on foundation perimeter. 1. Place boards to maximize adhesive contact. 2. Install in running bond pattern. 3. Butt edges and ends tightly to adjacent boards and to protrusions. D. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. E. lmmediateiyfollow]ng application of board insulation, place protective boards over exposed insulation surfaces. 1. Apply adhesive in five continuous beads per board length. 2. Install boards horizontally from base of foundation to top of insulation. 3. Butt boards tightly, with joints staggered from insulation joints. 3.03 BOARD INSTALLATION CINDER CONCRETE SLABS A. Place insulation under slabs on grade after base for slab has been compacted. B. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. C. Prevent insulation from being displaced or damaged while placing vapor retarder and placing slab. 3.04 BATT INSTALLATION A. Install insulation in accordance with manufacturer's instructions. B. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids. C. Fit insulation tightly in cavities and tightly to exterior side of mechanical and electrical services within the plane of the insulation. 3.05 PROTECTION A. Do not permit installed insulation to be damaged prior to its concealment. END OF SECTION New hope Arena - Interfor improvement Project 072100-3 THERMAL INSULATION 292 Project Number 12002.00 SECTION 072119 FOAMED4N-PLACE INSULATION PART1 GENERAL 1.01 SECTION INCLUDES A. Foamed -in-place insulation. 1. In exterior framed walls. 2. At junctions of dissimilar wall and roof materials. 1.02 REFERENCE STANDARDS A. ASTM C177 - Standard Test Method for Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded -Hat -Plate Apparatus; 2010. B. ASTM C518 - Standard Test Method for Steady -State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus; 2010. C. ASTM C1029 - Standard Specification for Spray -Applied Rigid Cellular Polyurethane Thermal Insulation; 2010. D. ASTM D1621 - Standard Test Method for Compressive Properties of Rigid Cellular Plastics; 2010. E. ASTM D1622 - Standard Test Method for Apparent Density of Rigid Cellular Plastics; 2008. F. ASTM D2842 - Standard Test Method for Water Absorption of Rigid Cellular Plastics; 2006. G. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2010b. H. ASTM E961E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2010. 1. ASTM E2178 - Standard Test Method for Air Permeance of Building Materials; 2003. 1.03 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide product description, insulation properties, overcoat properties, and preparation requirements. C. Manufacturer's Installation Instructions: Indicate special procedures, details, and perimeter conditions requiring special attention. D. Certificates: Certify that products of this section meet or exceed specified requirements. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products of the type specified in this section, with not less than three years of documented experience. B. Applicator Qualifications: Company specializing in performing work of the type specified, with minimum 3 years of experience. 1.05 REGULATORY REQUIREMENTS A. Conforrri to applicable code for flame and smoke limitations. 1.06 FIELD CONDITIONS A. Do not apply foam when temperature is below that specified by the manufacturer for ambient air and substrate. B. Do not apply foam when temperature is within 5 F of dew point. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Foamed -In -Place Insulation: 1. BASF Polyurethane Foam Enterprises LLC; Product www.basf.us. 2. Substitutions: See Section 016000 - Product Requirements. New Hope Arena - Interior Improvement Project 072119-1 FOAMED -IN-PLACE INSULATION 292 Project Number 12002.00 2.02 MATERIALS A. Foamed -In -Place Insulation: Medium -density, rigid or semi-rigid, open or closed cell polyurethane foam; foamed on-site, using blowing agent of water or non -ozone-depleting gas. 1. Aged Thermal Resistance (R -value): 5 (deg F hr sq ft)IBtu, minimum, when tested at 1 inch thickness in accordance with ASTM C518 after aging for 180 days at 41 degrees F. 2. Water Vapor Permeance: Vapor retarder; 1 perm, maximum, when tested at intended thickness in accordance with ASTM E961E96M, dessicant method. 3. Water Absorption: 1 percent by volume, maximum, when tested in accordance with ASTM D2842. 4. Air Permeance: 0.004 cfm/sq ft, maximum, when tested at intended thickness in accordance with ASTM E2178 at 1.5 psf. 5. Closed Cell Content: At least 90 percent. 6. Surface Burning Characteristics: Flame spread/Smoke developed index of 251450, maximum, when tested in accordance with ASTM E84. 2.03 ACCESSORIES A. Primer: As required by insulation manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Verify work within construction spaces or crevices is complete prior to insulation application. B. Verify that surfaces are clean, dry, and free of matter that may inhibit insulation or overcoat adhesion. 3.02 PREPARATION A. Mask and protect adjacent surfaces from over spray or dusting. B. Apply primer in accordance with manufacturers instructions. 3.03 APPLICATION A. Apply insulation in accordance with manufacturers instructions. B. Patch damaged areas. C. Where applied to voids and gaps assure space for expansion to avoid pressure on adjacent materials that may bind operable parts. D. Trim excess away for applied trim or remove as required for continuous sealant bead. 3.04 PROTECTION A. Do not permit subsequent construction work to disturb applied insulation. END OF SECTION New Hope Arena - Interior Improvement Project 072119-2 FOAMED -IN-PLACE INSULATION 292 Project Number 12002.00 SECTION 072500 WEATHER BARRIERS PART1 GENERAL 1.01 SECTION INCLUDES A. Water -Resistive Barrier: Under exterior wall cladding, over sheathing or other substrate; not air tight or vapor retardant. B. Vapor Retarders: Materials to make exterior walls, joints between exterior walls and roof, and joints around frames of openings in exterior walls water vapor -resistant and air tight. C. Air Barriers: Materials that form a system to stop passage of air through exterior walls, joints between exterior walls and roof, joints around frames of openings in exterior walls, and 1.02 RELATED REQUIREMENTS A. Section 033000 - Cast -In -Place Concrete: Vapor retarder under concrete slabs on grade. B. Section 061000 - Rough Carpentry: Water -resistive barrier under exterior cladding. C. Section 072100 - Thermal Insulation: Vapor retarder installed in conjunction with batt insulation. D. Section 075400 - Thermoplastic Membrane Roofing: Vapor retarder installed as part of roofing system. FE Section 076200 - Sheet Metal Flashing and Trim: Metal flashings installed in conjunction with weather barriers. F. Section 079005 - Joint Sealers: Sealant materials and installation techniques. G. Section 092116 - Gypsum Board Assemblies: Water -resistive barrier under exterior cladding. 1.03 DEFINITIONS A. Weather Barrier: Assemblies that form either water -resistive barriers, air barriers, or vapor retarders. B. Air Barrier. Air tight barrier made of material that is relatively air impermeable but water vapor permeable, both to the degree specified, with sealed seams and with sealed joints to adjacent surfaces. Note: For the purposes of this specification, vapor impermeable air barriers are classified as vapor retarders. C. Vapor Retarder. Air tight barrier made of material that is relatively water vapor impermeable, to the degree specified, with sealed seams and with sealed joints to adjacent surfaces. 1. Water Vapor Permeance: For purposes of conversion, 57.2 ng/(Pa s sq m) =1 perm. D. Water -Resistive Bander: Water -shedding barrier made of material that is moisture -resistant, to the degree specified, intended to be installed to shed water without sealed seams. 1.04 REFERENCE STANDARDS A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. AATCC Test Method 30 - Antifungal Activity, Assessment on Textile Materials: Mildew and Rot Resistance of Textile Materials; 2004. C. AATCC Test Method 127 - Water Resistance: Hydrostatic Pressure Test; 2008. D. ASTM C836 - Standard Specification for High Solids Content, Cold Liquid -Applied Elastomeric Waterproofing Membrane for Use with Separate Wearing Course; 2011. E. ASTM D412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers—Tension; 2006s. F. ASTM D779 - Standard Test Method for Water Resistance of Paper, Paperboard, and Other Sheet Materials by the Dry Indicator Method; 2003. G. ASTM D903 - Standard Test Method for Peel or Stripping Strength of Adhesive Bonds; 1998 (reapproved 2010). New Hope Arena - Interior improvement Project 072500-1 WEATHER BARRIERS 292 Project Number 12002.00 H. ASTM D4397 - Standard Specification for Polyethylene Sheeting for Construction, Industrial, and Agricultural Applications; 2010. I. ASTM D4541- Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers; 2009. J. ASTM E961E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2010. K. ASTM Ell 745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs; 2009. L. ASTM E2178 - Standard Test Method for Air Permeance of Building Materials; 2003. M. ICC -ES AC38 - Acceptance Criteria for Water -Resistive Barriers; ICC Evaluation Service, Inc.; 2009. N. ICC -ES AC148 - Acceptance Criteria for Flexible Flashing Materials; ICC Evaluation Service, Inc.; 2007. 0. iCC-ES AC212 - Acceptance C Le a 10r Water -Resistive Coatings Used as Water -Resistive Barriers over Exterior Sheathing; ICC Evaluation Service, Inc.; 2009. 9.05 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on material characteristics. C. Shop Drawings: Provide drawings of special joint conditions. D. Manufacture's Installation Instructions: Indicate preparation and installation methods. 4.05 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the materials manufacturers before, during and after installation. PART 2 PRODUCTS 2.04 WEATHER BARRIER ASSEMBLIES A. Water -Resistive Barrier: Provide on exterior walls under exterior cladding. 1. Under glu-lam trim, use one layer of building paper over fluid -applied coating. 2.02 WATER -RESISTIVE BARRIER MATERIALS (NEITHER AIR BARRIER NOR VAPOR RETARDER) A. Building Paper: Asphalt -saturated Kraft building paper complying with requirements of ICC -ES AC38 Grade D. 1. Water Resistance: 60 minutes, minimum, when tested in accordance with ASTM 13779. 2.03 AIR BARRIER MATERIALS (WATER VAPOR PERMEABLE AND WATER -RESISTIVE) 2.04 VAPOR RETARDER MATERIALS (AIR BARRIER AND WATER -RESISTIVE) A. Vapor Retarder Sheet Type! Rubberized asphalt bonded to sheet polyethylene self adhesive, complying with ASTM D1970. 1. Thickness: 40 mil (0.040 inch) , nominal. 2. Water Vapor Permeance: 0.05 perm, maximum, when tested in accordance with ASTM E961E96M. 3. Acceptable Products: a. Carlisle Coatings and Waterproofing, Inc.; CCW -705 Air and Vapor Barrier Sheet: www.cadisle-ccw.com. b. Carlisle Coatings and Waterproofing, Inc.; CCW -705 Air and Vapor Barrier Strips: www.carlisle-ccw.com. c. W.R. Meadows, Inc.; Air -Shield: www.wrmeadows.com. d. Substitutions: See Section 016000 -Product Requirements. 2.05 SEALANTS A. Silicone Sealant: as specified in Section 079005. B. Sealant Backers: As specified in Section 079005. New Hope Arena - Interior Improvement Project 072500-2 WEATHER BARRIERS 292 Project Number 12002.00 C. Primers, Cleaners, and Other Sealant Materials: As recommended by sealant manufacturer, appropriate to application, and compatible with adjacent materials. 2.06 ADHESIVES A. Nan -Curing Adhesive: Compatible with sheet seal and substrate, permanently non -curing. 2.07 ACCESSORIES A. Flexible Flashing: Self-adhesive sheet flashing complying with ASTM D1970. 1. Thickness: 40 mil (0.040 inch) , nominal. 2. Water Vapor Permeance: 0.05 perm, maximum, when tested in accordance with ASTM E961E96M. 3. Acceptable Products: a. Carlisle Coatings and Waterproofing, Inc.; CCW -705 TFW: www.carlisle-ccw.corn. b. Substitutions: See Section 016000 - Product Requirements. B. Thinners and Cleaners: As recommended by material manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces and conditions are ready to accept the work of this section. 3.02 PREPARATION A. Remove projections, protruding fasteners, and loose or foreign matter that might interfere with proper installation. B. Clean and prime substrate surfaces to receive adhesives in accordance with manufacturer's instructions. 3.03 INSTALLATION A. Install materials in accordance with manufacturer's instructions. B. Water -Resistive Barriers: Install continuous barrier over surfaces indicated, with sheets lapped to shed water but with seams not sealed. C. Air Barriers: Install continuous airtight barrier over surfaces indicated, with sealed seams and with sealed joints to adjacent surfaces. D. Vapor Retarders: Install continuous air tight barrier over surfaces indicated, with sealed seams and with sealed joints to adjacent surfaces. E. Apply sealants and adhesives within recommended application temperature ranges. Consult manufacturer if temperature is out of this range. F. Mechanically Fastened Sheets - On Exterior: 1. Install sheets shingle -fashion to shed water, with seams generally horizontal. 2. Overlap seams as recommended by manufacturer but at least 6 inches. 3. Overlap at outside and inside corners as recommended by manufacturer but at least 12 inches. 4. Install water -resistive barrier over jamb flashings. 5. Install air barrier and vapor retarder UNDER jamb flashings. 6. Install head flashings under weather barrier. 7. At openings to be filled with frames having nailing flanges, wrap excess sheet into opening; at head, seal sheet over flange and flashing. G. Self -Adhesive Sheets: 1. Prepare substrate in manner recommended by sheet manufacturer; fill and tape joints in substrate and between dissimilar materials. 2. Lap sheets shingle -fashion to shed water and seal laps air tight. 3. Once sheets are in place, press firmly into substrate with resilient hand roller; ensure that all laps are firmly adhered with no gaps or fishmouths. New Hope Arena - Interior Improvement Project 072500-3 WEATHER BARRIERS 292 Project Number 12002.00 4. Use same material, or other material approved by sheet manufacturer for the purpose, to seal to adjacent construction and as flashing. 5. At wide joints, provide extra flexible membrane allowing joint movement. H. Openings and Penetrations in Exterior Weather Barriers: 1. Install flashing over sills, covering entire sill frame member, extending at least 5 inches onto weather barrier and at least 6 inches up jambs; mechanically fasten stretched edges. 2. At openings to be filled with frames having nailing flanges, seal head and jamb flanges using a continuous bead of sealant compressed by flange and comer flanges with at least 4 inches wide; do not seal sill flange. 3. At openings to be filled with non -flanged frames, seal weather barrier to all sides of opening framing, using flashing at least 9 inches wide, covering entire depth of framing. 4. At head of openings, install flashing under weather barrier extending at least 2 inches beyond face of jambs; seal weather barrier to flashing. 5. At interior face of openings, seal gap between vVindowldoor frame and rough framing, using joint sealant over backer rod. 6. Service and Other Penetrations: Form flashing around penetrating item and seal to weather barrier surface. 3.04 FIELD QUALITY CONTROL A. Do not cover installed weather barriers until required inspections have been completed. B. Obtain approval of installation procedures by the weather barrier manufacturer based on a mock-up installed in place, prior to proceeding with remainder of installation. C. Take digital photographs of each portion of the installation prior to covering up. 3.06 PROTECTION A. Do not leave materials exposed to weather longer than recommended by manufacturer. B. Do not leave paper- or felt -based barriers exposed to weather for longer than one week. END OF SECTION New Hope Arena - Interior Improvement Project 072500-4 WEATHER BARRIERS 292 Project Number 12002.00 SECTION 075400 THERMOPLASTIC MEMBRANE ROOFING PART1 GENERAL 1.01 SECTION INCLUDES A. Adhered system with thermoplastic roofing membrane. B. Installing compatable flashings at existing EPDM roof membrane for new exhaust fan curb installation. Refer to mechanical drawings for location. C. Insulation, flat and tapered. D. Vapor retarder. E. Deck sheathing. F. Flashings. G. Roofing cant strips. 1.02 RELATED REQUIREMENTS A. Section 061000 - Rough Carpentry: Wood nailers and curbs. B. Section 076200 - Sheet Metal Flashing and Trim: Counterflashings, reglets, . 1.03 REFERENCE STANDARDS A. ASTM C177 - Standard Test Method for Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded -Hot -Plate Apparatus; 2010. B. ASTM C578 - Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation; 2010a. C. ASTM C728 - Standard Specification for Perlite Thermal Insulation Board; 2005 (Reapproved 2010). D. ASTM C11771C1177M - Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing; 2008. E. ASTM D6878 - Standard Specification for Thermoplastic Polyolefin Based Sheet Roofing; 2011. F. ASTM E961E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2010. G. ASTM E1980 - Standard Practice for Calculating Solar Reflectance Index of Horizontal and Low -Sloped Opaque Surfaces; 2011. H. FM P7825 -Approval Guide; Factory Mutual Research Corporation; current edition. I. FM DS 1-28 - Wind Design; Factory Mutual Research Corporation; 2007. J. NRCA ML104 -The NRCA Roofing and Waterproofing Manual; National Roofing Contractors Association; Fifth Edition, with interim updates. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section. 1. Review preparation and installation procedures and coordinating and scheduling required with related work. 1.05 SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating membrane materials, flashing materials, insulation, vapor retarder, surfacing, and fasteners. C. Specimen Warranty: For approval. D. Shop Drawings: Indicate joint or termination detail conditions, conditions of interface with other materials, and setting plan for tapered insulation. E. Samples for Verification: Submit two samples 6x6 inches in size illustrating insulation and colored coating. New Hope Arena - Interior Improvement Project 075400-1 THERMOPLASTIC MEMBRANE ROOFING 292 Project Number 12002.04 F. Manufacturer's Installation Instructions: Indicate membrane seaming precautions and perimeter conditions requiring special attention. G. Manufacturer's Certificate. Certify that products meet or exceed specified requirements. H. Manufacturer's Field Reports: Indicate procedures followed, ambient temperatures, humidity, wind velocity during application, and supplementary instructions given. 1. Warranty. Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. B. Installer Qualifications: Company specializing in performing the work of this section: 1. Approved by membrane manufacturer. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver products in manufacturers original containers, dry, undamaged, with seals and labels intact. B. Store products in weather protected environment, clear of ground and moisture. C. Protect foam insulation from direct exposure to sunlight. 1.08 WARRANTY A. See Section 017800 - Closeout Submittals, for additional warranty requirements. B. Material Warranty: Provide membrane manufacturers warranty agreeing to replace material that shows manufacturing defects within 5 years after installation. C. System Warranty: Provide manufacturers system warranty agreeing to repair or replace roofing that leaks or is damaged due to wind or other natural causes. 1. Warranty Term: 10 years. 2. For repair and replacement include costs of both material and labor in warranty. 3. Exceptions NOT Permitted: a. Damage due to roof traffic. b. Damage due to wind of speed greater than 56 mph but less than 90 mph. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Thermoplastic Polyolefin Membrane Materials: 1. Carlisle SynTec; Sure -Weld TPO: www.radisle-syntec.com. 2. Substitutions: See Section 016000 - Product Requirements. B. Insulation: 1. Carlisle SynTec; SecurShield Insulation: www.cadisle-syntec.com. 2. GAF Materials Corporation; EnergyGuard Polylso Insulation: www.gaf.com. 3. Owens Corning Corp: www.owenscoming.com. 4. Substitutions: See Section 016000 - Product Requirements. 2.02 ROOFING - UNBALLASTED APPLICATIONS A. Thermoplastic Membrane Roofing: One ply membrane, fully adhered over vapor retarder and insulation. B. Roofing Assembly Requirements: 1. Solar Reflectance Index (SRI): 75, minimum, calculated in accordance with ASTM E1980. a. Field applied coating may not be used to achieve specified SRI. 2. Factory Mutual Classification. Class I and windstorm resistance of 1-90, in accordance with FM DS 1-28. 3. Insulation Thermal Value (R), minimum: 4" and as indicated on drawings. New Hope Arena - Interior Improvement Project 075400-2 THERMOPLASTIC MEMBRANE ROOFING 292 Project Number 42002.00 C. Acceptable Insulation Types - Tapered Application: Any of the types specified. 1. Tapered perlits or extruded polystyrene board. 2. Tapered perlite or extruded polystyrene board covered with uniform thickness perlite, molded polystyrene, polyisocyanurate, or extruded polystyrene board. 3. Uniform thickness perlite, polyisocyanurate, extruded polystyrene, or molded polystyrene board covered with tapered extruded polystyrene or perlite board. D. Surfacing: Colored roof coating. 2.03 ROOFING MEMBRANE AND ASSOCIATED MATERIALS & Membrane: 1. Material: Thermoplastic polyolefin (TPO) complying with ASTM D6878. 2. Reinforcing: Both internal fabric and backing. 3. Thickness: .115 inch, minimum inch, minimum. 4. Sheet Width: Factory fabricated into largest sheets possible. 5. Solar Reflectance: 0.75, minimum, initial, and 0.65, minimum, 3 -year, certified by Cool Roof Rating Council. 6. Thermal Emissivity: 0.80, minimum, initial, and 0.79, minimum, 3 -year, certified by Cool Roof Rating Council. 7. Color: Tan. B. Seaming Materials: As recommended by membrane manufacturer. C. Vapor Retarder: Carlisle 725 self adhereing air and vapor barrier, compatable with roof decking, roofing, and insulation materials. D. Flexible Flashing Material: Same material as membrane. E. Separation Sheet: Sheet polyethylene; 4 mil thick. 2.04 DECK SHEATHING A. Deck Sheathing: Glass mat faced gypsum panels, ASTM C11771C1177M, fire resistant type, 114 inch thick. 1. Products: a. Georgia-Pacific DensDeck, DensDeck Prime, or DensDeck DuraGuard: www.gp.com/build. b. Substitutions: See Section 016000 - Product Requirements. 2.05 INSULATION A. Perlite Board Insulation: Expanded perlite mineral aggregate, ASTM C728, with the following characteristics: 1. Tapered Board: Slope as indicated; minimum thickness inch; fabricate of fewest layers possible. B. Extruded Polystyrene Board Insulation: ASTM C 578, Type X; Extruded expanded polystyrene board with natural skin surfaces; with the following characteristics: 1. Board Size: 48 x 96 inch. 2. Board Thickness: 1-112 inches. 3. Tapered Board: Slope as indicated; minimum thickness 112 in; fabricate of fewest layers possible. 4. Board Edges: Square. 5. Thermal Conductivity (k factor) at 25 degrees F: 0.18 as determined by ASTM C177 6. Compressive Resistance: 25 psi. 7. Board Density. 1.3 lb/cu ft. 8. Water Absorption, maximum: 0.3 percent, volume. 2.06 ACCESSORIES A. Sheathing Adhesive: Non-combustible type, for adhering gypsum sheathing to metal deck. B. Sheathing Joint Tape: Heat resistant type, 6 inch wide, self adhering. New Elope Arena - Interior Improvement Project 075400-3 THERMOPLASTIC MEMBRANE ROOFING 292 Project Number 12402.00 C. Insulation Joint Tape: Glass fiber reinforced type as recommended by insulation manufacturer, compatible with roofing materials; 6 inches wide; self adhering. D. Membrane Adhesive: As recommended by membrane manufacturer. E. Surface Conditioner for Adhesives: Compatible with membrane and adhesives. F. Thinners and Cleaners: As recommended by adhesive manufacturer, compatible with membrane. G. Insulation Adhesive: As recommended by insulation manufacturer. H. Roofing Nails: Galvanized, hot dipped type, size and configuration as required to suit application. 1. Strip Reglet Devices: Galvanized steel, maximum possible lengths per location, with attachment flanges. J. Sealants: As recommended by membrane manufacturer. PART 3 EXECUTION 3.01 INSTALLATION - GENERAL. A. Perform work in accordance with NRCA Roofing and Waterproofing Manual and manufacturer's instructions. B. Do not apply roofing membrane during unsuitable weather. C. Do not apply roofing membrane when ambient temperature is outside the temperature range recommended by manufacturer. D. Do not apply rooting membrane to damp or frozen deck surface or when precipitation is expected or occurring. E. Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed the same day. F. Coordinate the work with installation of associated counterflashings installed by other sections as the work of this section proceeds. 3.02 EXAMINATION A. Verify that surfaces and site conditions are ready to receive work. B. Verify deck is supported and secure. C. Verify deck is clean and smooth, flat, free of depressions, waves, or projections, properly sloped and suitable for installation of roof system. D. Verify deck surfaces are dry and free of snow or ice. E. Verify that roof openings, curbs, and penetrations through roof are solidly set, and cant strips are in place. 3.03 METAL DECK PREPARATION A. Install deck sheathing on metal deck: 1. Lay with long side at right angle to flutes; stagger end joints; provide support at ends. 2. Cut sheathing cleanly and accurately at roof breaks and protrusions to provide smooth surface. 3. Tape joints. 4. Fasten sheathing to roof deck with continuous mopping of adhesive on each flute. 3.04 VAPOR RETARDER AND INSULATION - UNDER MEMBRANE A. Apply vapor retarder to deck surface with adhesive in accordance with manufacturer's instructions. 1. Extend vapor retarder under cant strips and blocking to deck edge. 2. Install flexible flashing from vapor retarder to air seal material of wall construction, lap and seal to provide continuity of the air barrier plane. New Hope Arena - Interior Improvement Project 075400-4 THERMOPLASTIC MEMBRANE ROOFING 292 Project Number 12002.00 B. Ensure vapor retarder is clean and dry, continuous, and ready for application of insulation. C. Attachment of Insulation: Embed insulation in adhesive in full contact, in accordance with roofing and insulation manufacturers' instructions. D. Lay subsequent layers of insulation with joints staggered minimum 6 inch from joints of preceding layer. E. Place tapered insulation to the required slope pattern in accordance with manufacturer's instructions. F. On metal deck, place boards parallel to flutes with insulation board edges bearing on deck flutes. G. Lay boards with edges in moderate contact without forcing. Cut insulation to fit neatly to perimeter blocking and around penetrations through roof. H. Tape joints of insulation in accordance with roofing and insulation manufacturers' instructions. I. Do not apply more insulation than can be covered with membrane in same day. 3.05 MEMBRANE APPLICATION A. Roll out membrane, free from wrinkles or tears. Place sheet into place without stretching. B. Shingle joints on sloped substrate in direction of drainage. C. Fully Adhered Application: Apply adhesive to substrate at rate of gal/square. Fully embed membrane in adhesive except in areas directly over or within 3 inches of expansion joints. Fully adhere one roll before proceeding to adjacent rolls. D. Overlap edges and ends and seal seams by contact adhesive, minimum 3 inches. Seal permanently waterproof. Apply uniform bead of sealant to joint edge. E. At intersections with vertical surfaces: 1. Extend membrane over cant strips and up a minimum of 12 inches onto vertical surfaces. 2. Fully adhere flexible flashing over membrane and up to nailing strips. 3. Secure flashing to nailing strips at 4 inches on center. 4. Insert flashing into reglets and secure. F. At gravel stops, extend membrane under gravel stop and to the outside face of the wall. G. Around roof penetrations, seal flanges and flashings with flexible flashing. H. Coordinate installation of roof scuppers and related flashings. 3.06 FIELD QUALITY CONTROL A. See Section 014000 - Quality Requirements, for general requirements for field quality control and inspection. B. Require site attendance of roofing and insulation material manufacturers daily during installation of the Work. 3.07 CLEANING A. Remove bituminous markings from finished surfaces. B. In areas where finished surfaces are soiled by work of this section, consult manufacturer of surfaces for cleaning advice and conform to their documented instructions. C. Repair or replace defaced or damaged finishes caused by work of this section. 3.08 PROTECTION A. Protect installed roofing and flashings from construction operations. B. Where traffic must continue over finished roof membrane, protect surfaces using durable materials. END OF SECTION New Elope Arena - Interior Improvement Project 075400-5 THERMOPLASTIC MEMBRANE ROOFING 292 Project Number 12002.00 SECTION 076200 SHEET METAL FLASHING AND TRIM PART? GENERAL 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including flashings, counterflashings, gutters, downspouts, and scuppers, and other items as detailed on drawings.. B. Reglets and accessories. 1.02 RELATED REQUIREMENTS A.. Section 061000 - Rough Carpentry: Wood nailers. B. Section 075400 - Thermoplastic Membrane Roofing: Roofing system. C. Section 079005 - Joint Sealers. D. Section 230000 - HVAC: Roof curbs for mechanical equipment. 1.03 REFERENCE STANDARDS A. AAMA 611 -Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 1998. B. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2005. C. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar, 2010. D. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2007. E. ASTM B209M - Standard Specification for Aluminum and Aluminum Alloy Sheet and Plate [Metrich 2007. F. ASTM D226 - Standard Specification for Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing; 2009. G. ASTM D4586 - Standard Specification for Asphalt Roof Cement, Asbestos -Free; 2007. H. SMACNA (ASMM) -Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors' National Association; 2003. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. C. Samples: Submit two samples 4x4 inch in size illustrating metal finish color. 1.05 QUALITY ASSURANCE A. Perform work in accordance with SMACNA Architectural Sheet Metal Manual requirements and standard details, except as otherwise indicated. B. Fabricator and Installer Qualifications: Company specializing in sheet metal work with 3 years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. B. Prevent contact with materials that could cause discoloration or staining. PART 2 PRODUCTS 2.01 SHEET MATERIALS A. Aluminum: ASTM 0209 (ASTM B209M); 0.032 inch thick; anodized finish of color as selected. New Hope Arena - Interior Improvement Project 076200-1 SHEET METAL FLASHING AND TRIM 292 Project Dumber 12002.00 1. Color Anodized Finish: AAMA 611 AA-M12C22A42144 Class I integrally or electrolytically colored anodic coating not less than 0.7 mils thick. 2.02 ACCESSORIES A. Fasteners: Galvanized steel, with soft neoprene washers. B. Underlayment: ASTM D226, organic roofing felt, Type II ("No. 30"). C. Primer. Zinc chromate type. D. Protective Backing Paint: Zinc molybdate alkyd. E. Sealant: Type Silicone specified in Section 079005. F. Plastic Cement: ASTM D4586, Type I. G. Reglets: Surface mounted type, galvanized steel ; face and ends covered with plastic tape _ 2.03 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Form pieces in longest possible lengths. C. Hem exposed edges on underside 112 inch; miter and seam corners. D. f=orm material with flat lock seams, except where otherwise indicated. At moving joints, use sealed lapped, bayonet-type or interlocking hooked seams. E. Fabricate comers from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. F. Fabricate vertical faces with bottom edge formed outward 114 inch and hemmed to form drip. G. Fabricate flashings to allow toe to extend 2 inches over roofing membrane. Return and brake edges. 2.04 SCUPPER AND DOWNSPOUT FABRICATION A. Downspouts: Rectangular profile, open face type. B. Scuppers: Rectangular with opening to accept open face downspout. C. Scuppers and Downspouts: Size indicated. D. Accessories: Profiled to suit scuppers and downspouts. 1. Anchorage Devices: In accordance with SMACNA requirements. 2. Gutter Supports: Brackets. 3. Downspout Supports: Brackets. E. Seal metal joints. PART 3 EXECUTION 3.01 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, reglets in place, and nailing strips located. B. Verify roofing termination and base flashings are in place, sealed, and secure. 3.02 PREPARATION A. Install starter and edge strips, and cleats before starting installation. B. Install surface mounted reglets true to lines and levels. Seal top of reglets with sealant. C. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil. 3.03 INSTALLATION A. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted. B. Apply plastic cement compound between metal flashings and felt flashings. New Hope Arena - Interior Improvement Project 076200-2 SHEET METAL FLASHING AND TRIM 292 Project Number 12002.00 C. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. D. Seal metal joints watertight. E. Secure scuppers and downspouts in place using concealed fasteners. 3.04 FIELD QUALITY CONTROL A. See Section 014000 - Quality Requirements, for field inspection requirements. B. Inspection will involve surveillance of work during installation to ascertain compliance with specked requirements. END OF SECTION New Hope Arena - Interior Improvement Project 076200-3 SHEET METAL FLASHING AND TRIM 202 Project Number 12DO2.00 SECTION 078100 APPLIED FIREPROOFING PART1 GENERAL 1.01 SECTION INCLUDES A. Fireproofing of interior structural steel. 1.02 RELATED REQUIREMENTS A. Section 051200 - Structural Steel Framing. B. Section 053100- Steel Decking. C. Section 078400 - Firestopping. D. Section 092116 - Gypsum Board Assemblies: Gypsum board fireproofing. 1.03 REFERENCE STANDARDS A. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2010b. B. ASTM E605 - Standard Test Methods for Thickness and Density of Sprayed Fire -Resistive Material (SFRM) Applied to Structural Members; 1993 (Reapproved 2011). C. ASTM E736 - Standard Test Method For Cohesion/Adhesion of Sprayed Fire -Resistive Materials Applied to Structural Members; 2000 (Reapproved 2006). D. ASTM E759 - Standard Test Method for Effect of Deflection on Sprayed Fire -Resistive Material Applied to Structural Members; 1992 (Reapproved 2005). E. ASTM E760 - Standard Test Method for Effect of impact on Bonding of Sprayed Fire -Resistive Material Applied to Structural Members; 1992 (Reapproved 2005). F. ASTM E937 - Standard Test Method for Corrosion of Steel by Sprayed Fire -Resistive Material (SFRM) Applied to Structural Members; 1993 (Reapproved 2011). G. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate with placement of ceiling hanger tabs, mechanical component hangers, and electrical components. B. Preinstallation Meeting: Convene one week before starting work of this section. 1.05 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittals procedures. B. Product Data: Provide data indicating product characteristics. C. Test Reports: Reports from reputable independent testing agencies for proposed products, indicating compliance with specified criteria, conducted under conditions similar to those on project, for. 1. Bond Strength. 2. Bond Impact. 3. Density. 4. Fire tests using substrate materials similar those on project. D. Manufacturer's Certificate: Certify that sprayed -on fireproofing products meet or exceed requirements of contract documents. E. Manufacturer's Field Reports: Indicate environmental conditions under which fireproofing materials were installed. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. New Hope Arena - Intedor Improvement Project 078100-1 APPLIED FIREPROOFING 292 Project Number 12002.00 B. Installer Qualifications: Company specializing in performing work of the type specified in this section, and: 1. Approved by manufacturer. 1.07 FIELD CONDITIONS A. Do not apply spray fireproofing when temperature of substrate material and surrounding air is below 40 degrees F. B. Provide ventilation in areas to receive fireproofing during application and 24 hours afterward, to dry applied material. C. Provide temporary enclosure to prevent spray from contaminating air. 1.08 WARRANTY A. See Section 017800 -Closeout Submittals, for additional warranty requirements. B. Correct defective Work within a five year period after Date of Substantial Completion. 1. Include coverage for fireproofing to remain free from cracking, checking, dusting, flaking, spalling, separation, and blistering. 2. Reinstall or repair failures that occur within warranty period. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Sprayed -On Fireproofing: 1. Carboline Company; Product www.carboline.com. 2. Grace Construction Products; Product : www. na.graceconstruction.cam. 3. Isolatek International Inc; Product : www.isolatak.com. 4. Substitutions: See Section 016000 - Product Requirements. 2.02 FIREPROOFING ASSEMBLIES A. Provide fire -rated assembly ratings to UL Design Nos. as follows: 1. Interior columns: 3 hours; UL No. X'772. 2. Interior roof deck: 2 hours; UL No. P736. 2.03 MATERIALS A. Sprayed Fire -Resistive Material for Interior Applications: Manufacturers standard factory mixed material, which when combined with water is capable of providing the indicated fire resistance, and conforming to the following requirements: 1. Bond Strength: 150 psf, minimum, when tested in accordance with ASTM E736 when set and dry. 2. Dry Density: As required by fire resistance design. 3. Effect of Impact on Bonding: No cracking, spelling or delamination, when tested in accordance with ASTM E760. 4. Corrosivity: No evidence of corrosion, when tested in accordance with ASTM E937. 5. Surface Burning Characteristics: Maximum flame spread of 0 and maximum smoke developed of 0, when tested in accordance with ASTM E84. 2.04 ACCESSORIES A. Primer Adhesive: Of type recommended by fireproofing manufacturer. B. Water:' Clean, potable. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive fireproofing. B. Verify that clips, hangers, supports, sleeves, and other items required to penetrate fireproofing are in place. New Hope Arena - Interior Improvement Project 078100-2 APPLIED FIREPROOFING 292 Project Number 12002.00 C. Verify that ducts, piping, equipment, or other items that would interfere with application of fireproofing have not been installed. D. Verify that voids and cracks in substrate have been filled. Verify that projections have been removed where fireproofing will be exposed to view as a finish material. 3.02 PREPARATION A. Perform tests as recommended by fireproofing manufacturer in situations where adhesion of fireproofing to substrate is in question. B. Remove incompatible materials that could affect bond by scraping, brushing, scrubbing, or sandblasting. C. Prepare substrates to receive fireproofing in strict accordance with instructions of fireproofing manufacturer. D. Apply fireproofing manufacturer's recommended bonding agent on primed steel. E. Protect surfaces not scheduled for fireproofing and equipment from damage by overspray, fall -out, and dusting. F. Close off and seal duct work in areas where fireproofing is being applied. 3.03 APPLICATION A. Apply primer adhesive in accordance with manufacturer's instructions. B. Apply fireproofing in thickness and density necessary to achieve required ratings, with uniform density and texture. 3.04 FIELD QUALITY CONTROL A. Inspect the installed fireproofing after application and curing for integrity, prior to its concealment. Ensure that actual thicknesses, densities, and bond strengths meet requirements for specified ratings. B. Re -inspect the installed fireproofing for integrity of fire protection, after installation of subsequent Work. 3.05 CLEANING A. Remove excess material, overspray, droppings, and debris. B. Remove fireproofing from materials and surfaces not required to be fireproofed. END OF SECTION New Hope Arena - Interior Improvement Project 078100-3 APPLIED FIREPROOFING 292 Project Number 12002.00 SECTION 078400 FIRESTOPPING PART 1 GENERAL 1.04 SECTION INCLUDES A. Firestopping systems. B. Firestopping of all joints and penetrations in fire -resistance rated and smoke -resistant assemblies , whether indicated on drawings or not, and other openings indicated. 1.02 RELATED REQUIREMENTS A. Section 017000 - Execution and Closeout Requirements: Cutting and patching. B. Section 078100 -Applied Fireproofing. C. Section 092116 -Gypsum Board Assemblies: Gypsum wallboard fireproofing. D. Division 23 - Mechanical won -k. E. Division 26 - Electrical Work. 1.03 REFERENCE STANDARDS A. ASTM Ell 19 - Standard Test Methods for Fire Tests of Building Construction and Materials; 2011. B. ASTM E814 - Standard Test Method for Fire Tests of Through -Penetration Fire Stops; 2011 a. C. ITS (DIR) - Directory of Listed Products; Intertek Testing Services NA, Inc.; current edition. D. FM P7825 - Approval Guide; Factory Mutual Research Corporation; current edition. E. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures. B. Schedule of Firestopping: List each type of penetration, fire rating of the penetrated assembly, and firestopping test or design number. C. Product Data: Provide data on product characteristics, performance ratings, and limitations. D. Manufacturer's Installation Instructions: Indicate preparation and installation instructions. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.05 QUALITY ASSURANCE A. Fire Testing: Provide firestopping assemblies of designs that provide the scheduled fire ratings when tested in accordance with methods indicated. 1. Listing in the current -year classification or certification books of UL, FM, or ITS (Warnock Hersey) will be considered as constituting an acceptable test report. 2. Valid evaluation report published by ICC Evaluation Service, Inc. (ICC -ES) at www.icaes.org will be considered as constituting an acceptable test report. 3. Submission of actual test reports is required for assemblies for which none of the above substantiation exists. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. Installer Qualifications: Company specializing in performing the work of this section and: 1. With minimum 3 years documented experience installing work of this type. 1.06 FIELD CONDITIONS A. Comply with firestopping manufacturer's recommendations for temperature and conditions during and after installation. Maintain minimum temperature before, during, and for 3 days after installation of materials. B. Provide ventilation in areas where solvent -cured materials are being installed. New Hope Arena - Interior Improvement Project 078400-1 FIRESTOPPING 292 Project Number 12002.00 PART 2 PRODUCTS 2.09 FIRESTOPPING SYSTEMS A. Firestopping: Any material meeting requirements. 1. Fire Ratings: Use any system listed by UL or tested in accordance with ASTM E814 that has F Rating equal to fire rating of penetrated assembly and T Rating Equal to F Rating and that meets all other specified requirements. 2.02 MATERIALS A. Elastomeric Silicone Firestopping: Single component silicone elastomeric compound and compatible silicone sealant; conforming to the following: 1. Elongation: 200 percent. 2. Durability and Longevity: Permanent. 3. Color: Black, dark gray; or red. 4. Manufacturers: a. AIDFlre Protection Systems Inc; Product www.adfire.com. b. 3M Fire Protection Products; Product www.3m.comfrestop. c. Hilti, Inc; Product : www.us.hiki.com. d. Substitutions: See Section 016000 - Product Requirements. B. Firestop Devices - Wrap Type: Mechanical device with incombustible filler and sheet stainless steel jacket, intended to be installed after penetrating item has been installed; conforming to the following: 1. Durability and Longevity: Permanent ; suitable for pedestrian traffic. 2. Manufacturers: a. RectorSeal; Product : www.rectorseal.com. b. 3M Fire Protection Products; Product : www.3m.comlfirestop. c. Hilti, Inc; Product : www.us.hilti.com. d. Substitutions: See Section 016000 - Product Requirements. C. Intumescent Putty. Compound that expands on exposure to surface heat gain; conforming to the following: 1. Potential Expansion: Minimum 1000 percent. 2. Durability and Longevity: Permanent. 3. Color: Black, dark gray, or red. 4. Manufacturers: a. RectorSeal; Product www.rectorseal.com. b. 3M Fire Protection Products; Product : www.3m.com/firestop. c. HIM, Inc; Product : www.us.hilti.com. d. Substitutions: See Section 016000 -Product Requirements. D. Primers, Sleeves, Forms, Insulation, Packing, Stuffing, and Accessories: Type required for tested assembly design. PART 3 EXECUTION 3.01 EXAMINATION A. Verify openings are ready to receive the work of this section. 3.02 PREPARATION A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter that could adversely affect bond of firestopping material. B. Remove incompatible materials that could adversely affect bond. C. Install backing materials to arrest liquid material leakage. 3.03 INSTALLATION A. Install materials in manner described in fire test report and in accordance with manufacturers instructions, completely closing openings. New Hope Arena - Interior Improvement Project 078400-2 FIRESTOPPING 292 Project Number 12002.00 B. Do not cover installed firestopping until inspected by authority having jurisdiction. 3.04 CLEANING A. Clean adjacent surfaces of frestopping materials. 3.05 PROTECTION A. Protect adjacent surfaces from damage by material installation. END OF SECTION New Hope Anna - Interior Improvement Project 078400-3 FIRESTOPPING 292 Project Number 12002.00 SECTION 079005 JOINT SEALERS PART1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. 1.02 RELATED REQUIREMENTS A. Section 078400 - Firestopping: Firestopping sealants. B. Section 754000 - Thermoplastic Membrane Roofing: Sealants required in conjunction with roofing. C. Section 088000 - Glazing: Glazing sealants and accessories. D. Section 092116 - Gypsum Board Assemblies: Acoustic sealant. 1.03 REFERENCE STANDARDS A. ASTM C834 - Standard Specification for Latex Sealants; 2010. B. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011. C. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2009. D. ASTM D1056 - Standard Specification for Flexible Cellular Materials—Sponge or Expanded Rubber; 2007. a. ASTM D2628 - Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for concrete Pavements; 1991 (Reapproved 2005). 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with other sections referencing this section. 1.05 SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. C. Manufacturer's Installation Instructions: Indicate special procedures, surface preparation, and perimeter conditions requiring special attention. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the work of this section with minimum 3 years experience. 1.07 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.08 WARRANTY A. See Section 017800 -Closeout Submittals, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Silicone Sealants: 1. Bostik Inc: www.bostik-us.com. New Hope Arena - Interior Improvement Project 079005-1 JOINT SEALERS 292 Project Number 12002.00 2. Momentive Performance Materials, Inc (formerly GE Silicones): www.momentive.com. 3. Pecora Corporation: www.pecora.com. 4. BASF Construction Chemicals -Building Systems: www.chemrax.com. S. Red Devil: www.raddeAl.com. 6. Tremco Global Sealants: www.tremcosealarts.com. 7. Sherwin-Williams Company; Silicone Rubber All Purpose Sealant: www.sherdin-m(illiams.com. 8. Substitutions: See Section 016000 - Product Requirements. B. Polyurethane Sealants: 1. Bostik Inc: www.boatik-us.com. 2. Pecora Corporation: www.pecora.com. 3. BASF Construction Chemicals -Building Systems: www.chemrex.com.. 4. Sherwin-Williams Company; Stampede -ll --TX Polyurethane Sealant: www.sherwin-m(illiams.com. 5. Substitutions: See Section 016000 - Product Requirements. C. Polysulfide Sealants: 1. Pecora Corporation: www.pecora.com. 2. W.R. Meadows, Inc; Deck -O -Seal (pourable): www.wrmeadma.com. 3. Substitutions: See Section 016000 - Product Requirements. D. Acrylic Emulsion Latex Sealants: 1. Bostik Inc: www.boatik-us.com. 2. Pecora Corporation: www.pecora.com. 3. BASF Construction Chemicals -Building Systems: www.chamrex.com. 4. Sherwin-Williams Company, White Lightning 3006 Siliconized Acrylic Latex Caulk: www.sherwin-williams.com. 5. Tremco Global Sealants: www.tremcosealants.com. 6. Substitutions: See Section 016000 - Product Requirements. 2.02 SEALANTS A. General Purpose Exterior Sealant: Polyurethane; ASTM C920, Grade NS, Class 25, Uses M, G, and A; single component. 1. Color. To be selected by Architect from manufacturer's standard range. 2. Applications: Use for: a. Control, expansion, and soft joints in masonry. b. Joints between concrete and other materials. c. Joints between metal frames and other materials. d. Other exterior joints for which no other sealant is indicated. B. Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene, nondrying, nonskinnfng, noncuring. 1. Applications: Use for: a. Concealed sealant bead in sheet metal work. C. General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C834, Type OP, Grade NF single component, paintable. 1. Color To be selected by Architect from manufacturer's standard range. 2. 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. D. Bathtub/Tile Sealant. White or clear silicone depending on location; ASTM C920, Uses I, M and A; single component, mildew resistant. 1. Applications: Use for: a. Joints between plumbing fixtures (white) and floor and wall surfaces. b. Joints between kitchen countertops and wall surfaces (Clear). New Hope Arena - Interior Improvement Project 079005-2 JOINT SEALERS 292 Project Number 12002.00 E. Type _ - Acoustical Sealant for Concealed Locations: Permanently tacky non -hardening butyl sealant. F. Interior Floor Joint Sealant: Polyurethane, self -leveling; ASTM C920, Grade P, Class 25, Uses T, M and A; single component. 1. Color: To be selected by Architect from manufacturers standard range. 2. Applications: Use for. a. Expansion joints in floors. G. Concrete Paving Joint Sealant: Polyurethane, self -leveling; ASTM C920, Class 25, Uses T, 1, M and A; single component. 1. Color: Gray. 2. Applications: Use for a. Joints in sidewalks and vehicular paving. H. Silicone Sealant: ASTM C920, Grade NS, Class 25, Uses NT, A, G, M 0; single component, solvent curing, non -sagging, non -staining, fungus resistant, non-bleeding. 1. Color: To be selected by Architect from manufacturers standard range. 2. Movement Capability: Plus and minus 25 percent. 3. Service Temperature Range: -65 to 180 degrees F. 4. Shore A Hardness Range: 15 to 35. 5. Applications: Use for: a. General puprose interior and exterior sealant where no other joint sealant is specified. 2.03 ACCESSORIES A. Primer: Non -staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner Non-oorrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. D. Bond Breaker. Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturers instructions. C. Perform preparation in accordance with manufacturers instructions and ASTM C1193. D. Protect elements surrounding the work of this section from damage or disfigurement. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturers requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Measure joint dimensions and size joint backers to achieve width -to -depth ratio, neck dimension, and surface bond area as recommended by manufacturer, except where specific dimensions are indicated. D. Install bond breaker where joint backing is not used. E. install sealant free of air pockets, foreign embedded matter, ridges, and sags. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. New Hope Arena - Interior Improvement Project 079005-3 JOINT SEALERS 292 Project Number 12002.00 G. Tool joints concave. H. Compression Gaskets: Avoid joints except at ends, corners, and intersections; seal all joints with adhesive; install with face 118 to 914 inch below adjoining surface. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION A. Protect sealants until cured. END OF SECTION New Hope Arena - Interior Improvement Project 079005-4 JOINT SEALERS 292 Project Number 72002.00 SECTION 081213 HOLLOW METAL FRAMES PART1 GENERAL 1.01 SECTION INCLUDES A. Non -fire -rated steel frames. B. Fire -rated steel door frames. C. Interior glazed light frames. 1.02 RELATED REQUIREMENTS A. Section 420000 - Unit Masonry: Masonry grout fill of metal frames. B. Section 087100 -Door Hardware: Hardware and weatherstripping. C. Section 088000 -Glazing: Glass for borrowed lites. D. Section 099000 -Painting and Coating: Field painting. 1.03 REFERENCE STANDARDS A. ANSIIICC A117.1 -American National Standard for Accessible and Usable Buildings and Facilities; International Code Council; 2003. B. ANSI A250.8 - SDI -100 Recommended Specifications for Standard Steel Doors and Frames; 2003. C. ANSI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames; 1998 (R2004). D. BHMA A156.115 - Hardware Preparation in Steel Doors and Steel Frames; 2006. E. NAAMM HMMA 840 - Guide Specifications for Installation and Storage of Hollow Meta[ Doors and Frames; The National Association of Architectural Metal Manufacturers; 2007. F. NAAMM HMMA 861 - Guide Specifications for Commercial Hollow Metal Doors and Frames; The National Association of Architectural Meta[ Manufacturers; 2006. G. NAAMM HMMA 865 - Guide Specifications for Sound Control Hollow Metal Doors and Frames; The National Association of Architectural Metal Manufacturers; 2003. H. NFPA 80 - Standard for Fire Doors and Other Opening Protectives; 2010. I. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association; 2008. J. UL (BMD) - Building Materials Directory; Underwriters Laboratories Inc.; current edition. K. UL 10C - Standard for Positive Pressure Fire Tests of Door Assemblies; Current Edition, Including All Revisions. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements for submittal procedures. B. Product Data: Materials and details of design and construction, hardware locations, reinforcement type and locations, anchorage and fastening methods, and finishes . C. Shop Drawings: Details of each opening, showing elevations, glazing, frame profiles, and identifying location of different finishes, if any. D. installation Instructions: Manufacturer's published instructions, including any special installation instructions relating to this project. E. Manufacturer's Certificate: Certification that products meet or exceed specified requirements. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. New Hope Arena - Interior Improvement Project 081213-1 HOLLOW METAL FRAMES 292 Project Number 12002.00 1.06 DELIVERY, STORAGE, AND HANDLING A. Store in accordance with NAAMM HMMA 640. B. Protect with resilient packaging; avoid humidity build-up under coverings; prevent corrosion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Steel Frames: 1. Assa Abloy Ceco, Curries, or Fleming: www.assaabloydss.com. 2. Windsor Republic Doors: www.republicdcor.com. 3. Steelcraft: www.steelcraft.com. 4. Substitutions: See Section 016000 - Product Requirements. 2.02 STEEL. DOOR FRAMES A. Requirements for All Frames: 1. Accessibility: Comply with ANSI/ICC A117.1. 2. Glazed Lights: Non -removable stops on non -secure side; sizes and configurations as indicated on drawings. 3. Hardware Preparation: In accordance with BHMA A156.115, with reinforcement welded in place, in addition to other requirements specified in door grade standard. 4. Finish: Factory primed, for field finishing. 5. Combined Requirements: If a particular door and frame unit is indicated to comply with more than one type of requirement, comply with all the specified requirements for each type; for instance, an exterior door that is also indicated as being sound -rated must comply with the requirements specified for exterior doors and for sound -rated doors; where two requirements conflict, comply with the most stringent. 6. Provide mortar guard boxes for hardware cut-0uts in frames to be installed in masonry or to be grouted. 7. Frames in Masonry Walls: Size to suit masonry coursing with head member to fill opening without cutting masonry units. 8. Frames Wider than 48 Inches: Reinforce with steel channel fitted tightly into frame head, flush with top. 9. Frames Installed Back -to -Back: Reinforce with steel channels anchored to floor and overhead structure. B. Interior Door Frames , Non -Fire -Rated: Fully welded type. 1. Grade: Complywith frame requirements specked in NAAMM HMMA 861 2. Terminated Stops: Provide at all interior doors; closed end stop terminated 4 inches above floor at 45 degree angle. C. Interior Door Frames, Fire -Rated: Fully welded type. 1. Grade: Comply with frame requirements specified in NAAMM HMMA 861 2. Fire Bating: As indicated on Door and Frame Schedule, tested in accordance with UL 10C ("positive pressure"). a. Provide units listed and labeled by UL. b. Attach fire rating label to each fire rated unit. D. Frames for Interior Glazing or Borrowed Lights: Construction and face dimensions to match door frames, and as indicated on drawings. E. Transom Bars: Fixed, of profile same as jamb and head. 2.03 ACCESSORY MATERIALS A. 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. B. Grout for Frames: Portland cement grout of maximum 4 -inch slump for hand troweling; thinner pumpable grout is prohibited. C. Temporary Frame Spreaders: Provide for all factory- or shop -assembled frames. New Hope Arena - Interior Improvement Project 081213-2 HOLLOW METAL FRAMES 292 Project Number 12002.00 2.04 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. 3.02 PREPARATION A. Coat inside of frames to be installed in 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. In addition, install fire rated units in accordance with NFPA 80. C. Coordinate frame anchor placement with wall construction. D. Grout frames in masonry construction, using hand trowel methods; brace frames so that pressure of grout before setting will not deform frames. E. Coordinate installation of glazing. F. Coordinate installation of hardware. G. Touch up damaged factory finishes. 3.04 TOLERANCES A. Clearances Between Door and Frame: As specified in ANSI A250.8. B. Maximum Diagonal Distortion: 1116 inch measured with straight edges, crossed corner to corner. END OF SECTION New Elope Arena - Interior Improvement Project 081213-3 HOLLOW METAL FRAMES 292 Project Number 12002.00 SECTION 081416 FLUSH WOOD DOORS PART1 GENERAL 1.01 SECTION INCLUDES A. Flush wood doors; flush configuration; fire rated and non -rated. 1.02 RELATED REQUIREMENTS A. Section 081213 - Hollow Metal Frames. B. Section 087100 -Door Hardware. C. Section 088000 - Glazing. 1.03 REFERENCE STANDARDS A. ANSI A135.4 - American National Standard for Basic Hardboard; 2004. B. AWI (QCP) - Quality Certification Program, www.awigcp.org; current edition at www.awigcp.org. C. AWIIAWMAC/WI (AWS) - Architectural Woodwork Standards; 2009. D. ICC (IBC) - International Building Code; 2009. E. NFPA 80 - Standard for Fire Doors and Other Opening Protectives; 2010. F. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association; 2008. G. UL (BMD) - Building Materials Directory; Underwriters Laboratories Inc.; current edition. H. UL 10B -Standard for Fire Tests of Door Assemblies; Current Edition, Including All Revisions. I. UL 10C - Standard for Positive Pressure Fire Tests of Door Assemblies; Current Edition, Including All Revisions. J. WDMA I.S.1 A - Architectural Wood Flush Doors; Window and Door Manufacturers Association; 2004. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements for submittal procedures. B. Product Data: Indicate door core materials and construction; veneer species, type and characteristics. 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. 1. Provide the information required by AWIIAWMACIWI Architectural Woodwork Standards. 2. Include certification program label. D. Specimen warranty. E. Samples: Submit two samples of door veneer, 6x6 inch in size illustrating wood grain, stain color, and sheen. F. Manufacturer's Installation Instructions: Indicate special installation instructions. G. Warranty, executed in Owner's name. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. B. Installed Fire Rated Door Assembly. Conform to NFPA 80 for fire rated class as indicated. 1.06 DELIVERY, STORAGE, AND HANDLING A. Package, deliver and store doors in accordance with specified quality standard. B. Accept doors on site in manufacturers packaging. Inspect for damage. New Hope Arena - Interior Improvement Project 081416-1 FLUSH WOOD DOORS 292 Project Number 12002.00 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 with tinted sealer if stored more than one week. Break seal on site to permit ventilation. 1.07 WARRANTY A. See Section 017800 -Closeout Submittals for additional warranty requirements. B. Interior Doors: Provide manufacturer's warranty for 2 years. 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. Wood Veneer Faced Doors: 1.. Eggers Industries: www,eggersindustries.com. 2. VT Industries, Inc: www.vt[ndustdes.com. 2.02 DOORS A. All Doors: See drawings for locations and additional requirements. 1. Quality Level: Premium Grade, in accordance with AWIIAWMACIWI Architectural Woodwork Standards. 2. Wood Veneer Faced Doors: 5 -ply unless otherwise indicated. B. Interior Doors: 1-314 inches thick unless otherwise indicated; flush construction. 1. Provide solid core doors at all locations . 2. Fire Rated Doors: Tested to ratings indicated on drawings in accordance with International Building Code ("positive pressure'); UL labeled without any visible seals when door is closed. 3. Wood veneer facing with factory transparent finish . 2.03 DOOR AND PANEL_ CORES A. Non -Rated Solid Core and 20 Minute Rated Doors: Type particleboard core (PC), plies and faces as indicated above. B. Fire Rated Doors: Mineral core, Type FD, plies and faces as indicated above; with core blocking as required to provide adequate anchorage of hardware without through -bolting. 2.04 DOOR FACINGS A. Wood Veneer Facing for Transparent Finish: Red oak, veneer grade as specified above, plain sliced, book veneer match, running assembly match. 1. Vertical Edges: Any option allowed by quality standard for grade. 2. Pairs: Pair match each pair; set match pairs within 10 feet of each other when doors are closed. B. Facing Adhesive: Type I - waterproof. 2.05 ACCESSORIES A. Glazing Stops: Wood, of same species as door facing, butted comers; prepared for countersink style tamper proof screws. B. Astragals for Fire Rated Double Doors: Steel, T shaped, overlapping and recessed at face edge, specifically for double doors. 2.06 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. C. Factory machine doors for hardware other than surface -mounted hardware, in accordance with hardware requirements and dimensions. New Hope Arena - Interior Improvement Project 081416-2 FLUSH WOOD DOORS 292 Project number 12002.00 D. Factory fit doors for frame opening dimensions identified on shop drawings, with edge clearances in accordance with specified quality standard. E. Provide edge clearances in accordance with the quality standard specified. 2.07 FACTORY FINISHING -WOOD VENEER DOORS A. Finish work in accordance with AWIIAWMACIWI Architectural Woodwork Standards, Section 5 - Finishing for Grade specified and as follows: 1. Transparent: a. System -1, Lacquer, Nitrocellulose, b. Sheen: Satin. B. Factory finish doors in accordance with approved sample. C. Seal door top edge with color sealer to match door facing. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that opening sizes and tolerances are acceptable. 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. 1. Install fire -rated doors in accordance with NFPA 80 requirements. B. Factory -Finished Doors: Do not field cut or trim; if fit or clearance is not correct, replace door. C. Use machine tools to cut or drill for hardware. D. Coordinate installation of doors with installation of frames and hardware. E. Coordinate installation of glazing. 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 New Hope Arena - Interior Improvement Project 081416-3 FLUSH WOOD DOORS 292 Project Number 12002.00 SECTION 083323 OVERHEAD COILING DOORS PART1 GENERAL 1.01 SECTION INCLUDES A. Overhead coiling doors, operating hardware, fire -rated, manual operation. 1.02 RELATED REQUIREMENTS A. Section 099000 - Painting and Coating: Field paint finish. B. Section 283100 - Fire Detection and Alarm: Fire alarm interconnection. C. Section 260534 - Conduit: Conduit from fire alarm system. 1.03 REFERENCE STANDARDS A. ASTM A361A36M - Standard Specification for Carbon Structural Steel; 2008. B. ASTM A6531A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2010. C. ITS (DIR) - Directory of Listed Products; Intertek Testing Services NA, Inc.; current edition. D. NFPA 80 - Standard for Fire Doors and Other Opening Protectives; 2010. E. UL (BMD) - Building Materials Directory; Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide general construction, component connections and details, �. C. Shop Drawings: Indicate pertinent dimensioning, anchorage methods, hardware locations, and installation details. D. Manufacturer's Instructions: Indicate installation sequence and procedures, adjustment and alignment procedures, and E. Maintenance Data: Indicate lubrication requirements and frequency and periodic adjustments required. 1.05 QUALITY ASSURANCE A. Products Requiring Electrical Connection: Listed and classified by testing firm acceptable to the authority having jurisdiction as suitable for the purpose specked and indicated. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Overhead Coiling Doors: 1. Substitutions: See Section 016000 - Product Requirements. 2.02 COILING DOORS A. Fire -Rated Coiling Doors: Steel slat curtain; conform to NFPA 80. 1. 2 hour fire rating. 2. Provide products listed and labeled by UL or ITS (Warnock Hersey) as suitable for the purpose specified and indicated. 3. Oversized Openings: Provide certificate of compliance from authority having jurisdiction indicating approval of fire rated units and operating hardware assembly. 4. Single thickness slats. 5. Nominal Slat Size: 2 inches wide x required length. 6. Finish: Primed. 7. Guides: Angles; primed steel. 8. Hood Enclosure: Manufacturer's standard; primed steel. 9. Release Mechanism: Fire alarm system activated with automatically governed closing speed. New Hope Arena - Interior Improvement Project 083323-1 OVERHEAD COILING DOORS 292 Project Number 12002.00 10. Manual push up operation. 11. Mounting: Surface mounted. 12. Interior latch only. 2.03 MATERIALS A. Curtain Construction: Interlocking slats. 1. Slat Ends: Alternate slats fitted with end locks to act as wearing surface in guides and to prevent lateral movement. 2. Curtain Bottom: Fitted with angles to provide reinforcement and positive contact in closed position. B. Steel Slats: Minimum gage recommended by manufacture for application, ASTM A6531A653M galvanized steel sheet. C. Guide Construction: Continuous, of profile to retain door in place with snap -on trim, mounting brackets of same metal. D. Steel Guides: Formed from galvanized steel sheet, gage; inch wide; complying with ASTM A6531A853M. 1. Prime paint. E. Hood Enclosure: Internally reinforced to maintain rigidity and shape. 1. Prime paint. F. Hardware: 1. Latching: Inside mounted, adjustable keeper, spring activated latch bar with feature to keep in locked or retracted position. G. Roller Shaft Counterbalance: Steel pipe and helical steel spring system, capable of producing torque aufficient to ensure smooth operation of curtain from any position and capable of holding position at mid -travel; with adjustable spring tension: requiring 25 lb nominal force to operate. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that opening sizes, tolerances and conditions are acceptable. 3.02 INSTALLATION A. Install units in accordance with manufacturer's instructions. B. in addition, install fire -rated doors in accordance with NFPA 80. C. Use anchorage devices to securely fasten assembly to wall construction and building framing without distortion or stress. D. Securely and rigidly brace components suspended from structure. Secure guides to structural members only. E. Fit and align assembly including hardware; level and plumb, to provide smooth operation. F. Complete wiring from fire alarm system. G. Coordinate installation of sealants and backing materials at frame perimeter as specified in Section 075005. H. Install perimeter trim and closures. 3.03 TOLERANCES A. Maintain dimensional tolerances and alignment with adjacent work. B. Maximum Variation From Plumb: 1116 inch. C. Maximum Variation From Level: 1116 inch. D. Longitudinal or Diagonal Warp: Plus or minus 118 inch per 10 ft straight edge. 3.04 ADJUSTING A. Adjust operating assemblies for smooth and noiseless operation. New Hope Arena - Interior Improvement Project 083323-2 OVERHEAD COILING DOORS 292 Project Number 12002.00 3.05 CLEANING A. Clean installed components. B. Remove labels and visible markings. END OF SECTION New Hope Arena - Interior Improvement Project 083323-3 OVERHEAD COILING DOORS 292 Project Number 12002.00 SECTION 084313 ALUMINUM -FRAMED STOREFRONTS PART1 GENERAL 1.01 SECTION INCLUDES A. Aluminum framed storefront, with vision glass. B. Removal and salvage of existing store front and relocation into new vestibule. C. Infill panels of glass. D. Weatherstripping. E. Perimeter sealant. 1.02 RELATED REQUIREMENTS A. Section 051200 - Structural Steel Framing: Steel attachment members. B. Section 055000 - Metal Fabrications: Steel attachment devices. C. Section 072500 - Weather Barriers: Perimeter air and vapor seal between glazing system and adjacent construction. D. Section 079005 - Joint Sealers: Perimeter sealant and back-up materials. E. Section 087100 - Door Hardware: Hardware items other than specified in this section. F. Section 088000 - Glazing: Glass and glazing accessories. 1.03 REFERENCE STANDARDS A. AAMA CW -10 - Care and Handling of Architectural Aluminum From Shop to Site; American Architectural Manufacturers Association; 2004. B. AAMA 501.2 - Field Check of Metal Storefronts, Curtain Walls, and Sloped Glazing Systems for Water Leakage; American Architectural Manufacturers Association; 2009 (part of AAMA 501). C. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 1998. D. AAMA 612 - Voluntary Specification, Performance Requirements and Test Procedures for Combined Coatings of Anodic Oxide and Transparent Organic Coatings on Architectural Aluminum; 2002. E. AAMA 1503 - Voluntary Test Method for Thermal Transmittance and Condensation Resistance of Windows, Doors and Glazed Wall Sections; American Architectural Manufacturers Association; 2009. F. AAMA 2603 - Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels; 2002. G. ASCE 7 - Minimum Design Loads for Buildings and Other Structures; American Society of Civil Engineers; 2010. H. ASTM A361A36M - Standard Specification for Carbon Structural Steel; 2008. I. ASTM Al231A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iran and Steel Products; 2009. J. ASTM B209 - Standard Specification for Aluminum and Aluminum Alloy Sheet and Plate; 2007. K. ASTM B209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate [Metric]; 2007. L. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2008. M. ASTM 8221 M - Standard Specification for Aluminum and Aluminum -Ahoy Extruded Bars, Rods, Wire, Profiles, and Tubes [Metric]; 2007. New Hope Arena - Interior Improvement Project 084313-1 ALUMINUM -FRAMED STOREFRONTS 292 Project Number 12002.00 N. ASTM E283 - Standard Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen; 2004. O. ASTM E330 - Standard Test Method for Structural Performance of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference; 2002 (Reapproved 2010). P. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors,and Curtain Walls by Uniform Static Air Pressure Difference; 2000 (Reapproved 2009). Q. SSPC-Paint 20 - Zinc -Rich Primers (Type I, 'Inorganic," and Type II, "Organic'J; Society for Protective Coatings; 2002 (Ed. 2004). 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate with installation of other components that comprise the exterior enclosure. 1.05 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide component dimensions, describe components within assembly, anchorage and fasteners, glass and infill, door hardware, internal drainage details . C. Shop Drawings: Indicate system dimensions, framed opening requirements and tolerances, affected related Work, expansion and contraction joint location and details, and field welding required. Shop drawings to include existing entrance system that is to be relocated to new location. All profiles to match existing profiles. D. Design Data: Provide framing member structural and physical characteristics, engineering calculations, dimensional limitations. E. Hardware Schedule: Complete itemization of each item of hardware to be provided for each door, cross-referenced to door identification numbers in Contract Documents. F. Samples: Submit two samples 3x3 inches in size illustrating finished aluminum surface, glass, glazing materials. Aluminum finish and color to match existing bronze/dark bronze storefront, field verify exact color. G. Manufacturer's Certificate: Certify that the products supplied meet or exceed the specified requirements. H. Report of field testing for water leakage. I. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. 1.06 QUALITY ASSURANCE A. Designer Qualifications: Design structural support framing components under direct supervision of a Professional Structural Engineer experienced in design of this Work and licensed at the State in which the Protect is located. B. Manufacturer and Installer Qualifications: Company specializing in manufacturing aluminum glazing systems with minimum three years of documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Handle products of this section in accordance with AAMA CW -10- B. Protect finished aluminum surfaces with wrapping. Do not use adhesive papers or sprayed coatings that bond to aluminum when exposed to sunlight or weather. 1.08 FIELD CONDITIONS A. Do not install sealants when ambient temperature is less than 40 degrees F. Maintain this minimum temperature during and 48 hours after installation. 1.09 WARRANTY A. See Section 017800 -Closeout Submittals, for additional warranty requirements. New Hope Arena - Interior Improvement Project 084313-2 ALUMINUM -FRAMED STOREFRONTS 292 Project Number 12002.00 B. Correct defective Work within a five year period after Date of Substantial Completion. C. Provide five year manufacturer warranty against failure of glass seal on insulating glass units, including interpane dusting or misting. Include provision for replacement of failed units. D. Provide five year manufacturer warranty against excessive degradation of exterior finish. Include provision for replacement of units with excessive fading, chalking, or flaking. PART 2 PRODUCTS 2.01 STOREFRONT A. Aluminum -Framed Storefront: Factory fabricated, factory finished aluminum framing members with infill, and related flashings, anchorage and attachment devices. 1. Glazing Position: Match existing. 2. Vertical Mullion Dimensions: Match existing. 3. Water Leakage Test Pressure Differential: 8.00 Ibf/sq ft. 4. Air Infiltration Test Pressure Differential: 6.24 psf. 5. Condensation Resistance Factor: CRF of 66 when measured in accordance with AAMA 1503.1 minimum B. Finish: Class I color anodized. 7. Color: To match existing. B. Performance Requirements: 1. Design and size components to withstand the specified load requirements without damage or permanent set, when tested in accordance with ASTM E330, using loads 1.5 times the design wind loads and 10 second duration of maximum load. a. Design Wind Loads: Comply with requirements of ASCE 7 code. b. Member Deflection: Limit member deflection to flexure limit of glass in any direction, with full recovery of glazing materials. 2. Movement: Accommodate movement between storefront and perimeter framing and deflection of lintel, without damage to components or deterioration of seals. 3. Air Infiltration: Limit air infiltration through assembly to 0.06 cu ftlmin/sq ft of wall area, measured at specified differential pressure across assembly in accordance with ASTM E283. 4. Condensation Resistance Factor: Measure in accordance with AAMA 1503 with 1 Inch insulating glass installed. 5. Water Leakage: None, when measured in accordance with ASTM E331 at specified pressure differential. 6. System Internal Drainage: Drain to the exterior by means of a weep drainage network any water entering joints, condensation occurring in glazing channel, and migrating moisture occurring within system. 7. Air and Vapor Seal: Maintain continuous air barrier and vapor retarder throughout assembly, primarily in line with Inside pane of glass and inner sheet of infill panel and heel bead of glazing compound. 8. Expansion/Contraction: Provide for expansion and contraction within system components caused by cycling temperature range of 170 degrees F over a 12 hour period without causing detrimental effect to system components, anchorages, and other building elements. 2.02 COMPONENTS A. Aluminum Framing Members: Tubular aluminum sections, thermally broken with interior section insulated from exterior, drainage holes and internal weep drainage system. 1. Framing members for interior applications need not be thermally broken. 2. Glazing stops: MAtch existing. 3. Structurally Reinforced Members: Extruded aluminum with internal reinforcement of structural steel member. New Hope Arena - Interior improvement Project 084313-3 ALUMINUM -FRAMED STOREFRONTS 292 Project Number 12002.00 2.03 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM B221 M). B. Sheet Aluminum: ASTM B209 (ASTM B209M). C. Structural Steel Sections: ASTM A361A36M; galvanized in accordance with requirements of ASTM A1231A123M. D. Fasteners: Stainless steel. E. Exposed Flashings: 0.032 inch thick aluminum sheet; finish to match framing members. F. Concealed Flashings: 0.018 inch thick aluminum. G. Perimeter Sealant: Type as specified in Section 079005. H. Glass: As specified in Section 088000. I. Glazing Gaskets: Type to suit application to achieve weather, moisture, and air infiltration requirements. J. Glazing Accessories: As specified in Section 088000. K. Touch -Up Primer for Galvanized Steel Surfaces: SSPC-Paint 20, zinc rich. 2.04 FINISHES A. Class I Natural Anodized Finish: AAMA 611 AA-M12C22A41 Clear anodic coating or AAMA 612 clear anodic coating with electrolytically deposited organic seal; not less than 0.7 mils thick. B. Color: To match existing, field verify. C. Touch -Up Materials: As recommended by coating manufacturer for field application. 2.06 HARDWARE A. Door Hardware: Storefront manufacturer's standard type to suit application and to match existing. 1. Include for each door weatherstripping, sill sweep strip, threshold, and closer. All other hardware is existing. 2.06 FABRICATION A. Fabricate components with minimum clearances and shim spacing around perimeter of assembly, yet enabling installation and dynamic movement of perimeter seal. B. Accurately fit and secure joints and comers. Make joints flush, hairline, and weatherproof. C. Prepare components to receive anchor devices. Fabricate anchors. D. Coat concealed metal surfaces that will be in contact with cementitious materials or dissimilar metals with bituminous paint. E. Arrange fasteners and attachments to conceal from view. F. Reinforce framing members for imposed loads. G. Finishing: Apply factory finish to all surfaces that will be exposed in completed assemblies. 1. Touch-up surfaces cut during fabrication so that no natural aluminum is visible in completed assemblies, including joint edges. PART 3 EXECUTION 3.01 EXAMINATION A. Verify dimensions, tolerances, and method of attachment with other work. B. Verify that wall openings and adjoining air and vapor seal materials are ready to receive work of this section. 3.02 INSTALLATION A. Install wall system in accordance with manufacturers instructions. New Hope Arena - Interior Improvement Project 084313-4 ALUMINUM -FRAMED STOREFRONTS 292 Project Number 12402.00. B. Attach to structure to permit sufficient adjustment to accommodate construction tolerances and other irregularities. C. Provide alignment attachments and shims to permanently fasten system to building structure. D. Align assembly plumb and level, free of warp or twist. Maintain assembly dimensional tolerances. E. Provide thermal isolation where components penetrate or disrupt building insulation. F. Install sill flashings. Tum up ends and edges; seal to adjacent work to form water tight dam. G. Where fasteners penetrate sill flashings, make watertight by seating and sealing fastener heads to sill flashing. H. Coordinate attachment and seal of perimeter air and vapor barrier materials. I. Pack fibrous insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier. J. Set thresholds in bed of mastic and secure. K. Install hardware using templates provided. L. Install glass in accordance with Section 088000, using glazing method required to achieve performance criteria. M. Install perimeter sealant in accordance with Section 079005. N. Touch-up minor damage to factory applied finish; replace components that cannot be satisfactorily repaired. 3.03 TOLERANCES A. Maximum Variation from Plumb: 0.06 inches every 3 ft non -cumulative or 1116 inches per 10 ft, whichever is less. B. Maximum Misalignment of Two Adjoining Members Abutting in Plane: 1132 inch. 3.04 FIELD QUALITY CONTROL A. Test installed storefront for water leakage in accordance with AAMA 501.2. 3.05 ADJUSTING A. Adjust operating hardware for smooth operation. 3.06 CLEANING A. Remove protective material from pre -finished aluminum surfaces. B. Wash down surfaces with a solution of mild detergent in wane water, applied with soft, clean wiping cloths. Take care to remove dirt from corners. Wipe surfaces clean. C. Remove excess sealant by method acceptable to sealant manufacturer. 3.07 PROTECTION A. Protect installed products from damage during subsequent construction. END OF SECTION New Hope Arena - Interior Improvement Project 084313-5 ALUMINUM -FRAMED STOREFRONTS 292 Project Number 12002.00 SECTION 087100 DOOR HARDWARE GENERAL 1.01 CONDITIONS A. Conditions of the contract General and Supplementary Conditions and Division One General Requirements, govern the work of this section. B. This section includes all material, and related service necessary to fumish all finish hardware indicated on the drawings, or specified herein. C. Furnish UL listed hardware for all labeled and 20 min. openings in conformance with the requirements for the class of opening scheduled. Underwriters' requirements shall have precedence over specification where conflicts exist. D. All work shall be in accordance with all applicable state and local building codes. Code requirements shall have precedence over this specification where conflicts exist. 1.02 WORK INCLUDED A. This section includes the following: 1. Furnish door hardware for aluminum doors specified herein, listed in the hardware schedule, and/or required by the drawings. 2. Thresholds and Weather-stripping 3. Aluminum frame seals to be provided by aluminum door supplier B. Where items of hardware are not definitely or correctly specified and is required for the intended service, such omission, error or other discrepancy should be directed to the Architect prior to the bid date for clarification by addendum. Otherwise furnish such items in the type and quantity established by this specification for the appropriate service intended. 1.03 RELATED WORK IN OTHER SECTIONS A. This section includes coordination with related work in the following sections: 1. Division 6 Section "Finish Carpentry". 2. Division 6 Section "Cabinet Hardware" 3. Division 8 Section "Hollow Metal Doors and Frames". 4. Division 8 Section "Wood Doors" 1.04 REFERENCES A. Publications of agencies and organizations listed below form a part of this specification section to the extent referenced. 1. DHI - Recommended Locations for Builders' Hardware. 2. NFPA 80 - Standards for Fire Doors and Windows. 3. NFPA 101 - Code for Safety to Life from Fire in Buildings and Structures. 4. UL - Building Material Directory. 5. DHI - Door and Hardware Institute 6. WHI -Warnock Hersey 7. IBC 2006 - International Building Code 2006 Edition (as amended by local building code) 1.05 SUBMITTALS A. Within ten days after award of contract, submit detailed hardware schedule in quantities as required by Division 1 - General Conditions. B. Schedule format shall be consistent with recommendations for a vertical format as set forth in the Door & Hardware Institute's (DHI) publication "Sequence and Format for the Hardware Schedule". Hardware sets shall be consolidated to group multiple door openings which share similar hardware requirements. Schedule shall inblude the following information: 1. Door number, location, size, handing, and rating. 2. Door and frame material, handing. 3. Degree of swing. New Hope Arena - Interior Improvement Project 087100-1 DOOR HARDWARE 292 Project Number 12002.00 4. Manufacturer 5. Product name and catalog number 6. Function, type and style 7. Size and finish of each item 8. Mounting heights 9. Explanation of abbreviations, symbols, etc. 10. Numerical door index, indicating the hardware set/ group number for each door. C. When universal type door closers are to be provided, the schedule shall indicate the application method to be used for installation at each door. (regular arm, parallel arm, or top jamb). D. The schedule will be prepared under the direct supervision of a certified Architectural Hardware Consultant (AHC) employed by the hardware distributor. The hardware schedule shall be signed and embossed with the DHE certification seal of the supervising AHC. The supervising AHC shall attend any meetings related to the project when requested by the architect. E. Check the specified hardware for suitability and adaptability to the details and surrounding conditions. F. Review drawings from related trades as required to verify compatibility with specified hardware. Indicate unsuitable or in compatible items, and proposed substitutions in the hardware schedule. G. Provide documentation for all hardware to be fumished on labeled fire doors indicating compliance with positive pressure fire testing UL 10C. H. Furnish manufacturers' catalog data for each item of hardware in quantities as required by Division 1 -General Conditions. I. Submit a sample of each type of hardware requested by the architect. Samples shall be of the same finish, style, and function as specified herein. Tag each sample with its permanent location so that it may be used in the final work. J. Furnish with first submittal, a list of required lead times for all hardware items. K. After final approved schedule is returned, transmit corrected copies for distribution and field use in quantities as required by Division 1 - General Conditions, L. Fumish approved hardware schedules, template lists, and pertinent templates as requested by related trades. M. Furnish necessary diagrams, schematics, voltage and amperage requirements for all electro -mechanical devices or systems as required by related trades. Wiring diagrams shall be opening specific and include both a riser diagram and point to point diagram showing all wiring terminations. N. After receipt of approved hardware schedule, Hardware supplier shall initiate a meeting including the owner's representative to determine keying requirements. Upon completion of the initial key meeting, hardware supplier shall prepare a proposed key schedule with symbols and abbreviations as set forth in the door and hardware institute's publication "Keying Procedures, Systems, and Nomenclature". Submit copies of owner approved key schedule for review and field use in quantities as required by Division 1 - General Conditions. wring diagrams shall be included in final submittals transmitted for distribution and field use. 1.06 QUALITY ASSURANCE A. Manufacturers and model numbers listed are to establish a standard of function and quality. Similar items by approved manufacturers that are equal in design, function, and quality, may be considered for prior approval of the architect, provided the required data and physical samples are submitted for approval as set forth in Division One General Requirements. B. Obtain each type of hardware (hinges, latch & lockset% exit devices, closers, etc.) from a single manufacturer, although several may be indicated as offering products complying with requirements. New Hope Arena - Interior Improvement Project 087100-2 DOOR HARDWARE 292 Project Number 12002.00 C. Hardware supplier shall be factory trained and certified by the manufacture to provide and support all computer managed locks and system components. D. Installation of hardware shall be installed or directly supervised and inspected by a skilled installer certified by the manufacturer of locksets, door closers, and exit devices used on the project, or with not less than 3 years experience in successful completion of projects similar in size and scope. E. Provide hardware for all labeled fire doors, which complies with positive pressure fire testing UL 10C. F. Comply with all applicable provisions of the standards referenced within section 1.4 of this specification. 1.07 DELIVERY, STORAGE AND HANDLING A. Hardware supplier shall deliver hardware to the job site unless otherwise specified. B. All hardware shall be delivered in manufacturers' original cartons and shall be clearly marked with set and door number. C. Coordinate with contractor prior to hardware delivery and recommend secure storage and protection against loss and damage at job site. D. Contractor shall receive all hardware and provide secure and proper protection of all hardware items to avoid delays caused by lost or damaged hardware. Contractor shall report shortages to the Architect and hardware supplier immediately after receipt of material at the job site. E. Coordinate with related trades under the direction of the contractor for delivery of hardware items necessary for factory installation. 1.08 PRE -INSTALLATION MEETING A. Schedule a hardware pre -installation meeting on site to review and discuss the installation of continuous hinges, locksets, door closers, exit devices, overhead stops, and electromechanical door hardware. B. Meeting attendees shall be notified 7 days in advance and shall include: Architect, Contractor, Door Hardware Installers (including low voltage hardware), Manufacturers representatives for above hardware items, and any other effected subcontractors or suppliers. C. All attendees shall be prepared to distribute installation manuals, hardware schedules, templates, and physical hardware samples, 1.09 WARRANTY A. All hardware items shall be warranted against defects in material and workmanship as set forth in Division One General Requirements. B. Repair, replace, or otherwise correct deficient materials and workmanship without additional cost to owner. PRODUCTS 2.01 FASTENERS A. All exposed fasteners shall be Phillips head or as otherwise specified, and shall match the finish of the adjacent hardware. All fasteners ex -posed to the weather shall be non-ferrous or stainless steel. Furnish correct fasteners to accommodate surrounding conditions. B. Where torx tamper resistant fasteners have been specified for a specific hardware group, provide torx head fasteners with center pin on ALL exposed fasteners. C. Coordinate required reinforcements for doors and frames. Seek approval of the architect prior to furnishing through -bolts. Furnish through -bolts as required for materials not readily reinforced. 2.02 BUTT HINGES A. Acceptable manufacturers and respective catalog numbers: 1. Stanley Hager New Hope Arena - Interior Improvement Project 087100-3 DOOR HARDWARE 292 Project Number 12002.00 2. Standard Weight, Plain Bearing 5PB1 F179 1279 3. Standard Weight, Bali Bearing 5BB1 BB179 BB1279 4. Standard Weight, Ball Bearing, Non -Ferrous 513131 FBB191 BB1191 5. Heavy Weight, Ball Bearing 5BB1 HW FBB168 BB1168 6. Heavy Weight, Ball Bearing, Non -Ferrous 5BB1HW FBB199 BBI 199 B. Unless otherwise specified, furnish the following hinge quantities for each door leaf. 1. 3 hinges for doors up to 90 inches. 2. 1 additional hinge for every 30 inch on doors over 90 inches. 3. 4 hinges for Dutch door applications. C. Unless otherwise specified, top and bottom hinges shall be located as specified in division 8 Section "Hollow Metal Doors and Frames". Intermediate hinges shall be located equidistant from others. D. Unless otherwise specified, furnish hinge weight and type as follows: 1. Standard weight: plain gearing hinge 5PB1 for interior openings through 36 inches wide without a door closer. 2. Standard weight: ball bearing hinge 5BB1 for interior opening over 36 through 40 inches wide without a door closer, and for interior openings through 40 inches wide with a door closer. 3. Heavyweight: 4 ball bearing hinge 5BB1HW for interior openings over 40 inches wide, and for all vestibule doors. 4. Heavyweight: 4 ball bearing hinge 513131 HWss for exterior openings unless otherwise listed in groups. E. Unless otherwise specified, furnish hinges for exterior doors, fabricated from brass, bronze, or stainless steel. Unless otherwise specified, hinges for interior doors may be fabricated from steel. F. Unless otherwise specified, furnish hinges in the following sizes: 1. 5" x 5" 2-114" thick doors 2. 4-1112'x4-1/2" 1-314" thick -doors 3. 3-112" x 3-112" 1-18" thick doors G. Furnish hinges with sufficient width to accommodate trim and allow for 180 -degree swing. H. Unless otherwise specified, furnish hinges with flat button tips with non -rising pins. at interior doors, non -removable loose pins (NRP) at exterior and out -swinging interior doors. L Unless otherwise specified, furnish all hinges to template standards. 2.03 CONTINUOUS PIN AND BARREL HINGES A. Acceptable manufacturers and respective catalog numbers: 1. Marker Stanley 2. Stainless Steel Continuous Hinge 700 Series 300 Series 650 Series B. Continuous hinges shall be full height pin and barrel type hinge providing full height door support up to 600 lbs. Edge mount (unless noted otherwise). C. Construct hinges of heavy-duty 14 -gauge material. The stainless internal pin shall have a diameter of 0.25 and the exterior barrel diameter of 0.438. D. Hinge shall be non -handed with symmetrical template hole pattern and factory drilled. Hinge must accept a minimum of 21 fasteners on the door and 21 fasteners on the frame. E. Each knuckle to be 2 inch, including split nylon bearing at each separation for quiet, smooth, self-lubricating operation. F. Hinge to be able to carry Warnock Hersey Int. or UL for fire rated doors and frames up to 3 hours. G. Provide machine screws for doors which have been reinforced to accept machine screws. H. Note: Fire label for doors and frames should be placed on the header and top rail of fire rated doors and frames. New Hope Arena - Interior Improvement Project 087100-4 DOOR HARDWARE 292 Project Number 12002.00 2.04 FLUSH BOLTS AND DUST PROOF STRIKES A. Acceptable manufacturers and respective catalog numbers: 1. Door Controls Hager 2. Dust Proof Strike DP2 80 2BOX 3. Manual Flush Bolt FB458 780 282D B. Unless otherwise specified, provide 12" rods for manual flush bolts for door 7'6" or less, 24" top rods for doors over T6" to 8'6". C. Unless otherwise specified, provide doors over 8'6" with automatic top bolts. D. Provide automatic flush bolts where required to maintain fire door fisting and or egress requirements on pairs of doors. E. Provide all bottom flush bolts with non-locking dust proof strikes. 2.05 EXIT DEVICES A. Acceptable manufacturers and respective catalog numbers: 1. Von Dupdn Falcon Precision 2. Wide Stile, Push Pad 98199 Series 25 Series 2000 Series B. Obtain exit devices from a single manufacturer, although several may be indicated as offering products complying with requirements. C. On full glass doors there shall be no exposed fasteners on the back of the mechanism visible through the glass. D. All exit devices shall be provided with flush end caps to reduce potential damage from impact. E. All exit devices shall be provided with dead -locking latch bolts to insure security. F. All exit devices shall be U.L. listed for accident hazard. Exit device for use on fire doors shall also be U. L. listed for fire exit hardware. G. Provide optional strikes, special length rods, and adapter plates to accommodate door and frame conditions. Provide narrow style series devices in lieu of wide stile series devices where optional strikes will not accommodate door and frame conditions. H. Coordinate with related trades to insure adequate clearance and reinforcement is provided in doors and frames. Provide thru bolts as required. 1. All exit devices shall be provided with optional trim designs to match other lever and pull designs used on the project. J. Provide glass bead kits as required to accommodate door conditions. Screws shall not be Visible through full glass doors. K. Where specified, provide compatible keyed mullions with cylinder for pairs of doors. L. Provide reinforced crossbars for all traditional style exit devices applied to doors over 36" wide. 2.06 LOCKS AND LATCHES A. Acceptable manufacturers and respective catalog numbers: 1. Schlage Falcon Sargent 2. Grade 1 Mortise L Series 17A LM Series QG 8200 LNP B. Unless otherwise specified, all locks and latches to have: 1. 2-314" Backset 2. 112" minimum throw latchbolt 3. 1" throw deadbolt 4. 6 pin cylinders 5. ANSI Al 15.2 strikes C. Provide guarded latch bolts for all locksets, and latch bolts with sufficient throw to maintain fire rating of both single and paired door assemblies. D. Length of strike lip shall be sufficient to clear surrounding trim. New Hope Arena - Interior Improvement Project 087100-5 DOOR HARDWARE 292 Project Number 12002.00 E. Provide wrought boxes for strikes at inactive doors, wood frames, and metal frames without integral mortar covers. 2.07 PULLS, PUSH BARS, PUSHIPULL PLATES A. Acceptable manufacturers and respective catalog numbers: 1. Hager Ives 2. Straight Pull (1" dia., 10" ctc) 26C 4J 8103EZ-0 3. Pull 1 Push -Bar (1" dia., 10" ctc Pull) 422 x 26C 153 9103EZ-0 S. Adjust dimensions of protection plates to accommodate stile and rail dimensions, lite and louver cutouts, and adjacent hardware. Where required by adjacent hardware, protection plates shall be factory drilled for cylinders or other mortised hardware. All push plates shall be beveled 4 sides and countersunk. C. Where specified, provide surface mounted door edges. Edges shall butt to protective plates. Provide edges with cutouts as required adjacent hardware. D. Where possible, provide back-to-back, and concealed mounting for pulls and push bars. Push bar length shall be 3" less door width, or center of stile to center of stile for stile & rail or full glass doors. 2.08 CLOSERS A. Acceptable manufacturers and respective catalog numbers: 1. Falcon Sargent 2. 4011 14111 EDA SC70 I SC70 HD 281 I281P10 B. Obtain door closers from a single manufacturer, although several may be indicated as offering products complying with requirements. C. Provide extra heavy duty arm (EDA 1 HD) when closer is to be installed using parallel arm mounting. D. Closers shall use high strength cast iron cylinders, forged main arms, and 1 piece forged steel pistons. E. Closers shall utilize a stable fluid withstanding temperature range of +120deg F to -30deg F without seasonal adjustment of closer speed to properly close the door. Closers for fire -rated doors shall be provided with temperature stabilizing fluid that complies with standards UL10C. F. Unless otherwise specified, all door closers shall have full covers and separate adjusting valves for sweeps, latch, and backcheck. G. Provide closers for all labeled doors. Provide closer series and type consistent with other closers for similar doors specified elsewhere on the project. H. Provide closers with adjustable spring power. Size closers to insure exterior and fire rated doors will consistently close and latch doors under existing conditions. Size all other door closers to allow for reduced opening force not to exceed 5 lbs. I. Install closers on the room side of corridor doors, stair side of stairways and interior side of exterior doors. J. Closers shall be furnished complete with all mounting brackets and cover plates as required by door and frame conditions, and by adjacent hardware. K. Pressure Relief Valve, PRV, shall not be acceptable. 2.09 OVERHEAD STOPS A. Acceptable manufacturers and respective catalog numbers: 1. Glynn -Johnson Rixson Sargent 2. Heavy Duty Surface Mount GJ900 Series 9 Series 590 3. Heavy Duty Concealed Mount GJ100 Series 1 Series 690 S. Overhead stops (including slide block and end caps) shall be fabricated from metal. Now Hope Arena - Interior Improvement Project 087100-6 DOOR HARDWARE 292 Project Number 12002.00 C. Unless otherwise specified, furnish GJ900 series overhead stop for doors equipped with regular arm surface type closers that swing more than 140 degrees before striking a wall, for doors that open against equipment, casework, sidelights, or other objects that would make wall bumpers inappropriate, and as specified in hardware groups. D. Furnish sex bolt attachments for wood and mineral core doors unless doors are supplied with proper reinforcing blocks. E. Provide special stop only ("SE" suffix) overhead stops when used in conjunction with electronic hold open closers. F. Do not provide holder function for labeled doors. 2.10 WALL STOPS AND HOLDERS A. Acceptable manufacturers and respective catalog numbers: 1. Hager Burns 2. Wrought Convex Wall Bumper WS406CVX 232W 570 3. Wrought Concave Wall Bumper WS406CCV 236W 575 B. Furnish a stop or holder for all doors. Furnish floor stops only where specifically specified. C. Where wall stops are not applicable, furnish overhead stops. D. Do not provide holder function for labeled doors. 2.11 WEATHERSTRIP, GASKETING A. Acceptable manufacturers and respective catalog numbers: 1. Pemko NGP Reese 2. Weatherstrip 429 2891 PK 70ONA 755 3. Sweeps 8192 18061 NB _ B606 964 4. Sweep wl drip 8198 345_N C627 354 5. Drip Cap 142 346 16 8201 B. Where specified in the hardware groups, furnish the above products unless otherwise detailed in groups. C. Provide weatherstripping all exterior doors and where specified. D. Provide intumescent and other required edge sealing systems as required by individual fire door listings to complywith positive pressure standards UL 10C. E. Provide Zero 188 smoke gaskets at all fire rated doors and smoke and draft control assemblies. F. Provide gasketing for all meeting edges on pairs of fire doors. Gasketing shall be compatible with astragal design provided by door supplier as required for specific fire door listings. 2.12 THRESHOLDS A. Acceptable manufacturers and respective catalog numbers: 1. Pemko NGP Reese 2. Saddle Thresholds 8655 171 425 S205 B. Hardware supplier shall verify all finish floor conditions and coordinate proper threshold as required to insure a smooth transition between threshold and interior floor finish. C. Threshold Types: 1. Unless otherwise specified, provide saddle threshold similar to Zero 8655 for all exterior openings with an interior floor finish less than or equal to 114" in height. 2. Unless otherwise specified, provide half saddle threshold similar to Reese S239 for all exterior openings with an interior floor finish greater than 114" in height. Threshold height shall match thickness of interior floor finish. 2.13 FINISHES AND BASIL MATERIALS A. Unless otherwise indicated in the hardware groups or herein, hardware finishes shall be applied over base metals as specified in the following finish schedule: 1. HARDWARE ITEM BHMA FINISH AND BASE MATERIAL New Hope Arena - Interior Improvement Project 087100-7 DOOR HARDWARE 292 Project Number 12002.00 2. Continuous Hinges 630 (US32D - Satin Stainless Steel) 3. Flush Bolts 626 (US26D - Satin Chromium) 4. Locks and Latches 626 (US26D - Satin Chromium) 5. Pulls and Push Bars 630 (US320 - Satin Stainless Steel) 6. Closers 689 (Powder Coat Aluminum) 7. Overhead Stops 630 (US32D - Satin Stainless Steel) B. Wall Stops and Holders 630 (US32D - Satin Stainless Steel) S. Thresholds 626 (Mill Aluminum) 10. Weather-strip, Sweeps Drip Aluminum Anodized 19. Miscellaneous 626 (US26D - Satin Chromium) 2.14 KEYING A. Provide all cylinders in keyways as required to accommodate owners existing key system. B. Provide interchangeable cores to accommodate Owners exisitng key system for all locks and cylinders. C. All locks under this section shall be keyed to V bit and tumed over to the owner for keying into the existing Master Key System. D. Furnish a total of 2 keys per cylinder. EXECUTION 3.01 EXAMINATION A. Prior to installation of hardware, installer shall examine door frame installation to insure frames have been set square and plumb. Installer shall examine doors, door frames, and adjacent wall, floor, and ceiling for conditions, which would adversely effect proper operation and function of door assemblies. Do not proceed with hardware installation until such deficiencies have been corrected. 3.02 INSTALLATION A. Before hardware installation, general contractor/construction manager shall coordinate a hardware Installation seminar with a 1 week notice to all parties involved. The seminar is to be conducted on the installation of hardware, specifically of locksets, closers, exit devices, continuous hinges and overhead stops. Manufacturer's representative of the above products to present seminar. Seminar to be held at the job site and attended by installers of hardware (including low voltage hardware) for aluminum, hollow metal and wood doors. Training to include use of installation manuals, hardware schedule, templates and physical products samples. B. Install all hardware In accordance with the approved hardware schedule and manufacturers instructions far installation and adjustment. C. Set units level, plumb and true to the line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. D. Drill and countersink units which are not factory -prepared for anchorage fasteners. Space fasteners and anchors in accord with industry standards. E. Drill appropriate size pilot holes for all hardware attached to wood doors and frames. F. Shim doors as required to maintain proper operating clearance between door and frame. G. Unless otherwise specified, locate all hardware in accordance with the recommended locations for builders hardware for standard doors and frames as published by the Door and Hardware Institute. H. Use only fasteners supplied by or approved by the manufacturer for each respective item of hardware. I. Mortise and cut to close tolerance and conceal evidence of cutting in the finished work. J. Conceal push and pull bar fasteners where possible. Do not install through bolts through push plates. New Hope Arena - Interior Improvement Project 087100-8 DOOR HARDWARE 292 Project Number 12002.00 K. Install hardware on UL labeled openings in accordance with manufacturer's requirements to maintain the label. L. Apply self-adhesive gasketing on frame stop at head & latch side and on rabbet of frame at hinge side. M. Install hardware in accordance with supplemental "S" label instructions on all fire rated openings. N. Install wall stops to contact lever handles or pulls. Do not mount wall stops on casework, or equipment. O. Where necessary, adjust doors and hardware as required to eliminate binding between strike and latchbolt. Doors should not rattle. P. Overhead stops used in conjunction with electrified hold open closers shall be templated and installed to coincide with engagement of closer hold open position. Q. Install door closers on corridor side of lobby doors, room side of corridor doors, and stair side of stairways. R. Adjust spring power of door closers to the minimum force required to insure exterior and fire rated doors will consistently close and latch doors under existing conditions. Adjust all other door closers to insure opening force does not to exceed 5 lbs. S. Adjust "sweep", "latch", & "back check" valves on all door closers to properly control door through out the opening and closing cycle. Adjust total closing speed as required to comply with all applicable state and local building codes. T. Install "hardware compatible" (bar stock) type weatherstripping continuously for an uninterrupted seal. Adjust templating for parallel arm door closers, exit devices, etc., as required to accommodate weatherstripping. U. Unless otherwise specified or detailed, install thresholds with the bevel in vertical alignment with the outside door face. Notch and closely fit thresholds to frame profile. Set thresholds in full bed of sealant. V. Compress sweep during installation as recommended by sweep manufacturer to facilitate a water resistant seal. W. Deliver to the owner 1 complete set of installation and adjustment instructions, and tools as furnished with the hardware. 3.03 FIELD QUALITY CONTROL A. After installation has been completed, the hardware supplier and manufacturers representative for locksets, door closers, exit devices, and overhead stops shall check the project and verify compliance with installation instructions, adjustment of all hardware items, and proper application according to the approved hardware schedule. Hardware supplier shall submit a list of all hardware that has not been installed correctly. B. After installation has been completed, the hardware supplier and manufacturers representative shall meet with the owner to explain the functions, uses, adjustment, and maintenance of each item of hardware. Hardware supplier shall provide the owner with a copy of all wiring diagrams. Wiring diagrams shall be opening specific and include both a riser diagram and point to point diagram showing all wiring terminations. 3.04 ADJUSTMENT AND CLEANING A. At final completion, and when H.V.A.C. equipment is in operation, installer shall make final adjustments to and verify proper operation of all door closers and other items of hardware. . Lubricate moving parts with type lubrication recommended by the manufacturer. B. All hardware shall be left clean and in good operation. Hardware found to be disfigured, defective, or inoperative shall be repaired or replaced. New Hope Arena - Interior Improvement Project 087100-9 DOOR HARDWARE 292 Project Number 12002.00 3.06 HARDWARE SCHEDULE A. The following schedule of hardware groups are intended to describe opening function. The hardware supplier is cautioned to refer to the preamble of this specification for a complete description of all materials and services to be furnished under this section. HW SET: 01 EA CONTINUOUS HINGE 700 IVE EA PRIVACY LOCK L9498 with indicator SCH EA WALL STOP WS406 IVE EA SURFACE CLOSER 401114111-E LCN EA KICK PLATE 840010"X2"LDW IVE EA WEATHERSTRIP BY DRIFR SUPPLIER ZER HW SET: 02 EA CONTINUOUS HINGE 700 IVE EA PANIC DEVICE 99NL VON EA CYLINDER MATCH BLDG STANDARD EA KICK PLATE 840010"X2"LDW IVE EA SURFACE CLOSER 401114111-E LCN EA WALL STOP WS406 IVE HW SET: 03 EA CONTINUOUS HINGE 700 IVE EA FLUSHBOLTS AUTOMATIC IVE EA DUSTPROOF STRIKE DP2 IVE 2 EA SURFACE CLOSER 4111 SHCUSH LCN EA COORDINATOR COR COMPLETE IVE EA STOREROOM LOCK L9080 SCH 2 EA KICKPLATE 84001017(2"LDW IVE FUNCTION: L9080 (F07) STOREROOM LOCK LATCHBOLT RETRACTED BY KEY OUTSIDE OR BY LEVER INSIDE. OUTSIDE LEVER ALWAYS INOPERATIVE. AUXILIARY LATCH DEADLOCKS LATCHBOLT WHEN DOOR IS CLOSED. END OF SECTION New Hope Arena - Interior Improvement Project 087100-10 DOOR HARDWARE 292 Project Number 12002.00 SECTION 088000 GLAZING PART 1 GENERAL 1.01 SECTION INCLUDES A. Glass. B. Aluminum Glazing Channels for Stair Guardrails. C. Glazing compounds and accessories. 1.02 RELATED REQUIREMENTS A. Section 072500 - Weather Barriers. B. Section 079005 - Joint Sealers: Sealant and back-up material. C. Section 081113 - Hallow Metal Doors and Frames: Glazed doors and borrowed Res. D. Section 084313 -Aluminum-Framed Storefronts. 1.03 REFERENCE STANDARDS A. 16 CFR 1201 - Safety Standard for Architectural Glazing Materials; current edition. B. ANSI 297.1 - American National Standard for Safety Glazing Materials Used in Buildings, Safety Performance Specifications and Methods of Test; 2009. C. ASTM C864 - Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting Blocks, and Spacers; 2005. D. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011. E. ASTM C1036 - Standard Specification for Flat Glass; 2006. F. ASTM C1048 - Standard Specification for Heat -Treated Flat Glass --Kind HS, lend FT Coated and Uncoated Glass; 2004. G. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2009. H. ASTM E1300 - Standard Practice for Determining Load Resistance of Glass in Buildings; 2009a. I. ASTM E2190 - Standard Specification for Insulating Glass Unit Performance and Evaluation; 2010. J. GANA (GM) -GANA Glazing Manual; Glass Association of North America; 2009. K. GANA (SM) - FGMA Sealant Manual; Glass Association of North America; 2008. L. SIGMA TM -3000 - Glazing Guidelines for Sealed Insulating Glass Units; Sealed Insulating Glass Manufacturers Association; 2004. 1.04 SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures. B. Product Data on Glass Types: Provide structural, physical and environmental characteristics, size limitations, special handling or installation requirements. C. Product Data on Glazing Compounds: Provide chemical, functional, and environmental characteristics, limitations, special application requirements. Identify available colors. D. Samples: Submit two samples 12X12 inch in size of glass units, showing coloration. Exterior insulated glazing units coloration to match existing. Glazing supplier to field verify color. E. Certificates: Certify that products meet or exceed specified requirements. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with GANA Glazing Manual and FGMA Sealant Manual for glazing installation methods. New Hope Arena - Interior Improvement Project 088000-1 GLAZING 292 Project Number 12002.00 B. Installer Qualifications: Company specializing in performing the work of this section with minimum 3 years documented experience. 1.06 FIELD CONDITIONS A. Do not install glazing when ambient temperature is less than 50 degrees F. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds. 1.07 WARRANTY A. See Section 017800 -Closeout Submittals, for additional warranty requirements. B. Sealed Insulating Glass Units: Provide a five (5) year warranty to include coverage for sea[ failure, interpane dusting or misting, including replacement of failed units. PART 2 PRODUCTS 2.01 GLAZING TYPES A. Type GL -1 -Sealed Insulating Glass Units: Vision glazing. 1. Application(s): All exterior glazing unless otherwise indicated. 2. Outboard Lite: Fully tempered float glass, 1/4 inch thick, minimum. a. Tint: Match existing coloration and type of relocated entrance system. 3. Inboard Lite: Fully tempered float glass, 1/4 inch thick, minimum. a. Tint: Clear. 4. Total Thickness: 1 inch. 5. Glazing Method: Match existing glazing method. B. Type GL -2 - Single Vision Glazing: 1. Applications: All interior glazing unless otherwise indicated. 2. Type: Fully tempered float glass. 3. Tint: Clear. 4. Thickness: 1/4 inch. Provide 318° at stair guardrails. 5. Glazing Method: Gasket glazing. 2.02 EXTERIOR GLAZING ASSEMBLIES A. Structural Design Criteria: Select type and thickness to withstand dead loads and wind loads acting normal to plane of glass at design pressures calculated in accordance with applicable code. 1. Use the procedure specified in ASTM E1300 to determine glass type and thickness. 2. Limit glass deflection to 1!200 or flexure limit of glass, whichever is less, with full recovery of glazing materials. 3. Thicknesses listed are minimum. B. Air and Vapor Seals: Provide completed assemblies that maintain continuity of building enclosure vapor retarder and air barrier. 1. In conjunction with vapor retarder and joint sealer materials described in other sections. 2. To maintain a continuous air barrier and vapor retarder throughout the glazed assembly from glass pane to heel bead of glazing sealant. 2.03 GLASS MATERIALS A. Float Glass Manufacturers: 1. Guardian Industries Corp: www.sunguardglass.com. 2. Pilkington North America Inc: www.pilkington.com/na. 3. PPG industries, Inc: www.ppgglazfng.com. 4. Substitutions: Refer to Section 016000 - Product Requirements. B. Float Glass: All glazing is to be float glass unless otherwise indicated. 1. Annealed Type: ASTM C1036, Type I, transparent flat, Class 1 clear, Quality Q3 (glazing select). 2. Heat -Strengthened and Fully Tempered Types: ASTM C1048. New Hope Arena - Interior Improvement Project 088000-2 GLAZING 292 Project Number 12002.00 3. Tinted Types: Color and performance characteristics as indicated. 4. Thicknesses: As indicated; for exterior glazing comply with specified requirements for wind load design regardless of specified thickness. 2.04 SEALED INSULATING GLASS UNITS A. Manufacturers: 1. Any of the manufacturers specified for float glass. 2. Any fabricator certified by glass manufacturer for type of glass, coating, and treatment involved and capable of providing specked warranty, if any. 3. Cardinal Glass Industries: www.cardinalcorp.com. 4. Vracon, Apogee Enterprises, Inc: www.viracon.com. 5. Substitutions: Refer to Section 016000 - Product Requirements. B. Sealed Insulating Glass Units: Types as indicated. 1. Locations: Exterior, except as otherwise indicated. 2. Durability: Certified by an independent testing agency to comply with ASTM E2190. 3. Edge Spacers: Aluminum, bent and soldered corners. 4. Edge Seal: Glass to elastomer with supplementary silicone sealant. 5. Purge interpane space with dry hermetic air. 2.05 GLAZING COMPOUNDS A. Manufacturers: 1. Bostik Inc: www.bostik-us.com. 2. Pecora Corporation: www.pecora.com. 3. BASF Construction Chemicals -Building Systems: www.chemrex.com. 4. Substitutions: Refer to Section 016000 - Product Requirements. B. Glazing Putty: Polymer modified latex recommended by manufacturer for outdoor use, knife grade consistency, grey color. C. Butyl Sealant: Single component; ASTM C 920, Grade NS, Class 12-112, Uses M and A; Shore A hardness of 10 to 20; black color; non -skinning. D. Silicone Sealant: Single component; neutral curing; capable of water immersion without loss of properties; non-bleeding, non -staining; ASTM C 920, Type S, Grade NS, Class 25, Uses M, A, and G; cured Shore A hardness of 15 to 25; match adjacent surface color. 2.06 GLAZING ACCESSORIES A. Setting Blocks: Neoprene, 80 to 90 Shore A durometer hardness, ASTM C864 Option I. Length of 0.1 inch for each square foot of glazing or minimum 4 inch x width of glazing rabbet space minus 1116 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. Aluminum Glazing Channels: As manufactured by US Horizon- or equal. High profile and low profile shapes to accept 318" thick tempered glass. US Horizons part numbers, AU-HP38 and UA-LP38. D. Glazing Tape: Preformed butyl compound with integral resilient tube spacing device; 10 to 15 Shore A durometer hardness; coiled on release paper; as required inch size; black color. 1. Manufacturers: a. Pecora Corporation: www.pecora.com. b. Tremco Global Sealants: www.tremoosealants.com. c. Substitutions: Refer to Section 016000 - Product Requirements. E. Glazing Gaskets: Resilient silicone extruded shape to suit glazing channel retaining slot; ASTM C864 Option I; black color. F. Glazing Clips: Manufacturer's standard type. New Hope Arena - Interior Improvement Project 088000-3 GLAZING 292 Project Number 12002.00 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 that may impede moisture movement, weeps are clear, and ready to receive glazing. 3.02 PREPARATION A. Clean contact surfaces with solvent and wipe dry. B. Sea] porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant. D. Install sealants in accordance with ASTM C1193 and FGMA Sealant Manual. E. Install sealant in accordance with manufacturer's instructions. 3.03 GLAZING METHODS 3.04 INSTALLATION - EXTERIORANTERIOR DRY METHOD (GASKET GLAZING) A. Place setting blocks at 114 points with edge block no more than 6 inches from corners. B. Rest glazing on setting blocks and push against fixed stop with sufficient pressure on gasket to attain full contact. C. Install removable stops without displacing glazing gasket; exert pressure for full continuous contact. 3.05 INSTALLATION -EXTERIOR WET/DRY METHOD (PREFORMED TAPE AND SEALANT) A. Cut glazing tape to length and set against permanent stops, 3/16 inch below sight line. Seal corners by butting tape and dabbing with butyl sealant. B. Apply heel bead of butyl sealant along intersection of permanent stop with frame ensuring full perimeter seal between glass and frame to complete the continuity of the air and vapor seal. C. Place setting blocks at 1/4 points with edge block no more than 6 inches from corners. D. Rest glazing on setting blocks and push against tape and heel bead of sealant with sufficient pressure to attain full contact at perimeter of pane or glass unit. E. Install removable stops, with spacer strips inserted between glazing and applied stops, inch below sight line. Place glazing tape on glazing pane or unit with tape flush with sight line. F. Fill gap between glazing and stop with butyl type sealant to depth equal to bite of frame on glazing, but not more than 318 inch below sight line. G. Apply cap bead of silicone type sealant along void between the stop and the glazing, to uniform line, flush with sight line. Tool or wipe sealant surface smooth. 3.06 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 comers. 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 nape for full continuous contact. F. Knife trim protruding tape. 3.07 MANUFACTURER'S FIELD SERVICES A. Glass and Glazing product manufacturers to provide field surveillance of the installation of their products. New Hope Arena - Interior improvement Project 088000-4 GLAZING 292 Project Number 12002.00 B. Monitor and report installation procedures and unacceptable conditions. 3.08 CLEANING A. Remove glazing materials from finish surfaces. B. Remove labels after Work is complete. C. Clean glass and adjacent surfaces. 3.09 PROTECTION A. After installation, mark pane with an 'X' by using removable plastic tape or paste; do not mark heat absorbing or reflective glass units. END OF SECTION New Hope Arena - Interior Improvement Project 088000-5 GLAZING 292 Project Number 12D02.00 SECTION 092116 GYPSUM BOARD ASSEMBLIES PART1 GENERAL 1.01 SECTION INCLUDES A. Performance criteria for gypsum board assemblies. B. Metal stud wall framing. C. Metal channel ceiling framing. D. Gypsum sheathing. E. Gypsum wallboard. F. Access Panels. G. Joint treatment and accessories. 1.02 RELATED REQUIREMENTS A. Section 054000 - Cold -Formed Metal Framing: Exterior wind -load-bearing metal stud framing. B. Section 061000 - Rough Carpentry: Wood blocking product and execution requirements. C. Section 072100 -Thermal Insulation: Acoustic insulation. D. Section 072500 - Weather Barriers: Water -resistive barrier over sheathing. E. Section 078400 - Firestopping: Top -of -wall assemblies at fire rated walls. F. Section 079005 - Joint Sealers: Acoustic sealant. 1.03 REFERENCE STANDARDS A. AISI SG02-1 - North American Specification for the Design of Cold -f=ormed Steel Structural Members; American Iron and Steel Institute; 2001 with 2004 supplement. (replaced SG -971) B. ASTM C4751C475M - Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board; 2002 (Reapproved 2007). C. ASTM C645 - Standard Specification for Nonstructural Steel Framing Members; 2009a. D. ASTM C754 - Standard Specification for Installation of Steel Framing Members to Receive Screw -Attached Gypsum Panel Products; 2009a. E. ASTM C840 - Standard Specification for Application and Finishing of Gypsum Board; 2008. F. ASTM C954 - Standard Specification for Steel Drill Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Steel Studs From 0.033 in. (0.84 mm) to 0.112 in. (2.84 mm) in Thickness; 2010. G. ASTM C1002 - Standard Specification for Steel Self -Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs; 2007. H. ASTM C1047 - Standard Specification for Accessories for Gypsum Wallboard and Gypsum Veneer Base; 2010a. 1. ASTM C11777C1177M - Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing; 2008. J. ASTM C1280 - Standard Specification for Application of Gypsum Sheathing; 2009. K. ASTM C1396/C1396M - Standard Specification for Gypsum Board; 2009s. L. ASTM C16581C1658M - Standard Specification for Glass Mat Gypsum Panels; 2006. M. ASTM D3273 - Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber; 2000 (Reapproved 2005). N. ASTM E90 - Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements; 2009. O. ASTM E413 - Classification for Rating Sound Insulation; 2010. New Hope Arena - Interior Improvement Project 092116-1 GYPSUM BOARD ASSEMBLIES 292 Project Number 12002.00 P. GA -216 -Application and Finishing of Gypsum Board; Gypsum Association; 2010. Q. GA -600 - Fire Resistance Design Manual; Gypsum Association; 2009. R. ICC (IBC) - International Building Code; 2009. S. UL (FRD) - Fire Resistance Directory, Underwriters Laboratories Inc.; current edition. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's data on partition head to structure connectors, showing compliance with requirements. C. Test Reports: For all stud framing products that do not comply with ASTM C645 or C 754, provide independent laboratory reports showing maximum stud heights at required spacings and deflections. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Company specializing in performing, with minimum 3 years of documented experience. PART 2 PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES A. Provide completed assemblies complying with ASTM C840 and GA -216. B. Interior Partitions : Provide completed assemblies with the following characteristics: 1. Acoustic Attenuation: STC of 45-49 calculated in accordance with ASTM E413, based on tests conducted in accordance with ASTM E90. C. Fire Rated Assemblies: Provide completed assemblies with the following characteristics: 1. Fire Rated Partitions: ; 1 hour rating. 2. Head of Fire Rated Partitions: ; 1 hour rating. 3. ICC IBC Item Numbers: Complywith applicable requirements of ICC IBC for the particular assembly. 4. UL Assembly Numbers: Provide construction equivalent to that listed for the particular assembly in the current UL Fire Resistance Directory. 2.02 METAL FRAMING MATERIALS A. Manufacturers - Metal Framing, Connectors, and Accessories: 1. Clarkwestern Dietrich Building Systems LLC: www.clarkdietrich.com. 2. Substitutions: See Section 016000 - Product Requirements. B. Non-Loadbearing Framing System Components: ASTM C645; galvanized sheet steel, of size and properties necessary to comply with ASTM C754 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 . Studs at vestibule to be minimum 16 gauge. All other studs sized as required for application. 2. Runners: U shaped, sized to match studs. 3. Ceiling Channels: C shaped. 4. Furring: Hat -shaped sections, minimum depth of 718 inch. C. Ceiling Hangers: Type and size as specified in ASTM C754 for spacing required. D. Partition Head To Structure Connections: Provide track fastened to structure with legs of sufficient length to accommodate deflection, for friction fit of studs cut short and screwed to secondary deflection channel set inside but unattached to top track. 2.03 BOARD MATERIALS A. Manufacturers - Gypsum -Based Board: 1. CertainTeed Corporation; Product www.cartainteed.com. 2. Georgia-Pacific Gypsum LLC; Product : www.gp.comlgypsum. 3. National Gypsum Company: www.nationaigypsum.com. New Hope Arena - Interior Improvement Project 092116-2 GYPSUM BOARD ASSEMBLIES 292 Project Number 12002.00 4. USG Corporation: www.usg.com. 5. Substitutions: See Section 016000 - Product Requirements. B. Gypsum Wallboard: Paper -faced gypsum panels as defined in ASTM C13961C1396M; sizes to minimize joints in place; ends square cut. 1. Application: Use for vertical surfaces and ceilings, unless otherwise indicated. 2. Glass -mat -faced gypsum panels as defined in ASTM C16581C1658M, suitable for paint finish, of the same core type and thickness may be substituted for paper -faced board. 3. Mold Resistance: Score of 10, when tested in accordance with ASTM D3273. a. Mold -resistant board is required at all locations. 4. At Assemblies Indicated with Fire -Rating: Use type required by indicated tested assembly, if no tested assembly is indicated, use Type X board, UL or WH listed. 5. Thickness: a. Vertical Surfaces: 518 inch. b. Ceilings: 518 inch. c. Multi -Layer Assemblies: Thicknesses as indicated on drawings. 6. Glass -Mat -Faced Products: a. Georgia-Pacific Gypsum LLC; DensArmor Plus. b. National Gypsum Company; Gold Bond e2XP Interior Extreme. C. Ceiling Board: Special sag -resistant gypsum ceiling board as defined in ASTM C1396/C1396M; sizes to minimize joints in place; ends square cut. 1. Application: Ceilings, unless otherwise indicated. 2. Thickness: 518 inch. 3. Edges: Tapered. 4. Products: a. American Gypsum; Interior Ceiling Board. b. CertainTeed Corporation; ProRoc Interior Ceiling. c. Georgia-Pacific Gypsum LLC; ToughRock CD Ceiling Board. d. National Gypsum Company; High Strength Brand Ceiling Board. e. USG Corporation; Sheetrock Brand Sag -Resistant Interior Gypsum Ceiling Board. f. Substitutions: See Section 016000 - Product Requirements. D. Exterior Sheathing Board: Sizes to minimize joints in place; ends square cut. 1. Application: Exterior sheathing, unless otherwise indicated. 2. Mold Resistance: Score of 10, when tested in accordance with ASTM D3273. 3. Glass -Mat -Faced Sheathing: Glass mat faced gypsum substrate as defined in ASTM C11771C1177M. 4. Core Type: Type X. as indicated. 5. Type X Thickness: 518 inch. 6. Edges: Square, for vertical application. 7. Glass -Mat -Faced Products: a. CertainTeed Corporation; GlasRoc Brand. b. Georgia-Pacific Gypsum LLC; DensGlass Gold Sheathing. c. National Gypsum Company; Gold Bond Brand e2XP Extended Exposure Sheathing. d. Substitutions: See Section 016000 - Product Requirements. 2.04 ACCESSORIES A. Acoustic Insulation: As specified in Section 072100. B. Acoustic Sealant: As specified in Section 079005. C. Access Panels: 24"X24" recessed steel type to accept gypsum board. D. Water -Resistive Barrier: As specified in Section 072500. E. Finishing Accessories: ASTM C1047, galvanized steel or rolled zinc, unless otherwise indicated. 1. Types: As detailed or required for finished appearance. 2. Special Shapes: In addition to conventional comerbead and control joints, provide U -bead at exposed panel edges. New Hope Arena - Interior improvement Project 092116-3 GYPSUM BOARD ASSEMBLIES 292 Project Number 12002.00 3. Manufacturers - Finishing Accessories: a. Same manufacturer as framing materials. b. Substitutions: See Section 016000 - Product Requirements. F Joint Materials: ASTM C475 and as recommended by gypsum board manufacturer for project conditions. 1. Tape: 2 inch wide, coated glass fiber tape for joints and corners, except as otherwise indicated. 2. Ready -mixed vinyl -based joint compound. 3. Chemical hardening type compound. G. Screws for Attachment to Steel Members Less Than 0.03 inch In Thickness, to Wood Members, and to Gypsum Board: ASTM C1002; self -piercing tapping type; cadmium -plated for exterior locations. H. Screws for Attachment to Steel Members From 0.033 to 0.112 inch in Thickness: ASTM C954; steel drill screws for application of gypsum board to loadbearing steel studs. I. Anchorage to Substrate: Tie wire, nails, screws, and other metal supports, of type and size to suit application; to rigidly sequre materials in place. 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 C754 and manufacturer's instructions. B. Suspended Ceilings and Soffits: Space framing and furring members as indicated. 1. Level ceiling system to a tolerance of 1/1200. 2. Laterally brace entire suspension system. 3. Install bracing as required at exterior locations to resist wind uplift. C. Studs: Space studs at 16 inches on center maximum. 1. Extend partition framing to structure where indicated and to ceiling in other locations. 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. Openings: Reinforce openings as required for weight of doors or operable panels, using not less than double studs at jambs. E. Furring for Fire Ratings: Install as required for fire resistance ratings indicated and to GA -600 requirements. F. Blocking: Install wood blocking for support of: 1. Framed openings. 2. Plumbing fixtures. 3. Toilet accessories. 4. Wall mounted door hardware. 3.03 ACOUSTIC ACCESSORIES INSTALLATION A. Acoustic Insulation: Place tightly within spaces, around cut openings, behind and around electrical and mechanical items within partitions, and tight to items passing through partitions. B. Acoustic Sealant: Install in accordance with manufacturer's instructions. 1. Place one bead continuously on substrate before installation of perimeter framing members. 2. Place continuous bead at perimeter of each layer of gypsum board. New Hope Anna - Interior Improvement Project 092116-4 GYPSUM BOARD ASSEMBLIES 292 Project Number 12002.00 3. In non -fire -rated construction, seal around all penetrations by conduit, pipe, ducts, and rough -in boxes. 3.04 BOARD AND GLASS MAT FACED 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. 13. Single -Layer Non -Rated: Install gypsum board in most economical direction, with ends and edges occurring over firm bearing. 1. Exception: Tapered edges to receive joint treatment at right angles to framing. C. Fire -Rated Construction: Install gypsum board in strict compliance with requirements of assembly listing. D. Exterior Sheathing: Comply with ASTM 01280. Install sheathing vertically, with edges butted tight and ends occurring over firm bearing. E. Installation on Metal Framing: Use screws for attachment of all gypsum board except face layer of non -rated double -layer assemblies, which may be installed by means of adhesive lamination. 3.85 INSTALLATION OF TRIM AND ACCESSORIES A. Control Joints: Place control joints consistent with lines of building spaces and as follows: 1. Not more than 30 feet apart on walls and ceilings over 50 feet long. B. Comer Beads: Install at external corners, using longest practical lengths. C. Edge Trim: Install at locations where gypsum board abuts dissimilar materials and as indicated. 3.06 JOINT TREATMENT A. Glass Mat Faced Gypsum Board and Exterior Glass Mat Faced Sheathing: Use fiberglass joint tape, bedded and finished with chemical hardening type joint compound. B. Finish gypsum board in accordance with levels defined in ASTM C840, as follows: 1. Level 4: Walls and ceilings to receive paint finish or wall coverings, unless otherwise indicated. 2. Level 1: Fire rated wall areas above finished ceilings, whether or not accessible in the completed construction. C. Tape, fill, and sand exposed joints, edges, and comers to produce smooth surface ready to receive finishes. 1. Feather coats of joint compound so that camber is maximum 1132 inch. 3.07 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 118 inch in 10 feet in any direction. END OF SECTION New Hope Arena - Interior Improvement Project 092116-5 GYPSUM BOARD ASSEMBLIES 292 Project Number 12002.00 SECTION 093000 TILING PART1 GENERAL 1.01 SECTION INCLUDES A. Tile for floor applications. B. Tile for wall applications. C. Coated glass mat backer board as tile substrate. D. Ceramic accessories. E. Ceramic trim. F. Non -ceramic trim. 1.02 RELATED REQUIREMENTS A. Section 079005 - Joint Sealers. B. Section 092116 - Gypsum Board Assemblies: Installation of tile backer board. 1.03 REFERENCE STANDARDS A. ANSI A108 Series/A118 Series/A136.1 - American National Standard Specifications for the Installation of Ceramic Tile (Compendium); 2009. B. ANSI A108.1a - American National Standard Specifications for Installation of Ceramic Tile in the Wet -Set Method, with Portland Cement Mortar; 2005. C. ANSI A108.1 b - American National Standard Specifications for Installation of Ceramic Tile on a Cured Portland Cement Mortar Setting Bed with Dry -Set or Latex Portland Cement Mortar; 1999 (82005). D. ANSI A108.1c -Specifications for Contractors Option: Installation of Ceramic Tile in the Wet -Set Method with Portland Cement Mortar or Installation of Ceramic Tile on a Cured Portland Cement Mortar Bed with Dry -Set or Latex Portland Cement E. ANSI A108.4 - American National Standard Specifications for Installation of Ceramic Tile with Organic Adhesives or Water Cleanable Tile -Setting Epoxy Adhesive; 1999 (82005). F. ANSI A108.5 - American National Standard Specifications for Installation of Ceramic Tile with Dry -Set Portland Cement Mortar or Latex -Portland Cement Mortar, 1999 (R2005). G. ANSI A108.6 - American National Standard Specifications for Installation of Ceramic Tile with Chemical Resistant, Water Cleanable Tile -Setting and -Grouting Epoxy; 1999 (R2005). H. ANSI A108.8 - American National Standard Specifications for Installation of Ceramic Tile with Chemical Resistant Furan Resin Mortar and Grout; 1999 (R2005). I. ANSI A108.9 - American National Standard Specifications for Installation of Ceramic Tile with Modified Epoxy Emulsion Mortar/Grout; 1999 (R2005). J. ANSI A108.10 - American National Standard Specifications for Installation of Grout in Tilework; 1999 (R2005). K. ANSI A118.3 - American National Standard Specifications for Chemical Resistant, Water Cleanable Tile Setting and -Grouting Epoxy and Water Cleanable Tile -Setting Epoxy Adhesive; 1999 (R2005). L. ANSI A118.6 - American National Standard Specifications for Standard Cement Grouts for Tile Installation; 1999 (R2005). M. ANSI A118.7 -American National Standard Specifications for Polymer Modified Cement Grouts for Tile Installation; 1999 (R2005). N. ANSI A137.1 - American National Standard Specifications for Ceramic Tile; 2008. 0. ASTM C11781C1178M - Standard Specification for Coated Glass Mat Water -Resistant Gypsum Backing Panel; 2008. New Hope Arena - Interior Improvement Project 093000-1 TILING 292 Project Number 12002.00 P. TCNA (HB) -Handbook for Ceramic Tile installation; 2011. 1.04 SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturers' data sheets on tile, mortar, grout, and accessories. Include instructions for using grouts and adhesives. C. Shop Drawings: Indicate tile layout, patterns, color arrangement, perimeter conditions, junctions with dissimilar materials, control and expansion joints, thresholds, ceramic accessories, and setting details. D. Samples: Mount tile and apply grout on two plywood panels, minimum 18 x 18 inches in size illustrating pattern, color variations, and grout joint size variations. E. Maintenance Data: Include recommended cleaning methods, cleaning materials, stain removal methods, and polishes and waxes. F. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 016000 - Product Requirements, for additional provisions. 2. Extra Tile: 1 percent percent of each size, color, and surface finish combination, but not less than 6 square feet of each type. 11.06 QUALITY ASSURANCE A. Maintain one copy of The Tile Council of North America Handbook and ANSI A108 Series/Al 18 Series on site. B. Manufacturer Qualifications: Company specializing in manufacturing the types of products specified in this section, with minimum 5 years of documented experience. C. Installer Qualifications: Company specializing in performing the installation, with minimum of 5 years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect adhesives from freezing or overheating in accordance with manufacturer's instructions. 1.07 FIELD CONDITIONS A. Do not install adhesives in an unventilated environment. B. Maintain ambient and substrate temperature of 50 degrees F during installation of mortar materials. PART 2 PRODUCTS 2.01 TILE A. Manufacturers: All products of each type by the same manufacturer. 1. Dal -Tile Corporation: www.dafile.com. 2. Substitutions: See Section 016000 - Product Requirements. B. Glazed Wall Tile: ANSI A137.1 , and as follows: 1. Rittenhouse Square manufactured by Daltile . 2. Moisture Absorption: Over 7.0 but less than 20.0 percent. 3. Size and Shape: 3"x6". 4. Edges: Square. 5. Surface Finish: Semi -Gloss. 6. Colors: Arctic White 0190. 7. Pattern: Running Bond. 8. Trim Units: Matching bullnose, cove, and base shapes in sizes coordinated with field tile. C. Floor Tile: ANSI A137.1 , and as follows: 1. Colorbody Porcelain Downtown Nite #CY04 manufactured by Daiiile . 2. Moisture Absorption: 0 to 0.5 percent. 3. Size and Shape: 12' x24". 4. Thickness: 318 inch New Hope Arena - Interior Improvement Project 093000-2 TILING 282 Project Number 12002.00 5. Face: Plain. 6. Edges: Square. 7. Surface f=inish: Unglazed. 8. Colors: As indicated above. 9. Trim Units: Matching cove base and cove shapes in sizes coordinated with field tile. 2.02 TRIM AND ACCESSORIES A. Ceramic Accessories: Glazed finish, same color and finish as adjacent field tile; same manufacturer as tile. B. Ceramic Trim: Matching bullnose, double bullnose, cove base, and cove ceramic shapes in sizes coordinated with field tile. 1. Applications: Use in the following locations: a. Open Edges: Bullnose. b. Inside Comers: Coved. c. Floor to Wall Joints: Cove base. 2. Manufacturer: Same as for tile. C. Non -Ceramic Trim: Brushed stainless steel, style and dimensions to suit application, for setting using tile mortar or adhesive. 1. Applications: Use in the following locations: a. Open edges of floor tile. b. Transition between floor finishes of different heights. c. Thresholds at door openings. d. Expansion and control joints, floor and wall. 2. Manufacturer: a. Schluter -Systems: www.schluter.com. b. Substitutions: See Section 016000 - Product Requirements. 2.03 ADHESIVE MATERIALS A. Manufacturers: 1. ProSpec, an Oldcastle brand; B-4050 Mufti -Purpose Adhesive: www.prospec.com. 2. Bostik Inc: www.bostik-us.com. 3. Custom Building Products; OmnjGdp: www.custombuildingproducts.com. 4. LATICRETE International, Inc; LATICRETE 254 Platinum: www.laticrete.com. 5. Mapei Corporation: www.mapel.com. 6. Substitutions: See Section 016000 - Product Requirements. B. Epoxy Adhesive: ANSI A118.3, as recommended by tile manufacturer, thinset bond type. 2.04 GROUT MATERIALS A. Manufacturers: 1. ProSpec, an Oldcastle brand; ProColor Sanded Tile Grout: www.pmspec.com. 2. Bostik Inc: www.bostik-us.com. 3. Custom Building Products; Prism SureColor Grout: www.custombuildingproducts.com. 4. LATICRETE International, Inc; LATICRETE SpectraLOCK PRO Grout: www.laticrete.com. 5. Substitutions: See Section 016000 - Product Requirements. B. Standard Grout: Any type specified in ANSI A118.6 or A118.7. 1. Colors: Tru Color by Bostik; White H1521White D -G01 for wall tile and Tru Color by Bostik Delorean Gray H1601Steel D -G22 for floor tile.. 2.05 THIN -SET ACCESSORY MATERIALS A. Concrete Floor Slab Crack Isolation Membrane: Material complying with ANSI Al 18.12. 1. Thickness: 40 mils, maximum. 2. Crack Resistance: No failure at 1116 inch gap, minimum. B. Undedayment at Floors: Specifically designed for bonding to thin -set setting mortar; having the following characteristics: New Hope Arena - Interior Improvement Project 093000-3 TILING 292 Project Number 12002.00 1. Crack Isolation: Comply with ANSI Al 18.12. 2. Water Resistance: Comply with ANSI A118.10, bonded waterproofing. 3. Type: Fluid -applied. C. Coated Glass Mat Backer Board: ASTM C11781C1178M, with coated inorganic fiberglass mat on both surfaces and integral acrylic coating vapor retarder. D. Mesh Tape: 2 -inch wide self-adhesive fiberglass mesh tape. 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 concrete sub -floor surfaces are ready for the installation by testing for moisture emission rate and alkalinity, obtain instructions if test results are not within limits recommended by tile manufacturer and setting materials manufacturer. 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. D. Install the backer board in strict accordance with manufacturer's instructions, using galvanized roofing nails or corrosion -resistant bugle head drywall screws. Bed fiberglass self-adhesive tape at all joints and comers with material used to set tiles. E. Prepare substrate surfaces for adhesive installation in accordance with adhesive manufacturer's instructions. 3.03 INSTALLATION -GENERAL A. Install tile and thresholds and grout in accordance with applicable requirements of ANSI A108.1 through A108.13, 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 file to penetrations through tile, leaving sealant joint space. Form comers and bases neatly. Align floor joints. D. Place tile joints uniform in width, subject to variance in tolerance allowed in the size. Make joints watertight, without voids, cracks, excess mortar, or excess grout. E. Form internal angles square and external angles bullnosed. F. Install ceramic accessories rigidly in prepared openings. G. Install non -ceramic trim in accordance with manufacturer's instructions. H. Install thresholds where indicated. I. Sound file after setting. Replace hollow sounding units. J. Keep expansion joints free of adhesive or grout. Apply sealant to joints. K. Allow the to set for a minimum of 48 hours prior to grouting. L. Grout tile joints. Use standard grout unless otherwise indicated. M. Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes. New Hope Arena - Interior Improvement Project 093000-4 TILING 292 Project Number 12002.00 3.04 INSTALLATION - FLOORS - THIN -SET METHODS A. Over interior concrete substrates, install in accordance with The Tile Council of North America Handbook Method epoxy adhesive and grout method, with standard grout, unless otherwise indicated. 1. Where epoxy bond coat and grout are indicated, install in accordance with The Tile Council of North America Handbook Method F131. 3.05 INSTALLATION - WALL TILE A. Over coated glass mat backer board on studs, install in accordance with The Tile Council of North America Handbook Method W245. 3.06 CLEANING A. Clean tile and grout surfaces. 3.07 PROTECTION A. Do not permit traffic over finished floor surface for 4 days after installation. END OF SECTION New Hope Arena - Interior Improvement Project 093000-5 TILING 292 Project Number 12002.00 SECTION 095100 ACOUSTICAL CEILINGS PART 1 GENERAL 1.01 SECTION INCLUDES A. Suspended metal grid ceiling system. B. Acoustical units. 1.02 RELATED REQUIREMENTS A. Section 079005 - Joint Sealers: Acoustical sealant. B. Section 283100 - Fire Detection and Alarm: Fire alarm components in ceiling system. C. Section 211300 - Fire -Suppression Sprinkler Systems: Sprinkler heads in ceiling system. D. Section 233700 - Air Outlets and Inlets: Air diffusion devices in ceiling. E. Section 265100 - Interior Lighting: Light fixtures in ceiling system. 1.03 REFERENCE STANDARDS A. ASTM C635 - Standard Specification for the Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay -in Panel Ceilings; 2007. B. ASTM C636IC636M - Standard Practice for Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay -in Panels; 2008. C. ASTM E5801E580M - Standard Practice for Installation of Ceiling Suspension Systems for Acoustical Tile and Lay -in Panels in Areas Subject to Earthquake Ground Motions; 2011. D. ASTM Ell264 - Standard Classification for Acoustical Ceiling Products; 2008e1. 1.04 ADMINISTRATIVE REQUIREMENTS A. Sequence work to ensure acoustical ceilings are not installed until building is enclosed, sufficient heat is provided, 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. COS SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on suspension system components. C. Samples: Submit two samples 4x4 inch in size illustrating material and finish of acoustical units. D. Samples: Submit two samples each, 12 inches long, of suspension system main runner and cross runner. E. Manufacturer's Installation Instructions: Indicate special procedures. F. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 016000 - Product Requirements, for additional provisions. 2. Extra Acoustical Units: Quantity equal to 5 percent of total installed. 1.06 QUALITY ASSURANCE A. Suspension System Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. B. Acoustical Unit Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.07 FIELD CONDITIONS A. Maintain uniform temperature of minimum 60 degrees F, and maximum humidity of 40 percent prior to, during, and after acoustical unit installation. New Hope Arena - Interior improvement Project 095100-1 ACOUSTICAL_ CEILINGS 292 Project Number 12002.00 PART 2 PRODUCTS 2.01 ACOUSTICAL UNITS A. Manufacturers: 1. USG; Product Mars ClimaPlus: www.usg.com. 2. Substitutions: See Section 016000 - Product Requirements. B. Acoustical Units - General: ASTM E1264, Class A. C. Acoustical Tile: Painted mineral fiber, ASTM E1264 Type III, with to the following characteristics: 1. Size: 24 x 24 inches. 2. Thickness: 314 inches. 3. Composition: Waterfelted. 4. Edge: Beveled. USG SLT 5. Surface Color: White. 6. Product: Mars ClimaPius SLT 86785 by USG. 7. Suspension System: Donn DXIDXL grid. 2.02 SUSPENSION SYSTEM(S) A. Manufacturers: 1. Chicago Metallic Corporation: www.chicagometallic.com. 2. USG; Product Donn DXIDXL: www.usg.com. 3. Substitutions: See Section 016000 - Product Requirements. B. Suspension Systems - General: ASTM C635; die cut and interlocking components, with stabilizer bars, clips, splices, perimeter moldings, and hold down clips as required. C. Exposed Steel Suspension System: Formed steel, commercial quality cold rolled; intermediate -duty. 1. Profile: Tee; 1511.6 inch wide face. 2. Finish: White painted. 3. Product: Donn DXIDXL by USG. 2.03 ACCESSORIES A. Support Channels and Hangers: Galvanized steel; size and type to suit application and ceiling system flatness requirement specified. B. Perimeter Moldings: Same material and finish as grid. 1. At Exposed Grid: Provide L-shaped molding for mounting at same elevation as face of grid. C. 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 C636IC636M, ASTM E5801E580M, and manufacturers instructions and as supplemented in this section. B. Rigidly secure system, including integral mechanical and electrical components, for maximum deflection of 1:240. C. Lay out system to a balanced grid design with edge units no less than 50 percent of acoustical unit size. D. Install after major above -ceiling work is complete. Coordinate the location of hangers with other work. New Hope Arena - Interior Improvement Project 095100-2 ACOUSTICAL CEILINGS 292 Project Number 12002.00 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. Where ducts or other equipment prevent the regular spacing of bangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. G. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. H. Support fixture loads using supplementary hangers located within 6 inches of each comer, or support components independently. I. Do not eccentrically load system or induce rotation of runners. J. Perimeter Molding: Install at intersection of ceiling and vertical surfaces and at junctions with other interruptions. 1. Use longest practical lengths. 2. Overlap comers. 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 atter 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. Double cut and field paint exposed reveal edges. G. Where round obstructions occur, provide preformed closures to match perimeter molding. H. Install hold-down clips on panels within 20 ft of an exterior door. 3.04 TOLERANCES A. Maximum Variation from Flat and Level Surface: 1/8 inch in 10 feet. B. Maximum Variation from Plumb of Grid Members Caused by Eccentric Loads: 2 degrees. END OF SECTION New Hope Arena - Interior Improvement Projact 095100-3 ACOUSTICAL CEILINGS 292 Project Number 12002.00 SECTION 096813 TILE CARPETING PART 1 GENERAL 1.01 SECTION INCLUDES A. Carpet tile, fully adhered. B. Vinyl Base. C. Vinyl Stair Tread and Riser Finish. D. Removal of existing carpet tile. E. Matching roll carpet for direct glue installation on base. 1.02 RELATED REQUIREMENTS A. Section 016116 -Volatile Organic Compound (VOC) Content Restrictions. B. Section 090561 -Common Work Results for Flooring Preparation: Independent agency testing of concrete slabs, removal of existing floor coverings, cleaning, and preparation. 1.03 REFERENCE STANDARDS A. ASTM D2869 - Standard Test Method for Ignition Characteristics of Finished Textile Floor Covering Materials; 2006. B. ASTM F710 - Standard Practice for Preparing Concrete Floors to Receive Resilient Flooring; 2008. C. CRI (CIS) - Carpet Installation Standard; Carpet and Rug Institute; 2009. D. CRI (GLA) - Green Label Testing Program -Approved Adhesive Products; Carpet and Rug Institute; Current Edition. 1.04 SUBMITTALS A. See Section 013000 - 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 for each carpet color selected. D. Manufacturer's Installation Instructions: Indicate special procedures. E. Maintenance Data: Include maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning. F. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 016000 - Product Requirements, for additional provisions. 2. Extra Carpet Tiles: Quantity equal to 5 percent of total installed of each color and pattern installed. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing specified carpet tile with minimum three years documented experience. B. Installer Qualifications: Company specializing In installing carpet with minimum 3 years experience. 1.06 FIELD CONDITIONS A. Store materials in area of installation for minimum period of 24 hours prior to installation. IPART 2 PRODUCTS 2.01 MATERIALS A. Carpet Tile: Tufted, manufactured in one color dye lot. 1. Product: Character Lines GTO99 manufactured by Lees Carpets. 2. Tile Size: 24x24 inch, nominal. New Hope Arena - Interior Improvement Project 096813-1 TILE CARPETING 292 Project Number 12002.00 3. Color. 938 Remnants. 4. Pattern: Monolithic. B. Roll Carpet: Same manufacturer, type, color and pattern, and face fiber characteristics as carpet tile, feet wide, manufactured in same color dye lot as tile. 2.02 ACCESSORIES A. Sub -Floor Filler. White premix latex; type recommended by flooring material manufacturer. B. Vinyl Floor Base: 4" Straight Base, #63 Burnt Umber as manufactured by Johnson its. C. Vinyl Inside and Outside Comers: #63 Burnt Umber as manufactured by Johnsonite, manufactures standard to coordinate with straight base. D. Stair Nosing, Treads, and Risers: Vinyl type, square nose, Dot Pattern top surface, one piece per stair tread width , manufacturers standard finish , #63 Burnt Umber color. E. Adhesives: Acceptable to carpet tile manufacturer, compatible with materials being adhered; maximum VC content as specified in Section 016116. F. Adhesives: Acceptable to carpet tile manufacturer, compatible with materials being adhered; maximum VOC of 50 g/L; CRI Green Label certified; in lieu of labeled product, independent test report showing compliance is acceptable. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that sub -floor surfaces are smooth and flat within tolerances specified for that type of work and are ready to receive carpet 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 vinyl base. C. Verify that sub -floor surfaces are dust -free and free of substances that could impair bonding of adhesive materials to sub -floor surfaces. 3.02 PREPARATION A. Remove existing carpet. B. Prepare floor substrates as recommended by flooring and adhesive manufacturers. C. Remove sub -floor ridges and bumps. Fill minor or local low spots, cracks, joints, holes, and other defects with sub floor filler. D. Apply, trowel, and float filler to achieve smooth, flat, hard surface. Prohibit traffic until filler is cured. E. Vacuum clean substrate. 3.03 INSTALLATION A. Starting installation constitutes acceptance of sub -floor conditions. B. Install carpet the in accordance with manufacturer's instructions and CRI Carpet Installation Standard. C. Blend carpet from different cartons to ensure minimal variation in color match. D. Cut carpet file clean. Fit carpet tight to intersection with vertical surfaces without gaps. E. Lay carpet tile in square pattern, with pile direction parallel to next unit set parallel to building lines. F. Fully adhere carpet tile to substrate. G. Adhere vinyl base up vertical surfaces to form base. Install pre -molded inside and outside comer pieces. H. Trim carpet tile neatly at walls and around interruptions. I. Complete installation of edge strips, concealing exposed edges. New Hope Arena - Interior Improvement Project 096813-2 TILE CARPETING 292 Project Number 12002.00 3.04 INSTALLATION ON STAIRS A. Use one piece of carpet for each tread and the riser below. Apply seam adhesive to all cut edges. B. Lay carpet with pile direction in the length of the stair. C. Adhere carpet tight to stair treads and risers. 3.05 CLEANING A. Remove excess adhesive without damage, from floor, base, and wall surfaces. B. Clean and vacuum carpet surfaces. END OF SECTION New Elope Arena - Interior Improvement Project 096813-3 TILE CARPETING 292 Project Number 12002.00 SECTION 099000 PAINTING AND COATING PART 1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation. B. Field application of paints and stains. C. Scope: Finish all interior and exterior surfaces exposed to view, unless fully factory -finished and unless otherwise indicated, including the following: 1. Exposed surfaces of steel lintels and ledge angles. 2. Mechanical and Electrical: a. In finished areas, paint all insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, mechanical equipment, and electrical equipment, unless otherwise indicated. b. In finished areas, paint shop -primed items. c. Paint interior surfaces of air ducts and convector and baseboard heating cabinets that are visible through grilles and louvers with one coat of flat black paint to visible surfaces. d. Paint dampers exposed behind louvers, grilles, and convector and baseboard cabinets to match face panels. D. Do Not Paint or Finish the Following Items: 1, Items fully factory -finished unless specifically so indicated; materials and products having factory -applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Fire rating labels, equipment serial number and capacity labels, and operating parts of equipment. 5. Non-metallic roofing and flashing. 6. Stainless steel, anodized aluminum, bronze, teme, and lead items. 7. Floors, unless specifically so indicated. S. Ceramic and other tiles. 9. Glass. 10. Acoustical materials, unless specifically so indicated. 11. Concealed pipes, ducts, and conduits. 1.02 RELATED REQUIREMENTS A. Section 055000 - Metal Fabrications: Sinop -primed items. 1.03 DEFINITIONS A. Conform to ASTM D16 for interpretation of terms used in this section. 1.04 REFERENCE STANDARDS A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. ASTM D16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2011. C. ASTM D4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials; 2007. D. GreenSeal GS -11 - Paints; 1993. E. SSPC (PM1) - Good Painting Practice: SSPC Painting Manual, Vol. 1; Society for Protective Coatings; Fourth Edition. 1.06 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. New Hope Arena - Interior Improvement Project 099000-1 PAINTING AND COATING 292 Project Number 12002.00 B. Product Data: Provide data on all finishing products, including VOC content. C. Samples: Submit two painted samples, illustrating selected colors and textures for each color and system selected . Submit on tempered hardboard, 8.5x11 inch in size. D. Certification: By manufacturer that all paints and coatings do not contain any of the prohibited chemicals specified; GreenSeal GS -11 certification is not required but if provided shall constitute acceptable certification. E. Manufacturers Instructions: Indicate special surface preparation procedures. F. Maintenance Materials: Furnish the following for Owners use in maintenance of project. 1. See Section 016000 - Product Requirements, for additional provisions. 2. Extra Paint and Coatings: 1 gallon of each color; store where directed. 3. Label each container with color in addition to the manufacturers label. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the type of work specified with minimum 5 years experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Container Label: Include manufacturers name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1.08 FIELD CONDITIONS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Follow manufacturers recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. C. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. D. Minimum Application Temperatures for Latex Paints: 45 degrees F for interiors; 50 degrees F for exterior; unless required otherwise by manufacturers instructions. E. Minimum Application Temperature for Varnish Finishes: 65 degrees F for interior or exterior, unless required otherwise by manufacturers instructions. F. Provide lighting level of 80 ft candles measured mid -height at substrate surface. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products used in any individual system from the same manufacturer, no exceptions. B. Provide all paint and coating products from the same manufacturer to the greatest extent possible. C. Paints: 1. Diamond Vogel Paints: www.diamondvogel.com. 2. Glidden Professional: www.gliddenprofessional.com. 3. Benjamin Moore & Co: wnlw.benjaminmoore.com. 4. Pratt & Lambert Paints: www.profandfambert.com. 5. Sherwin-Williams Company: www.sherwin-vtilliams.com. New Hope Arena - Interior improvement Project 099000-2 PAINTING AND COATING 292 Project Number 12002.00 D. Transparent Finishes: 1. Sherwin-Williams Company: www.sherwin-Wiliams.com. E. Primer Sealers: 1. Sherwin-Williams Company: www.shermdn-Wiliams.com. F. Block Fillers: 1. Sheruain-Williams Company. www.sherwin-williams.com. G. Substitutions: See Section 016000 - Product Requirements. 2.02 PAINTS AND COATINGS - GENERAL A. Paints and Coatings: Ready mixed, unless intended to be a field -catalyzed coating. 1. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. 3. Supply each coating material In quantity required to complete entire project's work from a single production run. 4. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturers product instructions. B. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best' by the manufacturer. C. Volatile Organic Compound (VOC) Content: 1. 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. D. Colors: To be selected from manufacturers full range of available colors. 1. Selection to be made by Architect after award of contract. 2. Allow for minimum of 5 colors for each system, unless otherwise indicated, without additional cost to Owner. 3. In finished areas, finish pipes, ducts, conduit, and equipment the same color as the wall/ceiling they are mounted on/under. A. Wood (New Glu-Lams),Transparent, Sealer, Optional Stain: 1. One coat of clear sealer, Verify compatability with factory applied sealer provided by Glu -Lam manufacturer. B. Wood (Existing Wood Decking and Beams),Transparent, Sealer, Optional Stain: 1. Prep and clean existing wood ceiling and beams as required to accept new sealer. 2. Two coats of clear sealer, Satin Finish. C. Wood (Existing Wood Window Frames), Opaque, Alkyd, 3 Coat: 1. Sand and prep existing wood frames as required to receive new finish. Prep work will include patching nail holes, filling depressions and dents, etc.. 2. One coat of alkyd primer sealer. 3. Semigloss: Two coats of alkyd enamel; Color as selected. D. New Concre"asonry, Opaque, Alkyd, 3 Coat: 1. One coat of block filler. 2. Semi -gloss: Two coats of alkyd enamel; Color as selected. E. Existing Walls, Masonry/Concrete, Opaque, Alkyd, 2 Coat: 1. Clean and prep existing painted walls as required. 2. Semigloss: two coats of alkyd enamel; Color as selected. F. Gypsum Board and Plaster, Opaque, Alkyd, 3 Coat: New Hope Arena - Interior Improvement Project 099000-3 PAINTING AND COATING 222 Project Number 12002.00 1. One coat of alkyd primer sealer. 2. Egg Shell: Two coats of alkyd enamel; Color as selected. G. Ferrous Metals, Unprimed, Alkyd, 3 Coat: 1. One coat of alkyd primer. 2. Semi -gloss: Two coats of alkyd enamel; Color as selected. H. Ferrous Metals, Primed, Alkyd, 2 Coat: 1. Touch-up with rust -inhibitive primer recommended by top coat manufacturer. 2. Semi -gloss: Two coats of alkyd enamel; Color as selected. 2.04 ACCESSORY MATERIALS A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required to achieve the finishes specified whether specifically indicated or not; commercial quality. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin application of coatings until substrates have been properly prepared. B. Verify that surfaces are ready to receive work as instructed by the product manufacturer. C. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. D. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. E. Test shop -applied primer for compatibility with subsequent cover materials. F. 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. Gypsum Wallboard: 12 percent. 2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 3. Exterior Wood: 15 percent, measured in accordance with ASTM D4442. 3.02 PREPARATION A. Clean surfaces thoroughly and correct defects prior to coating application. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or repair existing coatings that exhibit surface defects. D. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. E. Seal surfaces that might cause bleed through or staining of topcoat. F. Remove mildew from impervious surfaces by scrubbing with solution of tetra -sodium phosphate and bleach. Rinse with clean water and allow surface to dry. G. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri -sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry. H. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair. I. Insulated Coverings to be Painted: Remove dirt, grease, and oil from canvas and cotton. J. Galvanized Surfaces to be fainted: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. New Hope Arena - Interior Improvement Project 099000-4 PAINTING AND COATING 292 Project Number 12002.00 K. Corroded Steel and Iron Surfaces to be Painted: Prepare using at least SSPC-PC 2 (hand tool cleaning) or SSPC-SP 3 (power tool cleaning) followed by SSPC-SP 1 (solvent cleaning). L. Uncorroded Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale, weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by hand or power tool wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime after repairs. M. 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. Re -prime entire shop -primed item. N. Exterior Wood to Receive Transparent Finish: Remove dust, grit, and foreign matter, seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes with tinted exterior calking compound after sealer has been applied. Prime concealed surfaces. O. Glue -Laminated Beams: Prior to finishing, wash surfaces with solvent, remove grease and dirt. 3.03 APPLICATION A. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. B. Apply products in accordance with manufacturer's instructions. C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. E. Dark Colors and Deep Clear Colors: Regardless of number of coats specified, apply as many coats as necessary for complete hide. F. Sand wood and metal surfaces lightly between coats to achieve required finish. G. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. H. Wood to Receive Transparent Finishes: Tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. 1. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 FIELD QUALITY CONTROL A. See Section 014000 - Quality Requirements, for general requirements for field inspection. S. Inspect and test questionable coated areas in accordance with latest acceptable painting practices. 3.05 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.06 PROTECTION A. Protect finished coatings until completion of project. B. Touch-up damaged coatings after Substantial Completion. END OF SECTION New Hope Arena - Interior Improvement Project 099000-5 PAINTING AND COATING 292 Project Number 120D2.00 SECTION 101400 SIGNAGE PART1 GENERAL 1.01 SECTION INCLUDES A. Cash allowance for signs. 1.02 PRICE AND PAYMENT PROCEDURES A. See Section 012100 -Allowances, for cash allowances affecting this section. B. Allowance amount covers purchase, delivery, and installation. 1.03 REFERENCE STANDARDS A. ANSI/ICC A117.1 - American National Standard for Accessible and Usable Buildings and Facilities; International Code Council; 2003. B. ATBCB ADAAG - Americans with Disabilities Act Accessibility Guidelines; 2002. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. 1.05 DELIVERY, STORAGE, AND HANDLING A. Package signs as required to prevent damage before installation. B. Store tape adhesive at normal room temperature. 1.06 FIELD CONDITIONS A. Do not install tape adhesive when ambient temperature is lower than recommended by manufacturer. B. Maintain this minimum temperature during and after installation of signs. PART 2 PRODUCTS 2.01 SIGNAGE APPLICATIONS A. Accessibility Compliance: All signs are required to comply with ADAAG and ANSI/ICC A 117.1 and applicable building codes, unless otherwise indicated; in the event of conflicting requirements, comply with the most comprehensive and specific requirements. B. Signage applications indicated below are simply to outline the types of signs being considered. The design of all signage will be a colaberation between the Architect, Signage Supplier, and Owner. 2.02 SIGN TYPES A. Flat Signs: Signage media without frame. 1. Edges: Square. 2. Comers: Square. 3. Clear Cover: For customer produced sign media, provide clear cover of polycarbonate plastic, glossy on back, non -glare on front. 4. Wall Mounting of One -Sided Signs: Concealed or exposed screws. B. Color and Font: Unless otherwise indicated: 1. Character Font: Helvetica, Arial, or other sans serif font. 2. Character Case: Upper and lower case (title case). 3. Background Color: Clear. 4. Character Color. Contrasting color. 2.03 NON -TACTILE SIGNAGE MEDIA (Lobby Sign) A. Silk Screened Plastic Panels: Letters and graphics silk screened onto reverse side of plastic surface: 1. Sign Color: Clear. New Hope Arena - Interior Improvement Project 101400-1 SIGNAGE 292 Project Number 12002.00 2. Total Thickness: 114 inch. 2.04 DIMENSIONAL LETTERS (Exterior Slgnage) A. Metal Letters: 1. W tali brushed aluminum finish. 2. Mounting: Stud mounted with 112" spacer.. 2.05 ACCESSORIES A. Concealed Screws: Stainless steel, galvanized steel, chrome plated, or other non -corroding metal. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive wort. 3.02 INSTALLATION A. Install in accordance with manufacturers instructions. B. Install neatly, with horizontal edges level. C. Locate signs where indicated: 1. If no location is indicated obtain Owners instructions. D. Protect from damage until Substantial Completion; repair or replace damage items. END OF SECTION New Hope Arena - Interior Improvement Project 101400-2 SIGNAGE 292 Project Number 42002.00 SECTION 102800 TOILET, BATH, AND LAUNDRY ACCESSORIES PART1 GENERAL 1.01 SECTION INCLUDES A. Accessories for toilet rooms. B. Grab bars. 1.02 RELATED REQUIREMENTS A. Section 102113.19 - Plastic Toilet Compartments. 1.03 REFERENCE STANDARDS A. ASTM A1231A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2009. B. ASTM A269 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service; 2010. C. ASTM A6531A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zino -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2010. D. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2010. E. ASTM B456 - Standard Specification for Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium; 2003 (Reapproved 2009). F. ASTM C1036 - Standard Specification for Flat Glass; 2006. G. ASTM C1503 - Standard Specification for Silvered Flat Glass Mirror, 2008. H. ASTM F2285 - Standard Consumer Safety Performance Specification for Diaper Changing Tables for Commercial Use; 2004 (Reapproved 2010). I. GSA CID A -A-3002 - Mirrors, Glass; U.S. General Services Administration; 1996. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on accessories describing size, finish, details of function, attachment methods. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Products listed are made by Bobrick: www.bobdck.com. B. Other Acceptable Manufacturers: 1. Arperican Specialties, Inc: www.americanspeciafies.com. 2. Bradley Corporation: www.bradleycorp.com. 3. Substitutions: Section 016000 - Product Requirements. C. All items of each type to be made by the same manufacturer. 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. 1. Grind welded joints smooth. 2. Fabricate units made of metal sheet of seamless sheets, with flat surfaces. B. Stainless Steel Sheet: ASTM A666, Type 304. C. Stainless Steel Tubing: ASTM A269, Type 304 or 316. D. Galvanized Sheet Steel: Hot -dipped galvanized steel sheet, ASTM A6531A653M, with G90/7275 coating. New Hope Arena - Interior Improvement Project 102800-1 TOILET, BATH, AND LAUNDRY ACCESSORIES 292 Project Number 12002.00 E. Mirror Glass: Float glass, ASTM C1036 Type I, Class 1, Quality Q2, with silvering, protective and physical characteristics complying with ASTM C1503. F. Adhesive: Two component epoxy type, waterproof. G. Fasteners, Screws, and Bolts: stainless steel, tamper -proof , security type. H. Expansion Shields: Fiber, lead, or rubber as recommended by accessory manufacturer for component and substrate. 2.03 FINISHES A. Stainless Steel: No. 4 satin brushed finish, unless otherwise noted. B. ChromelNickel Plating: ASTM B456, SC 2, satin finish, unless otherwise noted. C. Galvanizing for Items Other than Sheet: Comply with ASTM A1231A123M; galvanize ferrous metal and fastening devices. D. Shop Primed Ferrous Metals: Pretreat and clean, spray apply one coat primer and bake. E. Back paint components where contact is made with building finishes to prevent electrolysis. 2.04 TOILET ROOM ACCESSORIES A. Toilet Paper Dispenser. Double roll, surface mounted bracket type, chrome -plated zinc alloy brackets, spindieless type for tension spring delivery designed to prevent theft of tissue roll. Match existing style in existing toilet rooms to accept building standard toilet paper. B. Mirrors: Stainless steel framed, 6 mm thick float glass mirror. 1. Size: 24x42. 2. Frame: 0.05 inch angle shapes, with mitered and welded and ground corners, and tamperproof hanging system; No.4 finish. 3. Backing: Full -mirror sized, minimum 0.03 inch galvanized steel sheet and nonabsorptive filler material. 4. Shelf. Stainless steel; gage and finish to match mirror frame, tumed down edges, welded to frame; 5 inches deep, full width of mirror. 5. Product: B-292 manufactured by Bobrick. C. Grab Bars: Stainless steel, 1-1/4 inches outside diameter, minimum 0.05 inch wall thickness, nonslip grasping surface finish, concealed flange mounting; 1-112 inches clearance between wall and inside of grab bar. 1. Length and configuration: As indicated on drawings and required by governing codes if not indicated. 2. Product: B-58XX Series manufactured by Bobrick. D. Sanitary Napkin Disposal Unit: Stainless steel, surface -mounted or thru-wall type, self-closing door, locking bottom panel with full-length stainless steel piano -type hinge, removable receptacle. 1. Product- Surface Mounted; B-254 manufactured by Bobrick. . 2. Product: Partition Mounted; B-354 manufacured by Bobdck E. Diaper Changing Station: Wall -mounted folding diaper changing station for use in commercial toilet facilities, meeting or exceeding ASTM F2285. 1. Style: Horizontal. 2. Material: Stainless steel shell with polyethylene body. 3. Mounting: Recessed. 4. Minimum Rated Load: 250 lbs. 5. Manufacturers: a. Koala Kare Products KB110-SSRE: www.koalabear.00m. b. Substitutions: See Section 01600 -Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. New Nope Arena - Interior Improvement Project 102800-2 TOILET, BATH, AND LAUNDRY ACCESSORIES 292 Project Number 12002.00 B. Verify exact location of accessories for installation. 3.02 PREPARATION A. Deliver inserts and rough -in frames to site for timely installation. B. Provide templates and rough -in measurements as required. 3.03 INSTALLATION A. Install accessories in accordance with manufacturers' instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Mounting Heights and Locations: As required by accessibility regulations and as indicated on drawings 3.04 SCHEDULE A. Toilet Room 206 1. 1 Complete set of grab bars. 2. 1 toilet paper holder. 3. 1 Mirror. 4. 1 Baby Changing Station. 5. 1 Sanitary Napkin Disposal. S. Paper Towel Dispenser, by Owner. 7. Soap Dispenser, by Owner. 8. Trash Receptacle, by Owner. END OF SECTION New Hope Arena - Interior improvement Project 102800-3 TOILET, BATH, AND LAUNDRY ACCESSORIES 292 Project Number 92002.00 SECTION 123600 COUNTERTOPS PART1 GENERAL 1.01 SECTION INCLUDES A. Countertops for architectural cabinetwork. 1.02 RELATED REQUIREMENTS A. Section 064100 -Architectural Wood Casework. B. Section 224000 - Plumbing Fixtures: Sinks. 1.03 REFERENCE STANDARDS A. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2010. B. ASTM D635 - Standard Test Method for Rate of Burning and/or Extent and Time of Burning of Plastics in a Horizontal Position; 2010. C. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2010b. D. AWI (QCP) - Quality Certification Program, www.awigcp.org; current edition at www.aMgcp.org. E. AWI/AWMACIWI (AWS) -Architectural Woodwork Standards; 2009. F. ISSFA 2 - Classification and Standards for Solid Surfacing Material; International Solid Surface Fabricators Association; 2001 (2007). G. MIA (DSDM) - Dimensional Stone Design Manual; VII, 2007. H. NEMA LD 3 - High -Pressure Decorative Laminates; 2005. I. PS 1 - Structural Plywood; 2007. J. WI (CCP) - Certified Compliance Program (CCP); current edition at www.woodworkinstitute.com/certification. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Manufacturers data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Specimen warranty. 'C. Shop Drawings: Complete details of materials and installation ; combine with shop drawings of cabinets and casework specified in other sections. D. Verification Samples: For each finish product specified, minimum size 6 inches square, representing actual product, color, and patterns. E, Test Reports: Chemical resistance testing, showing compliance with specked requirements. F. Installation Instructions: Manufacturers installation instructions and recommendations. G. Maintenance Data: Manufacturer's instructions and recommendations for maintenance and repair of countertop surfaces. 1.05 QUALITY ASSURANCE A. Fabricator Qualifications: Same fabricator as for cabinets on which tops are to be installed. B. Quality Certification: Provide AWI Quality Certification Program inspection report and quality certification of completed work. 1. Provide labels or certificates indicating that the work complies with requirements of AWS Grade or Grades specified. 2. Prior to delivery to the site provide shop drawings with certification labels. 3. Provide labels on each product when required by certification program. New Hope Arena - Interior Improvement Project 123600-1 COUNTERTOPS 292 Project Number 12002.00 4. Upon completion of installation provide certificate certifying that the installation and products meet the specified requirements. 5. Arrange and pay for inspections required for certification. 6. Replace, repair, or rework all work for which certification is refused. C. Installer Qualifications: Fabricator. 1.06 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store and dispose of solvent -based materials, and materials used with solvent -based materials, in accordance with requirements of local authorities having jurisdiction. 1.07 FIELD CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. PART 2 PRODUCTS 2.01 COUNTERTOP ASSEMBLIES A. Solid Surfacing Countertops: Solid surfacing sheet or plastic resin casting over continuous substrate. 1. Flat Sheet Thickness: 114 inch, minimum. 2. Solid Surfacing Sheet and Plastic Resin Castings: Complying with ISSFA-2 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. a. NSF approved for food contact. b. Finish on Exposed Surfaces: Matte, gloss rating of 5 to 20. c. Calor and Pattem: Corian Raffia. d. Manufacturers: 1) Dupont Corian: www.co(an.com. 2) Substitutions: See Section 016000 - Product Requirements. 3. Other Components Thickness: 112 inch, minimum. 4. Exposed Edge Treatment: Built up to minimum 1-114 inch thick; square edge . 5. Back and End Splashes: Same sheet material, square top; minimum 4 inches high. B. Natural Quartz and Resin Composite Countertops (Alternate 6): Sheet or slab of natural quartz and plastic resin over continuous substrate. 1. Flat Sheet Thickness: 1-114 inch, minimum. 2. Natural Quartz and Resin Composite Sheets, Slabs and Castings: 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. a. Factory fabricate components to the greatest extent practical in sizes and shapes indicated; comply the MIA Dimension Stone Design Manual. b. NSF approved for food contact. c. Finish on Exposed Surfaces: Polished. d. Color and Pattern: Cuddington 0850. e. Manufacturers: 1) Cambria: www.cambriausa.com 2) Substitutions: See Section 016000 - Product Requirements. 3. Other Components Thickness: 314 inch, minimum. 4. Back and End Splashes: Same sheet material, square top; minimum 4 inches high. 2.02 ACCESSORY MATERIALS A. Wood -Based Components: 1. Wood fabricated from old growth timber is not permitted. New Hope Arena - interior Improvement Project 123600-2 COUNTERTOPS 292 Project Number 12002.00 B. Plywood for Supporting Substrate: PS 1 Exterior Grade, A -C veneer grade, minimum 5 -ply, minimum 314 inch thick; join lengths using metal splines. C. Adhesives: Chemical resistant waterproof adhesive as recommended by manufacturer of materials being joined. D. Joint Sealant: Mildew -resistant silicone sealant, clear. 2.03 FABRICATION A. Fabricate tops and splashes in the largest sections practicable, with top surface of joints flush. 1. .loin lengths of tops using best method recommended by manufacturer. 2. Fabricate to overhang fronts and ends of cabinets 1 inch except where top butts against cabinet or wall. 3. Prepare all cutouts accurately to size; replace tops having improperly dimensioned or unneoessary cutouts or fixture holes. B. Provide backlend splash wherever counter edge abuts vertical surface unless otherwise indicated. 1. Secure to countertop with concealed fasteners and with contact surfaces set in waterproof glue. 2. Height: 4 inches, unless otherwise indicated. C. Solid Surfacing: Fabricate tops up to 144 inches long in one piece; join pieces with adhesive sealant in accordance with manufacturer's recommendations and instructions. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. C. Verify that wall surfaces have been finished and mechanical and electrical services and outlets are installed in proper locations. 3.02 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.03 INSTALLATION A. Securely attach countertops to cabinets using concealed fasteners. Make flat surfaces level; shim where required. B. Seal joint between backend splashes and vertical surfaces. 3.04 TOLERANCES A. Variation From Horizontal: 118 inch in 10 feet, maximum. B. Offset From Wall, Countertops: 118 inch maximum; 1116 inch minimum. C. Field Joints: 118 inch wide, maximum. 3.05 CLEANING A. Clean countertops surfaces thoroughly. 3.06 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION New Hope Arena - Interior Improvement Project 123600-3 COUNTERTOPS 202 Project Number 121m2A0 MECHANICAL INTERIOR IMPROVIVIENTS NEW HOPE ICE ARENA NRA COTNMSSION NO. 12-014 INDEX TO SPECIFICATIONS UPDATED: 3/20/2012 DIVISION 20 - GENERAL MECHANICAL SECTION DESCRIPTION 20 10 00 MECHANICAL GENERAL PROVISIONS 20 20 00 MECHANICAL DEMOLITION 20 50 00 BASIC MECHANICAL MATERIALS AND METHODS 20 70 00 ELECTRIC MOTORS AND WIRING 20 80 00 PAINTING AND IDENTIFICATION DIVISION 21- FIRE SUPPRESSION SECTION DESCRIPTION 21 13 13 FIRE PROTECTION SPRINKLER SYSTEM DIVISION 22 - PLUMBING SECTION DESCRIPTION 22 07 00 PLUMBING LNSUTATION 221000 PLUMBING 22 40 00 PLUMBING FIXTURES DIVISION 23 - HEATING, VENTILATING AND AIR CONDITIONING SECTION DESCRIPTION 23 05 93 HVAC TESTING, ADJUSTING, AND BALANCING 23 07 00 HVAC INSULATION 23 11 00 FUEL PIPLNG 23 30 00 HVAC AIR DISTRIBUTION 23 34 23 HVAC POWER VENTEATORS 23 37 13 DIFFUSERS, REGISTERS AND GRILLES 23 82 39 UNIT HEATERS Updated: 320/2012 IANI2112014115-SP1;CMCAnONS102-MECHANICALIMECHAIVICAL SPEC RrDEX 12-014.DOC SECTION 20 10 00 MECHANICAL GENERAL PROVISIONS PART 1 -GENERAL 1.01. RELATED DOCUMENTS A. The General Provisions of the Contract, including Conditions of the Contract, and Division 1 of the Specifications, apply to the work in Divisions 20 - 23. B. This Section is hereby made a part of all other Sections of Divisions 20 — 23 as fully as if repeated in each therein. 1.02. DESCRIPTION A. Definitions: The terms listed below are defined as follows when used in Divisions 20 - 23 and only Divisions 20 - 23. 1. Work: labor and/or Subcontractor. 2. Furnish: obtain, coordinate, submit the necessary drawings, deliver to the job site in new condition and guarantee. 3. Install: receive at the job site, unload, store, set in place or construct, connect, place in operation and guarantee. 4. Provide: furnish and install. 5. Connect: bring service to the equipment and make final attachment including necessary valves, traps, etc. 6. Piping: includes, in addition to pipe, all fittings, valves, hangers, and other supports and accessories related to such piping. 7. Ductwork: includes, in addition to ducts, all fittings, transitions, dampers, hangers and other supports and accessories related to such ductwork. B. Concealed: hidden from sight in chases, furred spaces, shafts, hung ceilings, embedded in construction, in crawl spaces or buried. 9. Exposed: not installed underground or "concealed" as defined above. 10. Invert Elevations: the elevation of the inside bottom of pipe or duct. 11. Structure or Structural Members: steel columns, steel beams, steel joists (top chord at panel points), concrete wall panels or concrete block walls. Metal decking, joist bridging or bottom chords of joists shall not be construed to be a structural member. 12. Remove: dismantle, disconnect duct and/or piping connections and cap in concealed location. Discard unless otherwise noted. Patch finishes to match surrounding area unless patching is noted on Architectural Drawings. B. Provide Mechanical work which is finished work, tested and ready for operation. 1. Contractor is required to provide complete systems. The components listed are not intended to limit the scope of work. Items not specified but necessary for system operation are to be provided at no additional cost. 2. Should there be any discrepancies or a question of intent, refer the matter to the Architect for decision before ordering any equipment or materials or before starting any related work. 3. Where work connects to that of another trade, or to piping or equipment in place, take measurements in the field to make connecting work come true and line up with the item being connected. New Hope Arena -- Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-044-00 201000-1 Mechanical General Provisions SECTION 2010 00 MECHANICAL GENERAL PROVISIONS 4. Where work specified under other Divisions of the Specifications connects to equipment which is a part of Divisions 20 - 23, provide proper connection(s) to such equipment. 1.03. QUALITY ASSURANCE A. Workmanship 1. All workmanship shall be first class in every respect and shall be performed only by skilled mechanics. 2. Work is to be done by contractors holding current licenses for practicing their trade in the jurisdiction in which the project is located. B. Codes and Standards 1. Materials and workmanship to comply with applicable codes. As a minimum, codes include: all State and Federal laws, local ordinances, utility company regulations and requirements and recommendations of the following: a. State and Local Building Codes b. State Plumbing Codes, Federal Accessibility Regulations c. State Industrial Commission Regulations d. State and Local Fire Codes and Regulations e. State and Local Mechanical Codes, Energy Code f. National Electric Code g. State and Local Electrical Installation Codes h. Municipal Water and Sewer Regulations i. Occupational Safety and Health Administration Regulations 2. By submitting a bid on the project, the Contractor acknowledges their responsibility to instal[ the work in accordance with governing codes. Contractor agrees to perform work necessary to attain code authority approval of the Installation, under the initial contract compensation. if the Contract Documents indicate work not in compliance with Code, the local authority's direction shall govern the installation. Where work is indicated to be of higher quality than that required by Code, it shall be installed in accordance with the Contract Documents. 3. The following standards shall be used where referenced by the following abbreviations: AABC: Associated Air Balance Council ADC: Air Diffusion Council AGA: American Gas Association AIA: American Institute of Architects AMCA: Air Moving and Conditioning Association ANSI: American National Standards Institute ARI: Air Conditioning and Refrigeration Institute ASE: Association of Safety Engineers ASHRAE: American Society of Heating, Refrigeration and Air Conditioning Engineers ASME: American Society of Mechanical Engineers ASSE: American Society of Sanitary Engineering ASPS: American Society of Plumbing Engineers ASTM: American Society of Testing and Materials AWS: American Welding Society AWWA: American Water Works Association New Hope Arena - Interior Improvement Project ® Nelson-Rudle and Associates, Inc. Project No.12-01400 201000-2 Mechanical General Provisions SECTION 2010 00 MECHANICAL GENERAL PROVISIONS CSA: Canadian Standards Association CISPI: Cast Iron Soil Pipe Institute EPA: Environmental Protection Agency FIA: Factory Insurance Association FM: Factory Mutual Insurance Association FS: Federal Specifications HIS: Hydraulic Institute Standards IBR: Institute of Boiler and Radiator Manufacturers IEEE: Institute of Electrical and Electronics Engineers IRI: Industrial Risk Insurers MCAA: Mechanical Contractors' Association of America NBS: National Bureau of Standards NEBB: National Environmental Balancing Bureau NEMA: National Electrical Manufacturers Association NFPA: National Fire Protection Association NSC: National Safety Council NSF: National Sanitation Foundation SBI: Steel Boiler Institute Industry SMACNA: Sheet Metal and Air Conditioning Contractors National Association UL: Underwriters' Laboratories Note: Some of these may not be referenced for this project. 1.04. SUBMITTALS A. Shop Drawings and Samples: Submit in accordance with the General Conditions and Division 1. Refer to individual sections of Divisions 20 - 23 for supplementary requirements. B. Shop Drawings requiring special processing to meet production and delivery schedules shall be so marked. C. Shop drawings and other pertinent information shall be submitted and reviewed before equipment is purchased or before fabrication or erection of materials is started. D. Check drawings relative to capacity, arrangement and physical dimensions and mark the drawings aporoved Prior to submitting for final review. E. Substituted equipment which requires additional costs by other trades for their application shall have such costs borne by the contractor furnishing said equipment. 1.05. APPROVAL OF MATERIALS A. Refer to General Provisions and Division 1 for approval requirements. B. Where approved substitutes are used, the Contractor assumes responsibility for physical dimensions and other resulting changes. This responsibility extends to include extra work required by other trades as a result of the substitution. 1.06. PERMITS, LICENSES AND FEES A. The Contractor shall secure all permits and licenses, both temporary and permanent required for his work. The Contractor shall pay all fees and expenses required for the permits and licenses. New Hope Arena - Interior Improvement project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 201000-3 Mechanical General Provisions SECTION 2010 00 MECHANICAL GENERAL PROVISIONS B. The Contractor shall make all arrangements with each utility company and pay all service charges associated with new or modifications to existing services. C. The Contractor shall request inspections as required by regulating agencies and/or regulations. The Contractor shall pay all charges for inspections. D. SAC and WAC charges will be paid for by the Owner. 1.07. INSPECTION OF SITE A. Before submitting a proposal on the work contemplated, Bidder shall examine the site of the proposed work and become thoroughly familiar with existing conditions and limitations affecting the performance of the work. No extra compensation will be allowed because of misunderstanding as to the amount of work involved or bidders lack of knowledge of existing conditions which could have been discovered or reasonably anticipated prior to bidding. 1.08. CORRELATION OF WORK A. Consult the Divisions 25 - 28 Documents of Electrical and other trades for correlating information and lay out work so that it will coordinate. Verify dimensions and conditions, i.e. finished ceiling heights, footing and foundation elevations, beam depths, etc., with the Architectural and Structural drawings. if conflicts occur such that resolution is not possible by the affected trades on the job, the Architect/Engineer shall be notified so that the proper changes can be made to avoid extra cost to the Owner. B. Where work must be replaced due to the failure of the Contractor to verify the conditions existing on the job, such replacement must be accomplished at no extra cost to the Owner. This shall apply to shop fabricated work as well as to work fabricated in place. C. Throughout the course of the work, minor changes and adjustments to the installation may be requested by the Engineer. The Contractor shall make such adjustments without additional cost to the Owner, where such adjustments are necessary to the proper installation and operation within the intent of the Contract Documents. This does not include work already completed. 1.09. CORRECTIVE PERIOD A. The Contractor shall guarantee and maintain the stability of work and materials and keep same in perfect repair and condition for the period of one (1) year after the Date of Substantial Completion of the Project. B. Defects of any kind due to faulty work or materials appearing during the above mentioned period must be immediately made good by the Contractor at Contractor's own expense to the entire satisfaction of the Owner and Arch itectlE ngineer. Such reconstruction and repairs shall include damage to the finish of the building resulting from the original defect or repairs thereto. C. This guarantee shall not apply to Injuries occurring after final acceptance and due to wind, fire, violence, abuse, carelessness of other Contractors or their employees or the agents of the Owner. D. This guarantee shall not apply where other guarantees for different lengths of time are specifically called for. New Hope Arena - Interior Improvement Project Nelson-Rudle and Associates, Inc. Project No.12-014-00 201000-4 Mechanical General Provisions SECTION 2010 00 MECHANICAL GENERAL PROVISIONS 1.10. START-UP OF SYSTEMS AND OPERATING INSTRUCTIONS A. Equipment prior to start-up shall be fully lubricated, charged, filled, etc. per manufacturer's recommendations. However, the make of the lubricant, charge, fill etc. to be used by the Contractor shall have the Owner's specific approval prior to application. B. The Owner's designated operating personnel shall be fully instructed by the Contractor in the operation of each mechanical system at the time it is put into service. A statement from the Owner shall be obtained to the effect that Owner's designated personnel have been instructed. A video copy of all of the training and instructions, in a format acceptable to the Engineer shall also be provided. C. Each Contractor shall submit to the Engineer three (3) Maintenance and Operating Manuals. These manuals shall be submitted in portfolio form neatly edited, with similar equipment grouped, tabbed and indexed. Materials shall be printed or typewritten. A digital copy of the Maintenance and Operating Manual, in a format acceptable to the Engineer, shall also be provided. D. Each manual shall contain the following: 1. List of mechanical equipment together with the equipment manufacturer, local representative and local distributor and installing contractor. List shall be arranged in neat columnar form with current telephone numbers and addresses provided for listed representative and distributors. 2. Shop drawings, approved manufacturer's bulletins, and other appropriate data (from specific manufacturer and other sources) relating to the approved care, maintenance, and operating instructions required of each piece of equipment furnished and/or installed. Shop drawings, manufacturer's bulletins, and other data shall be appropriately marked to reflect the "as - built" condition. f=urnish a copy of the Engineer reviewed submittals with each Manual. 3. Test reports. 1.11. CONSTRUCTION RECORD DRAWINGS A. Provide construction record drawings in accordance with the requirements of the General Conditions and Division 1. 1.12. TEMPORARY UTILITIES A. Refer to Division 0 and Division 1 for temporary utility requirements. 1.13. REBATES A. It is the intention of the Owner to apply available utility rebates to the project. B. The Contractor shall secure on behalf of the Owner the maximum rebate. This shall include negotiations, providing substantiation where required, and making all necessary arrangements on behalf of the Owner. C. The rebates shall be paid directly to the Owner by the applicable utility company. New Hope Arena— Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 201000-5 Mechanical General Provisions SECTION 20'10 00 MECHANICAL GENERAL PROVISIONS PART 2 - PRODUCTS (DOES NOT APPLY) PART 3 - EXECUTION 3.01. CLEANUP A. Contractor shall at all times keep the premises free from accumulation of waste material or rubbish caused by Contractor's employee or work. Upon completion of the work Contractor shall remove all rubbish from and above the building, tools, scaffolding, surplus materials and shall leave the work areas "broom clean" or its equivalent. Mechanical equipment shall be cleaned with temporary identification removed. In case of dispute the Owner shall remove the rubbish and charge the cost to the Contractor. B. After tests have been made and accepted, go over the entire job and clean pipes, fittings and other equipment installed under Divisions 20 - 23, leaving the entire plant clean and in complete working order. 3.02. DEMOLITION A. Work includes disconnection and removal of existing components and systems. Where new work does not connect to terminated ducts and/or pipes, remaining duct/pipes are to be capped to allow proper operation of remaining system. B. Questions regarding the extent of necessary demolition work or operation of systems involved with demolition are to be presented to the Architect/Engineer prior to proceeding with the Work. 3.03. BUILDING OPERATIONS A. During the execution of the Work, the building facilities are to remain available to the Owner. Coordinate deactivation of building systems with the Owner to insure minimum impact to Owners operations. END OF SECTION 70315 J:12012112014115-SPECIFICATIONS102-MECHANICAL12010 00 MECHANICAL GENERAL PROVISIONS 12-014.DOC 3120112 New Hope Arena - Interior Improvement Project Nelson-Rudle and Associates, Inc. Project No.12-014-00 201000-6 Mechanical General Provisions SECTION 20 20 00 MECHANICAL DEMOLITION PART 1 - GENERAL 1.01. WORK INCLUDED A. Perform demolition, removal and restoration to complete the work included in Divisions 20 -- 23 under the Contract. Relocate or reuse existing materials and equipment as directed in the Contract Documents. Salvage the material and equipment the Owner wishes to save. Dispose of all other materials and debris. B. The Drawings generally show the extent of demolition, removal and relocation, but they cannot show all the work, or all conditions and details that will affect the progress of the work. Examine the Project site. Determine existing conditions. Become familiar with the Project requirements before bidding the work. C. General Requirements: 1. Complete the work using workers skilled in the required trades. If necessary, sublet the work to the appropriate subcontractors. Restore material in every respect, including the removal of visual defects in exposed finishes in a manner approved by the Architect. Engage specialists in at least the following trades as necessary: a. Exposed concrete finishes. b. Exposed masonry and stonework. c. Waterproofing and vapor barriers. d. Roofing, flashing and accessories. e. Exterior wall systems. f. Interior exposed finishes and casework where, in the Architect's judgment, the Contractor will not be able to achieve an acceptable match. 2. Coordinate and schedule the work with the Owner to avoid any disturbance or disruption of the Owner's operations. Perform any work that will affect the Owner's operations at times acceptable to the Owner. If necessary, do the work in stages to avoid disruption. Since the final schedule must be worked out between the Owner and the Contractors, assume for the sake of the bidding that this coordination can be done without overtime work. Coordinate work with other trades prior to commencing demolition. 3. Where the work affects the structure, exercise extreme care to protect the structure and its occupants. Take particular care when working near occupied areas. Employ or subcontract competent, qualified structural engineers and construction specialists to develop appropriate and responsible techniques for doing the work. Provide temporary shoring and supports when required. Design and place all permanent or temporary supports to carry all structural loads down to sound bearing. 1.02. REFERENCES AND RELATED SECTIONS A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the Specifications apply to the work in this Section. New Hope Arena - Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 202000-1 Mechanical Demolition SECTION 20 20 00 MECHANICAL DEMOLITION PART 2 - PRODUCTS 2.01. SALVABLE MATERIALS A. Salvable Materials to be reused in the Work: 1. Remove salvable materials to be reused or relocated and move them to the new location. If the new location is not ready to receive these materials, store and protect them from damage until the new location is ready. 2. Remove, clean and preserve materials that are to be reused, or are needed to match existing work. Exercise extreme care in removing these materials to avoid damaging them or malting them unsuitable for reuse. Replace all damaged materials shown, tagged or required for reuse with equivalent, matching materials. B. Salvable Materials to be stored by the Owner: 1. The Owner will mark or tag existing materials or equipment he wishes to keep. Carefully remove these items and protect them from damage. Store them in an area designated by the Owner. 2. Consult the Owner about any salvage he wishes to keep and about his general standards for salvaging the materials and equipment removed from the Project. 3. Cleaning or restoration of the Owner's salvaged materials is not part of this Contract. Remove the salvable materials from the Project site and place them in a storage area designated by the Owner. PART 3 - EXECUTION 3.01. TEMPORARY PROTECTION A. Provide temporary bracing, shoring, and support for the execution of the work and the protection of persons and property. Always provide the appropriate supports and protection, and always use proper methods to prevent collapse, settling or other damage. Obtain responsible designs so the supports will be adequate for the loads they carry. Supports must properly distribute their loads to lower levels or to sound bearing. B. Provide temporary coverings and enclosures to prevent damage to existing spaces or to parts of the building that are to remain. Protect openings in exterior walls and roofs to prevent weather damage and to avoid abnormal heat loss. Prevent weather damage by scheduling the work at the envelope according to weather conditions. C. Provide temporary dust enclosures above and below the ceilings to separate the construction site from the rest of the building. Also provide temporary air filters and ductwork to contain construction dust within the construction area. General Contractor will provide hinged doors at access points through temporary enclosures. The General Contractor will seal temporary and permanent doors with tape or other suitable materials during demolition work. Keep them sealed until the dust has settled. 3,02. DEMOLITION AND CUTTING A. Demolition: Demolish and remove existing construction as shown on the Drawings and as required to accomplish the work. Where new work Is adjacent to existing construction and when New Hope Arena - Interior Improvement project 0 Nelson-Rudle and Associates, Inc. Project No,12-074-00 202000-2 Mechanical Demolition SECTION 20 20 00 MECHANICAL DEMOLITION existing construction must be replaced, remove just enough. existing construction to complete the work under the Contract. At no additional cost to the owner, remove and replace existing construction that was to remain but that is damaged during the work. B. Cutting Concrete: Cut openings through concrete by core drilling or sawing. Never cut openings in concrete with a hammer -driven chisel or drill without written authorization from the Architect. C. Other Work: Never endanger or damage the work of other trades. If the work of other trades must be altered to accommodate the mechanical work, review the proposed alterations with the installer of work and comply with installer's recommendations to minimize damage. Where necessary, engage the original installer to make the required changes. D. Clean demolition areas and remove the debris from the site at the end of each day's work. Transport debris in a manner that prevents the spread of dust. Do not permit the burning or storage of debris at the site. Keep all construction areas broom clean. Keep all adjacent areas unencumbered and clean. 3.03. UNANTICIPATED MECHANICAL WORK A. If the demolition work exposes concealed mechanical services (such as piping or ducts), immediately inform the Engineer of the additional cost to the Project to remove or retire the unanticipated work. Begin this additional demolition only after receiving approval from the Owner for the additional costs. B. Remove or reroute unanticipated mechanical services under direction from the Engineer. Reconnect them to maintain the Owner's operations. Abandon services in place where they will be concealed inside floors or walls but disconnect them from their sources and cap them in place. Leave no "dead end" services concealed in the finished work. END OF SECTION 70315 J:12012112014115-SPECIFICATIONS102-MECHANICAL120 20 00 MECHANICAL DEMOLITION 12-014.DOC 3120112 New Hope Arena — Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-01400 202000-3 Mechanical Demolition SECTION 20 50 00 BASIC MATERIALS AND METHODS PART 1 -GENERAL 1.01. DESCRIPTION A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the Specifications apply to the work in this section. B. This Section is hereby made a part of all other Sections of Divisions 20 - 23 as fully as if repeated in each therein. 1.02. QUALITY ASSURANCE A. Each major component of equipment shall have the manufacturer's name, address, model number and rating on a plate securely affixed in a conspicuous place. B. Code Ratings, labels or other data which are die -stamped or otherwise affixed to the surface of the equipment to be in visible location. C. All equipment provided under Divisions 20 - 23 to perform with the least possible noise and vibration consistent with its duty. Quietness of operation of all equipment is a requirement. Any equipment, as determined by the Owner's Representative, or Engineer to be producing objectionable noise or transmitting noise or vibration to the building to be repaired or removed and replaced. D. Materials and equipment to be the standard product of a manufacturer regularly engaged in the production of a required type of material or equipment for at least three years, unless specifically exempted and to be the manufacturer's latest design with published properties. 1.03. SUBMITTALS A. Submit descriptive data in accordance with Section 20 10 00 for the following: 1. Pipe Hangers. 2. Valves. 3. Piping Specialties 4. Fire Stopping 1.04. DELIVERY, STORAGE AND HANDLING A. Follow manufacturer's directions in the delivery, storage protection and handling of all equipment and materials. B. Deliver and store equipment and materials at the site in original containers, sheltered from the elements and mechanical injury. Items subject to moisture damage shall be stored in dry, heated spaces. C. Ascertain whether temporary access openings in the building will be required for the admission of apparatus and notify the Prime Contractor accordingly. New Hope Arena - Interior Improvement Project 0 Nelson-Rudle and Assoclates, Inc. Project No.12-014-00 205000-1 Basic Materials and Methods SECTION 20 50 00 BASIC MATERIALS AND METHODS PART 2 - PRODUCTS 2.01. PIPE AND FITTINGS A. Furnish and install pipe and fittings of type and material scheduled herein of sizes shown on the Contract Documents and as required to connect fixtures and equipment. B. Black Steel Pipe & Fittings Pipe a. Pipe 1-112" and smaller to be ASTM A-53-FICW continuous welded black carbon steel with mill -attached extra heavy tapered recessed couplings. b. 2" and larger to be ASTM A-53 Grade B ERW, electric resistance welded black wrought carbon steel with beveled ends for welding. c. Each length of pipe to be legibly identified at the mill, indicating manufacturer and class of pipe. Repair of fabrication defects is not permitted. Pipe containing defects is to be rejected. d. All pipe lengths are to be hydrostatically tested to the limits indicated in the ASTM standard. 2. Low Pressure Fittings a. 2" smaller, to be Class A, Type 1, 125 psi cast iron threaded fittings, Federal Specification WW -P-501. b. 2-112" and larger, to be 125 psi smooth face cast iron flanges conforming to ANSI B16.5. c. Welding neck flanges (2-112" and larger) to be 150 psi forged steel, smooth face conforming to ANSI Specification B-16.5. C. Black Steel Pipe & Fittings - Schedule 10 1. At Contractor's option, and if allowed by local authorities, Schedule 10 pipe maybe used at locations hereinafter specified. 2. Pipe a. ASTM A-795 Type E or S black carbon steel. b. ASTM A-135 Grade B electric resistance welded black carbon steel. 3. Welded Joints a. In accordance with ANSI B31.10, 31.10a and 31.10b, and by U.L. & F.M. approved mechanical couplings. 4. Mechanical Couplings a. Rolled groove U.L. & F. M approved type. Cut grooving not permitted. Pipe end grooves and couplings to be dimensionally compatible. 5. Changes in direction and branch take -offs are to be made with fittings. Forming, drawing and bending are not permitted. D. Copper Pipe and f=ittings 1. Pipe to be hard tempered, seamless copper tubing, ASTM B-88 and Federal Specification WW -T-799. Manufacturer's name or trademark and type of tubing to be identified at 3 -foot intervals. Pipe to be Type K, L or M as hereinafter specified. New Hope Arena - Interior Improvement Project © Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-2 Basic Materials and Methods 2 SECTION 20 50 00 BASIC MATERIALS AND METHODS 2. Fittings in copper tubing 2-112" and smaller to be wrought sweat type fittings manufactured of seamless tubing forged bronze or brass rod to meet ANSI B16.22 and ASTM B-75. Fittings in copper tubing 3" and larger to be cast red bronze solder type fittings, meeting ANSI B16.18 and ASTM B-62. Fittings of either type to have tubing stops. 3. If allowed by local code, Copper Press f=ittings are an acceptable method of installation. Joints created in this manner to be installed in compliance with code and manufacturer's instructions and Article on "Installation, Copper Tubingu In Part 3 — Execution of this Section. a. Acceptable Manufacturers: (1) Viega 17545 Daleview Dr. Lakewood, 01-144107 877.620.0016. (2) Ridge Tool Co. 400 Clark Street Elyria, OH 44035 800.519.3456. b. Material: Copper press fittings to conform to material and sizing requirements of ASME B16.18 or ASME B16.22. 0 -rings for copper press fittings to be EPDM. E. Polyethylene (PIX) tubing and fittings 1. Tubing: a. Material: Crosslinked polyethylene (PEX) manufactured by PEX-a (Engle method). b. Material Standard: Manufactured in accord with ASTM F 876 and ASTM F 877 and tested for compliance by an independent third party agency. c. Minimum Bend Radius (Cold Bending): No less than 6 times outside diameter. Use PEX tubing manufacturer bend supports if radius is less than stated. 2. Fittings: a. Furnished by PEX tubing manufacturer. Comply with requirements in ASTM F 877. b. Manufactured in accord with and from materials listed in ASTM F 1960. c. Fitting assembly consisting of barbed adapter and applicable sized PEX ring. Barbed insert manufactured with O-ring to facilitate pressure testing with air. 3. Manufacturers: a. Uponor, Inc. — Wirsbo AQUAPEX® tubing and ProPEXO fittings. b. REHAU North America — RAUPEX® tubing and EVERLOCO fittings. F. Cast Iron Soil Pipe & Fittings 1. Acceptable Manufacturers for Cast Iron and Hubiess Cast Iron Soil Pipe and Fittings (no substitutions allowed): a. AB&I Foundry. b. Charlotte Pipe and Foundry. c. Tyler Pipe. 2. Service weight cast iron piping and fittings with hub and spigot conforming to ANSI All 22.5.2 and ASTM A74. New Hope Arena — Interior Improvement Project © Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-3 Basic Materials and Methods 3 SECTION 20 50 00 BASIC MATERIALS AND METHODS 3. No hub cast iron piping and fittings conforming to CISPI standards 301-99. Couplings shall be made of 24 gauge type 304 stainless steel and with neoprene gaskets that are in conformance with ASTM C-564. G. Plastic Pipe & Fittings 1. ABS Pipe & Fittings a. Schedule 40 conforming to ASTM D-2661 specification. b. Schedule 80 conforming to ASTM D-2661 specification. 2. PVC Pipe & Fittings a. Schedule 40 conforming to ASTM D-2665 specifications. b. Schedule 80 conforming to ASTM D-2665 specifications. H. Miscellaneous Piping 1. Nipples to be of same material as pipe. 2. Close nipples are prohibited. I. Miscellaneous Fittings 1. Tees for branch connections to be welding tees. 2. Long turn welding ells to be used on welded piping. 3. Where welded pipe connections are allowed, Bonnie Weldolets or Threadolets may be used in place of welding tees. 4. Mechanical Coupling Piping as manufactured by Victau I 1c, Central or Grinnell. a. Where approved by the local authorities having jurisdiction, mechanical couplings and fittings may be used in lieu of threaded, welded or flanged joints and fittings. b. Rigid couplings to be self -centering and to engage and lock the grooved pipe and/or fitting ends in a positive airtight coupie. Rigid couplings are not to be used for expansion, contraction or deflection. c. Flexible couplings to be used to provide angular pipe deflection, contraction and expansion. d. Coupling housing to be 2 -piece malleable iron ASTM A-47 or nodular iron ASTM A-339. e. Sealing gasket to be suitable for the intended service and designed to seal under pressure or vacuum. f. Provide steel track -head bolts and steel hex -head nuts. 2.02. PIPING SPECIALTIES A. Unions: Make connections at each piece of equipment with unions or flanges located for quick and easy disconnect for maintenance. 1. For Steel Pipe: a. 2" and smaller; malleable iron unions with ground joint brass to iron seat, 150 Ib. working pressure. Grinnell #463, black or galvanized. b. 2-1/2" and larger (welded); forged steel flanges, 150 lb. welding neck or slip-on with raised faces and 1/16" cross laminated gaskets and carbon steel bolts. Grinnell Fig. 1911 and 1921. c. 2-112" and larger (screwed) use cast iron flanged unions, threaded, galvanized or black 175 lb. water gasket type with carbon steel bolts. Grinnell #487. New Hope Arena - Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12�M4-00 2050004 Basic Materials and Methods 4 SECTION 20 50 00 BASIC MATERIALS AND METHODS 2. For Copper Pipe: a. Up to 3"; Wrought, solder joint ANSI 516.22, Nibco 633. b. 3"; cast copper alloy solder joint, ANSI 1316.18, Nibco 733. 3. Dielectric Unions: a. In cases where copper pipe connections are made to piping or items of equipment of dissimilar metal, provide dielectric unions. b. 2" and smaller; steel body and nut with insulating gasket (250 Ib. @ 210 F.) and copper connector. EPCO models, FX, EA and FB. c. 2-112" and larger; cast iron body flanges with insulating gasket (250 Ib. cQ 210 F.) and copper connector. EPCO model GX & GA. B. Floor Wall & Ceiling Plates (Escutcheons) 1. Escutcheons for pipes passing through floors in unexposed areas shall be a split hinged stamped brass, type designed to fit the pipe and to cover the projecting pipe sleeve. 2. Escutcheons for pipe exposed to view in finished areas and toilets shall be chrome plated brass. 2.03. PIPE SLEEVES A. Provide pipe sleeves and openings necessary for the installation of the work of Divisions 20 - 23 as follows: 1. Exterior wall sleeves - schedule 40 galvanized steel pipe sleeves. 2. Floor sleeves in exposed areas - schedule 40 galvanized steel pipe sleeve. 3. Masonry wall sleeves - schedule 40 galvanized steel pipe sleeves. 4. Gypsum wall sleeves and sleeve through existing construction - 22 gauge galvanized 5. Roof sleeve and floor sleeves in concealed location - 22 gauge galvanized steel. B. Water tight or gas tight poured in place walls and slabs and masonry walls shall have Link -Seal, or acceptable substitute between the pipe and the sleeve. 2.04. PIPE HANGERS, SUPPORTS & ANCHORS A. Provide concrete inserts, clamps, pipe hangers, anchors and equipment supports required to rigidly support the systems and equipment Installed under Divisions 20 - 23. Hanger design shall permit vertical adjustment and lateral movement to allow pipe expansion. The figure numbers referred to Below are Elcen Metal Products Co. Approved products manufactured by Grinnell Company, Inc., PHD Manufacturing, Inc. or B - Line Systems are acceptable. 1. Provide solid steel hanger rods for each pipe hanger. Equip each hanger rod with three semi -finished hex nuts not including the insert nut. 2. Provide an Elcen Figure 33 or 34 beam clamp for each hanger rod attached to structural steel sections. Duct work hangers and pipe hangers supporting individual pipes 2" and smaller may be attached to structural steel using Elcen Figure 29V "C" clamps with lock nuts. 3. Provide Eloen Figure 12 clevis hangers for all individually supported ferrous piping of the following systems: a. Waste and Vent. New Hope Arena -- Interior Improvement Project C Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-6 Basic Materials and Methods 5 SECTION 20 50 00 BASIC MATERIALS AND METHODS b. Natural gas. 4. Provide Elcen Figure 260 clevis hangers with Fig. 167 or Fig. 240 shields for insulated lines on all piping of the following systems: a. Domestic cold water, hot water and circulating hot water. 5. Provide Elcen Figure 70C protective hangers for all plastic piping of the following systems. a. Waste and vent. 6. Provide concrete tight formed steel concrete inserts suitable for 1200 Ib. maximum loads, Elcen Figure 88 for each hanger rod attached to cast -in-place concrete. Where several pipes are run parallel and hung at different levels, Elcen Figure PS349 continuous steel insert with end caps and a closure strip may be used providing the total load placed on the insert will not exceed 2000 Ib, per foot of insert. 7. When inserts are required in existing concrete or have been omitted or improperly positioned in new concrete provide Elcen Figure 212E self -drilling expansion shells. B. Pipe hangers supporting and in direct contact with copper piping shall be copper plated, or epoxy coated. C. Hangers for fire protection piping to be U.L. listed. D. Vertical piping and risers shall be supported at each floor with riser clamps. Where unforeseen conditions require special supporting construction, the design shall be approved by the ArchitectlEngineer. Exposed risers shall be supported by a steel plate washer 1" larger in diameter than the pipe welded to the pipe. Piping subject to expansion may be guided at each floor in lieu of riser clamps. 2.05. VALVES A. Valves for each system shall be of one manufacturer unless noted otherwise. B. Valve shall be for not less than 125 Ib. water working pressure, and in any event shall be compatible in working pressure to the pipe and fittings to which they are attached. Valves shall be designed for the service for which they are attached. C. Valves 2" and smaller, shall have screw end or solder end connection except as otherwise shown in the Contract Documents. Valves 2-112" and larger shall have flange end construction except as otherwise shown in these specifications or Drawings. D. Manufacturers shall be Apollo, Crane, Grinnell, Hammond, Milwaukee, Mueller, Nibco, Stockham, Watts or as noted. Name of manufacturer, service and pressure marking to be cast into valve body, or identified by attached name plate. E. Gate Valves: 1. 2" and smaller: ASTM -584 bronze body and trim, screw-in bonnet, threaded or solder ends, rising stem, 125 Ib. S.W.P., 200 Ib. W.O.G., Nibco T134 or S-111. 2. 2-112" and larger: iron body, bolted bonnet bronze trim, flanged ends, O.S. & Y. rising stem, 125 Ib. S.W.P., 200 lb. W.O.G., Nibco #F-617-0. 3. Cast Iron ball valves with Teflon coated cast iron ball, flanged ends, 1251b. S.W.P., 2001b. W.O.G., is an acceptable substitute for iron body gate valves. American Valve Series 4000. F. Ball Valves: New Hope Arena — Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-5 Basic Materials and Methods SECTION 20 50 00 BASIC MATERIALS AND METHODS 1. 2" and smaller: ASTM -584 bronze body, stainless steel ball and stem, threaded or solder ends, vinyl coated handle, 125 Ib. S.W.P., 200 lb. W.O.G., Nibco T -580 -SS, S -580 -SS, Apollo 70 Series. 2. Where full port valves are required by local codes they shall be used. Apollo 77 series for 314" thru 2". G. Globe Valves: 1. 2" and smaller: ASTM -584 bronze body and trim, screw-in bonnet, threaded or solder ends, rising stem, 125 Ib. S.W.P., 200 Ib. W.O.G., Nibco, T -211-Y or S -211-Y. H. Butterfly Valves: 1. Valve bodies shall be of high grade cast iron with extended neck to accommodate pipe insulation and shall be of lug body design using stainless steel bolts to provide end of line service. Discs shall be of aluminum bronze construction with no external fasteners. Seat material shall be EPOM. Stems shall be 316 stainless steel, 2 -piece type, with infinitely adjustable, corrosion resistant throttling handle with memory stop. Valves 2" to 6" shall have throttling levers. Valves 8" and larger shall utilize worm gear operators. Valves shall be rated for 150 PSIG. 2. Approved manufacturers: Demco, Keystone, Centerline, Mueller, Dezurik and Grinnell. I. Check Valves: 1. 2" and smaller ASTM -584 bronze body and trim, horizontal swing thread or solder ends, 125 ib. S.W.P., 200 lb. W.O.G., Nibco T433Y or S-4138. 2. Size 2-112" thru 6": iron body, bronze trim, flanged ends, 125 Ib. S.W.P. 200 Ib. W.O.G. Nibco F-968-13. 3. 2" thru 4": Victaulic Series 712 with stainless steel trim. J. Check Valves at Pump Discharge: 1. 3" and smaller: 125 Ib W.S.P. semi -steel body, bronze trim, center guided, silent type flanged, Williams -Hager No. 329. 2. 4" and larger: 125 lb. W.S.P., semi -steel globe body, bronze time, center guided, silent - type, flanged, Williams -Hager No.636. K. Gas Valves: 1. 2" and smaller: Consolidated "Apollo" ASTM -584 bronze body, ball valve with Teflon seat and seals, GB -50 series. 2. 2-112" and larger: Nordstrom or Huber lubricated plug cocks. L. Drain Valves 1. Bronze body, threaded or solder inlet and with hose thread outlet, 125 Ib, Nibco Fig. No. 72,73 or 74. 2.06. FIRESTOPPING A. 3M brand 7900 Series system. B. 3M brand CP 25 caulk. Dow Coming firestop sealant. GE RTV 7403. C. 3M brand FS 195 wrap. D. Similar products manufactured by Tremco, Dow Coming, GE., Hevi-Duty Nelson. New Hope Arena - Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-014-00 205000-7 Basic Materials and Methods 7 SECTION 20 50 00 BASIC MATERIALS AND METHODS PART 3 - EXECUTION 3.01. GENERAL A. In general, all piping, ductwork and similar items to be installed concealed from view above the ceiling, in partitions, shafts, chases, unless otherwise indicated. B. The Contract Documents for Divisions 20 - 23 are diagrammatic and are a graphic representation of requirements intended to convey the scope of work and to indicate the fixtures and other included work. Duct and pipe rerouting and duct size changes are to be added at no additional cost to the Owner. C. Locations of items not definitely fixed by dimensions are approximate only and exact locations necessary to secure the best conditions and results shall be determined at the site and be subject to review. D. Follow Contract Documents in laying out work, check work or other trades to verify spaces in which work will be installed and maintain maximum headroom and space conditions at all points. E. Where pipes are in partitions, furred out spaces and chases, obtain information as to their exact location and size and install work so as to be entirely concealed in the allotted space. If conflicts arise making this impossible, obtain instructions from the Engineer before proceeding with the work. F. Wherever two or more pipes are to be installed in parallel, or parallel to the piping of other trades, the piping shall be installed with sufficient space between pipes to allow for the proper application of pipe covering, painting and servicing. G. Furnish advance information on locations and size of frames, boxes, sleeves and openings needed for the work, and also furnish information of other work without delay. H. Where there is evidence that parts of the work in Divisions 20 - 23 will interfere with other work and/or the structure, assist in working out space conditions and make necessary adjustments to accommodate the work. I. Work installed before coordinating with other trades which causes interference with other work shall be changed to correct such condition without additional cost to Owner. This shall apply to shop fabricated work as well as work fabricated in place. J. Products, appliances and equipment are to be installed and connected using standard industry practices and in accordance with the manufacturer's instructions. K. Singular Number - In case where a device or part of the equipment is herein referred to in the singular number (such as a lavatory) it is intended that such reference shall apply to as many such items as are required to complete the installation. 3.02. GENERAL METHODS FOR PIPING INSTALLATION A. Pipes shall be round and straight. Cutting shall be done with proper tools and pipes shall be reamed to full size after cutting. B. Piping shall be properly enclosed, supported, guided, anchored, sway braced, connected, tested, cleaned and flushed out and shall be properly insulated and protected where required. New Hope Arena - Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-01400 205000-8 Basic Materials and Methods I SECTION 20 50 00 BASIC MATERIALS AND METHODS C. Pipes shall be run with proper grade to provide for easy draining, in group runs where applicable, and in a neat and orderly manner to the satisfaction of the Engineer. D. Pipe runs shall be carefully laid out to provide maximum utilization of space. E. Sizes shown in the Contract Documents are nominal pipe sizes and not outside diameters. F. Pipes shall be run substantially as indicated In the Contract Documents. G. Piping shall be installed with ample provisions for expansion and contraction,. Such provisions shall be made by means of piping offsets, changes in direction, expansion loops, and expansion joints. Expansion joints shall not be used in lieu of offsets, changes in direction or loops, except where specified or indicated in the Contract Documents or where otherwise obviously necessary. H. Horizontal runouts from mains and/or risers shall be made with swing joints and shall be of sufficient length to absorb vertical expansion and/or contraction of risers and horizontal expansion or contraction of mains. I. Connections to apparatus and equipment shall be with flanges, unions etc., for easy removal. J. Piping shall be arranged to provide access to openings and to permit convenient removal of coils and pulling of tubes. Provide additional flanges or unions as required to provide these features. K. Provide shut-off valve or cock between every automatic air vent discharge to drains. L. Install manual drain valves at every low point of water piping systems and a manual air vent at every high point of water piping systems. Drain valves attached to piping sizes 4" and larger shall be 2" size. Exact location of drain valves to be verified and approved by Engineer. M. Changes in pipe shall be made with reducing elbows, reducing tees or increasers. Increasers may be concentric. Reducers shall be eccentric; flat on top for water, flat on bottom for steam. N. Piping up to 2" inclusive shall be reamed after cutting. O. Pipinci shall be cleaned internally immediately rior to installation into the pipe line. P. Cap or cover all open piping during erection to prevent entry of foreign material. 3.03. PIPE & PIPE FITTINGS A. Steel Pipe Fittings: 1. Join seamless or welded black or galvanized steel piping 2" and smaller using right hand tapered national pipe threads with Rectorseal pipe joint compound on male threads only. 2. Weld piping 21/2" and larger unless specifically noted. a. Welding to be done in accordance with ASME Code for Pressure Piping by competent welding equipment operators. b. Furnish proof of competency for each welder by submitting a previously issued ASME Welding Certificate of Authorization to the Owner's Field Representative, if requested. Specific certification for this project is not required. c. Welding to be by oxy-acetylene or electric are method. Welding neck flanges to be provided at flanged valves and at equipment. B. Copper Pipe & Fittings New Hope Arena — Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 205400-9 Basic Materials and Methods D SECTION 20 50 00 BASIC MATERIALS AND METHODS 1. Sweated joints in copper tubing to be made with the proper paste flux and 95-5 tin antimony solder. 2. Both male and female parts of each joint must be hand -burnished with wire brushes or abrasive cloth. 3. Mechanically Formed Tee Connections a. Mechanically formed tee connections may be used where permitted by local code and authorities having jurisdiction. b. Mechanically extracted collars shall be formed in a continuous operation consisting of drilling a pilot hole and drawing out the tube surface to form a collar having a height of not less than three times the thickness of the tube wall. c. The joining branch tube shall be permanently deformed to set the proper penetration of the branch tube into the fitting. d. Joints shall be brazed in accordance with the Copper Development Association Copper Tube Handbook using B -cup series filler metal. Note: Soldered joints will not be permitted. e. Mechanically formed tee connections may be used for branch line connections up to one pipe size smaller than main pipe size. 4. Press Connections: a. Make copper press fittings in accord with manufacturer's installation instructions. (1) Fully insert tubing inserted into fitting and mark tubing at shoulder of fitting. (2) Check Fitting alignment against mark on tubing to assure tubing is fully engaged (inserted) in fitting. (3) Press joints using tool approved by manufacturer. C. Polyethylene (PEX) tubing and fittings installation 1. Install tubing in accord with tubing manufacturer's recommendations and as indicated in tubing manufacturer's installation handbook. 2. Do not install within 6 -inches of gas appliance vents and within 12 -inches of recessed light fixtures. 3. Do not solder within 18 -inches of tubing in same waterline. Make sweat connections prior to making tubing connections. 4. Do not expose tubing to direct sunlight for more than 30 days. If construction delays are encountered, cover tubing that is exposed to direct sunlight. 5. Ensure that no glues, solvents, sealants, and chemicals come in contact with tubing without prior permission from tubing manufacturer. 6. Use grommets or sleeves at penetrations for tubing passing through metal studs. 7. Protect tubing with sleeves where abrasion may occur. 8. Install engineered secondary pipe positioning and support systems where tubing penetrates stud and joists, and for horizontal supports. 9. Use tubing manufacturer supplied bend supports where bends are fess than 6 times outside pipe diameter. 10. Locate supports at not fess than 32 -inches between hangers in accord with manufacturer's tubing installation handbook. D. Cast Iron Soil Pipe & Fittings New Hope Arena -- Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-10 Basic Materials and Methods 10 SECTION 20 50 00 BASIC MATERIALS AND METHODS Join hub and spigot cast Iron pipe fittings with: a. Premolded neoprene gaskets conforming to ASTM specification C-564-70. b. Lead and Oakum. 2. Join No -Hub Cast Iron and Fittings with: a. No -hub premolded neoprene gaskets and stainless steel compression band conforming to CISPI standard 310-97. b. Coupling consisting of the housing fabricated in two parts of grey -cast iron coating in accordance with ASTM A48. The coupling gasket shall be molded neoprene rubber per ASTM C564. Coupling bolts and nuts shall be, made of 1 B-8 stainless steel. 3. Join cast iron fittings to threaded steel pipe using Rectorseal pipe joint compound on male threads only. E. Plastic Pipe & Fittings - Thoroughly clean all joint surfaces before starting the joining process. Make all connections to other piping systems using adapters. Do not thread schedule 40 pipe. Schedule 80 pipe may be threaded. 1. PVC - Join piping by solvent welding using only PVC solvent and primer as recommended by the pipe and fitting manufacturer. Primer shall be a contrasting color to the pipe and solvent. 2. ABS - Join piping by solvent welding using only ABS solvent and primer as recommended by the pipe manufacturer. Primer shall be a contrasting color to the pipe and solvent. 3. Below grade piping shall be laid on a continuous granular bed. Installation shall comply with ASTM D2321. 3.04. PIPE SPECIALTIES A. Unions 1. Use the same material and finish as the pipe system. 2. Use dielectric unions or flanges in water lines where copper or brass piping is connected to ferrous pipe or equipment. 3. Unions or flange unions shall not be used in straight runs or pipe or in concealed locations except for flanged valve applications. B. Floor, Wall & Ceiling Plates (Escutcheons) 1. Cut plates as necessary to frt in close quarters. 3.05. PIPE HANGERS, SUPPORTS AND ANCHORS A. All hangers shall be attached to structural members as defined in Section 15010-1.02 of the specifications. B. Piping shall be supported as follows: 1. Horizontal Steel Piping: PIPE SIZE ROD DIAMETER MAXIMUM SPACING MAXIMUM DISTANCE TO ELBOW, WALL, VALVE OR EQUIPMENT New Hope Arena -- interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-11 Basic Materials and Methods 11 SECTION 20 50 00 BASIC MATERIALS AND METHODS 3. Horizontal ABS or PVC Piping: PIPE SIZE ROD MAXIMUM DIAMETER SPACING Llp to 1-112" 318" 2'-8" 2" & Larger" 3I8" 2'-8" C. At a minimum hanger spacing and requirements shall comply with MSS SP -69 and SP -89. D. Regardless of any of the above listed hanger spacings, provide a hanger not more than 12" from each change in direction of piping and at each drop and riser. E. Hangers supporting cast iron soil pipe for the hub and spigot type in 5'-0" lengths shall be located at the pipe hub connections. F. In no case will any pipe be installed where it is supported on or suspended from another pipe, conduit or duct. G. Hangers on insulated pipe shall be large enough to encompass the insulation and metal saddle for same. H. Saddles for 4" and larger piping shall be fabricated of 14 gauge galvanized iron and for smaller piping shall be fabricated of 16 gauge galvanized iron. Saddles shall encompass one half of the diameter of the covering and lengths shall be as follows: PIPE SIZE Up to 1-114" 318" 8'-0" 2'-0" 8" t ru 12' 1-112" — 3" %" 8'-0" 3'-0" 4" — 611 9/" 10'-0" 3'-0" 8" —10" 718" 10'-0" 3'-0" 12" 718' 10'-0' 3'-0" Pipe 10" and larger shall be supported by steel rods attached to 4 x 3 x 114 inch steel angles spanning a minimum of 3 bar joists. 2. Horizontal Copper Piping: PIPE SIZE ROD DIAMETER MAXIMUM SPACING MAXIMUM DISTANCE TO ELBOW, WALL, VALVE OR EQUIPMENT Up to 1-112" 318" 6'-0" 2'-0" 2" 318" 10'-0" 3'-0" 2-1/2" — 4" %" 10'-0" 3'-0" 3. Horizontal ABS or PVC Piping: PIPE SIZE ROD MAXIMUM DIAMETER SPACING Llp to 1-112" 318" 2'-8" 2" & Larger" 3I8" 2'-8" C. At a minimum hanger spacing and requirements shall comply with MSS SP -69 and SP -89. D. Regardless of any of the above listed hanger spacings, provide a hanger not more than 12" from each change in direction of piping and at each drop and riser. E. Hangers supporting cast iron soil pipe for the hub and spigot type in 5'-0" lengths shall be located at the pipe hub connections. F. In no case will any pipe be installed where it is supported on or suspended from another pipe, conduit or duct. G. Hangers on insulated pipe shall be large enough to encompass the insulation and metal saddle for same. H. Saddles for 4" and larger piping shall be fabricated of 14 gauge galvanized iron and for smaller piping shall be fabricated of 16 gauge galvanized iron. Saddles shall encompass one half of the diameter of the covering and lengths shall be as follows: PIPE SIZE SADDLE LENGTH Up to 6" 12 8" t ru 12' 16 Over 12" 20" New Hope Arena — Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-12 Basic Materials and Methods 12 SECTION 20 60 00 BASIC MATERIALS AND METHODS 3.06. PIPE SLEEVES A. Fabricate sleeves from new material, with ends cut square. Install sleeves 1 112" larger than O.D. of pipe or pipe insulation, where insulated. Caulk annular space between pipe and sleeve with a waterproof caulking material, 1. Exterior Wall Sleeves: Install sleeve reamed with welded flanged ends flush with wall. 2. Floor Sleeves: Install sleeves reamed with the top of the sleeve 4" above the floor In equipment rooms and wet areas and 114" above the floor in all other locations. 3. Masonry Wali Sleeves (Interior): Install sleeves reamed and finished flush with wall. 4. Gypsum Wall Sleeve & Sleeves Through Existing Construction: Terminate ends flush with wall. B. Sleeves shall be set and maintained in place by Divisions 20 - 23 during the progress of the work. 3.07. VALVES A. Valves shall be installed ahead of control valves and at all mechanical apparatus and fixtures to permit maintenance of the same without shutting down the service of the piping systems in the building. Provide main shut-off valve at domestic water service entry to building. Valve each domestic water branch at the main except at plumbing fixtures having integral stops. Provide drain valves at low points of pipina. B. Install valves with stems extending above the horizontal position. C. Install gate valves with the stem in the vertical position. D. Install each valve to be easily accessible for operation, visual inspection and preventive maintenance. E. Provide valves where Indicated in the Contract Documents and where necessary for proper control of piping and equipment. 3.08. CHASES, SLEEVES AND WALL OPENINGS A. The placing of sleeves in walls, floors, etc. shall be the responsibility of Divisions 20 - 23. Verify that chases, shafts, etc. indicated on Drawings for Divisions 20 - 23 work are provided. In case of failure to do so, chase or openings will be cut by Divisions 20 - 23 and patched as required to accommodate work. 3.09. EXCAVATING AND BACKFILLING FOR MECHANICAL WORK A. Excavating and backfilling for work provided under Divisions 20 - 23 shall be provided under this section. Excavation for all pipes, ducts, conduits, etc., shall be carefully protected from damage due to frost, water or other causes, and work damage shall be promptly and properly repaired. No excavating shall be done as to undermine or damage bearing of column or wall footings. Excavations below footings shall not be deeper than one-half the horizontal distance from such footings or foundations. Provide necessary barricades, shoring, sheeting, etc. for protection of the work and personnel. No backfilling shall be done until all work which is to be covered has been inspected, tested as required and approved. New Hope Arena - Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-13 Basic Materials and Methods 13 SECTION 20 50 00 BASIC MATERIALS AND METHODS B. Backfilling below floor slabs on grade shall be done with free draining granular fill, maximum of 5 percent passing a 200 sieve. Fill shall be placed in maximum of 6" layers, each properly compacted to a relative density of at least 95% of the modified proctor density ASTM D-4557. C. Excavation outside the building walls below sidewalks, paved and parking areas shall be backfilled as specified for areas below slabs on grade. Other outside areas shall be backfilled with material similar to those removed but free from rubbish and other perishable material and compacted to 95 modified Proctor density. D. Where streets are cut into for any service, they shall be replaced or repaired to the specifications and requirements of the municipality. 3.10. CUTTING AND PATCHING A. Cutting and patching required to install any portion of this work or to correct defects in work shall be the responsibility of Divisions 20 - 23. Patching shalt be done in a manner to match existing construction. B. Cutting and patching necessary to install any work shall be carefully done under the direction of the Architect[Engineer. Damage caused by neglect of this clause shall be made good under this Section. C. Patching of surfaces remaining after Mechanical demolition shall be done under this section unless indicated on the Architectural drawings. 3.11. PROTECTION A. Openings and equipment, where set shall be covered to prevent obstruction to pipes, breakage, misuse or disfigurement of equipment. Openings in equipment shall be immediately covered upon uncrating or receipt at the job site and shall remain covered until permanent connection is made. B. Damage to piping, fixtures or equipment shall be the responsibility of Divisions 20 - 23. Material installed under Divisions 20 - 23 shall be kept clean until final acceptance of entire building by Owner. C. Provide protective guards for devices such as thermostats, valves, switches and sprinkler heads which are located in mechanical rooms, loading docks, stairwells. D. Protect all work against injury by freezing or exposure to weather while stored or installed in place. All motors to be wrapped for protection against moisture until the building is enclosed. E. Fans not in operation to have shafts rotated by hand each week. 3.12. MECHANICAL SUPPORTING DEVICES A. Roof Supports 1. Supporting curbs for power roof ventilators, gravity relief ventilators and intakes, goosenecks, condensing units and elsewhere as indicated on the Drawings shall be furnished and installed under another Division of the specifications. 2. Supporting framework for roof curbs shall be provided by another Division of the specifications. New Hope Arena - Interior Improvement Project C Nelson-Rudle and Assoclates, Inc. Project No.12-01400 205000-14 Basic Materials and Methods 14 SECTION 20 50 00 BASIC MATERIALS AND METHODS B. Floor Supports 1. Divisions 20 - 23 shall provide reinforced concrete bases (minimum 4") under all floor mounted equipment furnished under this contract except where shown otherwise on the Drawings. 3.13. ACCESS PANELS A. Where items such as valves, traps, specialties, or any piece of equipment or device requiring adjustment or service, are concealed in the construction, an access panel is to be provided to permit adjustment or service. B. Panels to be provided by others. C. Each trade to confer with other trades with respect to access panel locations, and wherever practical group valves, traps, dampers and other like items, in such a way as to be accessible from a single panel. 3.14. FIRE RATED BARRIERS A. Divisions 20 - 23 is responsible for maintaining the integrity of all fire related barriers (walls, floors, etc.) penetrated by work installed under Divisions 20 - 23 of the specifications. B. The following procedures shall be used as dictated by project conditions: 1. Penetration of floor slabs or concrete walls (poured or block) - sleeve or core drill floor or wall, and seal penetration between pipe or duct and sleeve with sealing system capable of passing a 3 hour test hour ASTM E814 (UL 1479). 2. Penetration of sheetrock walls, cut opening in wall, install penetration and caulk with firestop sealant. 3.15. FIRE SAFETY PRECAUTIONS A. Cutting, welding, brazing or sweating operations carried on in the vicinity of, or accessible to combustible material, shall be adequately protected to make certain that a spark or hot slag does not reach the combustible material and start a fire. B. When it is necessary to do cutting, welding, brazing or sweating close to wood construction, in pipe shafts, or other locations where combustible materials cannot be removed or adequately protected, employ fireproof blankets and proper fire extinguishers. A helper shall be stationed nearby to guard against sparks and fire. C. Whenever combustible material has been exposed to molten metal or hot slag from welding or cutting operations, or splatter from electric arc, a guard shall be kept at the place of the work for at least one hour after completion to make sure that smoldering fires have not been started. 3.16. CONCRETE WORK A. For concrete work indicated or specified under Divisions 20 - 23, refer to concrete specifications under Division 3. New Hope Arena - Interior Improvement Project 4 Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-15 Basic Materials and Methods 15 SECTION 20 50 00 BASIC MATERIALS AND METHODS END OF SECTION 80818 J:12012112014195-SPECIFICATIONS102-MECHANICAL120 50 00 BASIC MATERIALS AND METHODS 12-014.DOC 3120112 New Hope Arena — Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 205000-16 Basic Materials and Methods 16 SECTION 20 70 00 ELECTRICAL MOTORS AND WIRING PART 1 -GENERAL 1.01. SUMMARY A. The General Provisions of the Contract, including Conditions of the Contract and Division I of the Specifications, apply to the work In this section. B. This section is hereby made a part of all other sections of Divisions 20 — 23 as fully as if repeated in each therein, C. Unless otherwise specified herein, magnetic starters, disconnects and power wiring shall be furnished and installed by Division 26. D. Control wiring shall be by Division 23 unless indicated on the Division 26 drawings. E. Divisions 20 - 23 shall furnish wiring diagrams and circuit data to aid in wiring of mechanical equipment. 1.02. QUALITY ASSURANCE A. Each item of equipment to have the manufacturer's name, address, model number and rating on a plate securely affixed In a conspicuous place. 1.03. SUBMITTALS A. Submit Manufacturer's descriptive data in accordance with Section 20 10 00 describing motors rated 1 HP or greater. Submittal data to be included with various items of motor driven equipment under Divisions 20 — 23. 1.04. DELIVERY, STORAGE AND HANDLING A. Motors exposed to moisture to be completely dried out before connection and start-up, supplying trade responsible until Owner's acceptance. PART 2 - PRODUCTS 2.01. MOTORS A. All motors conform to NEMA and bear the nameplate of manufacturer with current and operating characteristics noted thereon. All single phase motors shall be provided with built-in thermal overload protection. New Hope Arena -- interior improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 207000-1 Electrical Motors and Wiring SECTION 20 70 00 ELECTRICAL MOTORS AND WIRING B. Motor characteristics shall be as follows unless noted otherwise. 1. Motors 113 H.P. and smaller rated at 115 volt, single phase, 60 hertz. 2. Motors 112 H.P. and larger as follows: ELECTRICAL SERVICE MOTOR RATING 208-3-60 200-3-60 240-3-60 230-3-60 277-1-60 265-1-60 480-3-60 460-3-60 3. Refer to schedule on Drawings for motor sizes and electrical characteristics. C. Motors one HP and larger shall have minimum nominal full load efficiencies as listed in the table below. Motors shall be classified as "premium efficiency". Motors for emergency service only need not comply with the efficiency requirements. Examples are fire pump motors, jockey pump motors, dedicated smoke exhaust fan motors, stair pressurization fan motors. HP Open Drip -Proof (ODP) Totally Enclosed I=an -Cooled (TEFC) 1200 RPM 1800 RPM 3600 RPM 1200 RPM 1800 RPM 3600 RPM 1 82.5 85.5 77 82.5 85.5 77 1.5 86.5 86.5 84 87.5 86.5 84 2 87.5 86.5 85.5 88.5 86.5 85.5 3 88.5 89.5 85.5 89.5 89.5 86.5 5 89.5 89.5 86.5 89.5 89.5 88.5 7.5 90.2 91 88.5 91 91.7 89.5 10 91.7 91.7 89.5 91 91.7 90.2 Nominal Full Load Efficiencies PART 3 - EXECUTION 3.01. PROTECTION A. Protect motors from exposure to high humidity and precipitation prior to installation. B. Wiring of controls, equipment and accessories not factory wired, is to be done in accordance With Division 26 specifications. END OF SECTION 70315 J:12012112014115-SPECIFICATIONS102-MECHANICAL120 70 00 ELECTRIC MOTORS AND WIRING 12-014.DOC 3120112 Now Hope Arena - Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-014-00 207000-2 Electrical Motors and Wiring SECTION 20 80 00 PAINTING AND IDENTIFICATION PART 1 - GENERAL 1.01. SUMMARY A. This section includes labor, materials, equipment, skills and related services necessary to furnish and install the painting and identification of Mechanical systems as indicated in the Contract Documents. B. Finish coat painting of Mechanical systems is to be done under a separate Division of the Specifications. This contractor shall touch-up factory painted Mechanical Equipment. 1.02. REFERENCES A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the Specifications, apply to the work in this section. B. This section is hereby made a part of all other sections of Divisions 20 — 23 as fully as if repeated in each therein. 1.03. SUBMITTALS A. Submit descriptive data in accordance with Section 15010 for the following: 1. Valve identification list. 2. Equipment identification list. PART 2 - PRODUCTS 2.01. VALVE IDENTIFICATION A. Valves in piping systems to be identified with a brass tag, secured to valve with brass wire S- hook. Shut-off valves for heating terminal units and plumbing stops need not be tagged. B. Tags to be made of 19 gauge brass with stamped, black -filled characters. C. Tags to be not less than 1-112" size. D. Acceptable Manufacturers are Champion, Ready Made and Seton. 2.02. PIPE IDENTIFICATION A. Pipe identification labels shall be pressure sensitive labels and tape to meet OSHA and ANSI A13.1 codes. Labels shall be manufactured by Champion, Ready Made, W.H. Brady Company or Seton Name Plate Corporation. 2.03. EQUIPMENT IDENTIFICATION A. Black on white plastic laminated tags with 112" high capital lettering etched through the top layer of plastic to expose the white sublayer. Size to be appropriate for specific equipment label. B. Provide label behind sensor/thermostat covers to indicate unit to be controlled. New Hope Arena - Interior improvement Project m Nelson-Rudie and Associates, Inc. Project No.12-01400 208000-1 Painting and Idents ication SECTION 20 80 00 PAINTING AND IDENTIFICATION PART 3 - EXECUTION 3.01. VALVE IDENTIFICATION A. Provide four (4) copies of a typewritten list identifying numbered valves. Identification shall include valve number, service, location and area served. B. One (1) copy shall be framed under glass and installed where directed by Engineer. C. Three (3) copies shall be incorporated in maintenance manuals. D. Submit identification list for review prior to Installation of piping. 3.02. PIPE IDENTIFICATION A. Pipe identification shall be accomplished by using pressure sensitive labels. B. Pressure sensitive labels shall include labeling of service, direction of flaw and tape bands at each end of labels with approved colors. C. concealed spaces, such as above lay -in ceilings and at access panels. Identification shall occur at the following minimum locations: 1. At not more than 30' intervals on straight runs of pipes. 2. Wherever a pipe turns 90 degrees. 3. Wherever a pipe passes through a wall, on both sides. 4. At other locations deemed necessary for ease of maintenance, e.g. access panels. 3.03. EQUIPMENT IDENTIFICATION A. Scheduled equipment (except floor drains, diffusers, plumbing fixtures) are to have equipment identification tags permanently affixed to equipment with mechanical fasteners (rivets, screws, bolts or other approved methods) in a prominent location. Tags are to be installed level and drawn tight to the equipment surface. Provide backing or back-up plates where required by the fastening devices. On pumps and similar small equipment, the label may be located on the wall adjacent to the equipment. B. Equipment labeling shall spell out the description of each piece of equipment ("Exhaust Fan No. 1 for EF -1 etc.) and the equipment performance data up to four lines maximum. Submit list of proposed labels for review by Architect/Engineer. C. Fire dampers access doors shall have "FIRE DAMPER" identification label/tag. END OF SECTION 70315 J:12412112014115-SPECIFICATIONSN02-MECHANICALX20 80 00 PAINTING AND IDENTIFICATION 12-014.DOC 3120112 New Hope Arena — Interior Improvement Project 0 Nelson-Rudte and Associates, Inc, Project No.12-014-00 208000-2 Painting and identification SECTION 2113 13 FIRE PROTECTION SPRINKLER SYSTEM PART 1 - GENERAL 1.01. SUMMARY A. This Section includes labor, material, equipment, skills and related services necessary to furnish and install a complete fire protection system as indicated in the Contract Documents, including incidental work necessary to make it complete, satisfactory and ready for operation. 1.02. REFERENCES A. The General Provisions of the Contract, including conditions of the Contract and Division 1 of the Specifications apply to the work in this Section. 1.03. SYSTEM DESCRIPTION A. Provide water service for fire protection system from existing piping systems located inside the building. B. Fire Protection System shall be complete with all inside piping, sprinkler heads, drain and test valves and all necessary accessories, equipment and services required for complete fire protection to cover completely occupied and unoccupied areas as required by all governing codes, ordinances, NFPA, governing authorities having jurisdiction and Owner's insurance underwriters. C. The Contract Documents indicate sprinkler design criteria. Contractor shall be responsible for laying out sprinkler heads and designing piping systems, in accordance with current NFPA publications, governing authorities having jurisdiction and Owner's insurance underwriters. Design the wet sprinkler system piping based on requirements together with flow and pressure characteristics of the municipal water system. The Contractor shall arrange and Day for system. Sprinkler flow test shall be witnessed by the local fire official. Hydraulic calculations shall be based on a 10 psi safety factor below the city water supply. Piping shall also be coordinated with other mechanical and electrical work, ductwork and piping systems within the building. D. The fire protection system shall be designed in accordance with the requirements of the latest locally adopted edition of the National Fire Protection Association Pamphlet No. 13. 1.04. SUBMITTALS A. Submit shop drawings and descriptive data in accordance with Section 20 10 00. B. Materials and Equipment The Contractor shall submit shop drawings with complete brochures, giving names of manufacturers and catalog figure numbers, trade names, technical data, performance data and requested information of each item to be furnished. The Contractor shall submit shop drawings and detail description of items which are not manufactured and which have to be specifically fabricated, including drawings of the system. Submittal data shall be referenced to article and paragraph numbers of the specifications, and to fixture and equipment New Hope Arena - Interior Improvement Project C Nelson-Rudie and Associates, Inc. Project No.12-014-00 211313-1 Fire Protection Sprinlder System SECTION 2113 13 FIRE PROTECTION SPRINKLER SYSTEM number listed or scheduled. Submittals shall be assembled in numerical order of articles and paragraphs. C. System Layout 1. Location drawings shall be prepared by the Contractor and be a complete set of reproducible sprinkler drawings showing locations and sizes of mains, branches, valves and riser assemblies test valves, drain piping and installation of sprinkler heads beyond the items shown, and hydraulic calculations all in accordance with the National Fire Protection Association, the Owner's Insurance Underwriters and local authorities. The locations shall meet the architectural and structural conditions. No work shall commence prior to review of these drawings. Any changes in the work which has been installed shall be made by the Contractor without additional compensation. A conference shall be held with the Architect prior to execution of these drawings. D. Shop Drawings of the entire installation shall be submitted by the Contractor to the Owner's Insurance Agency, and local authorities having jurisdiction over the work. When approved by all interested departments and bureaus, the approved shop drawings bearing the "Approved" stamp of the Owner's Insurance Underwriters shall be submitted to Architect as specified in the applicable provisions of the General Conditions of the Contract. Shop drawings shall contain a list of materials showing for each item temperature rating of sprinkler head, manufacturer, trade name and catalog number. When reviewed by the Architect, the apparatus shall be constructed in accordance therewith. E. The Contractor shall provide and keep up-to-date a complete "construction record" set of prints which shall show every change from the original shop drawings and specifications and the exact location, size and kind of apparatus and equipment and run of pipe. This set of drawings shall be kept on the job site work office and shall be used only as a record set. This shall not be construed as authorization for the Contractor to make changes in the layout without definite instructions in each case. Upon completion of the project, reproducible construction record drawings shall be submitted in accordance with the requirements of Division 1 of the specification. 1.05. QUALITY ASSURANCE A. Fire protection system drawings shall be prepared and certified by a qualified professional engineer with expertise in fire protection design and licensed in state in which project is located. Where acceptable by the State, a qualified NICET Registered Designer may prepare and certify the hydraulic calculations. it is contractor's responsibility to determine State requirements for certification of drawings.The design and installation shall be complete, including items required to obtain approval from proper authorities and Owners Insurance Underwriter, B. The entire fire protection system as specified herein shall be guaranteed for a period of one year against defective equipment, materials and workmanship. C. The guarantee period shall begin on the date the system is completed and placed in operation and accepted by the Architect. D. Inspections and tests required by the authorities and/or agencies having jurisdiction shall be arranged and paid for by the Contractor, as necessary to obtain complete and final acceptance of the automatic sprinkler system. E. Signed test forms covering required hydrostatic tests of underground water supply and overhead sprinkler piping shall be furnished by this contractor to the Architect. New Hope Arena - Interior Improvement Project Fire Protection Sprinkler System 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 211313-2 SECTION 2113 13 FIRE PROTECTION SPRINKLER SYSTEM F. Certificates: Contractor shall deliver to the Architect when requested signed certificates from the suppliers of materials and manufactured items stating that such materials and manufactured items do conform to the standards set forth in this Section of the Specifications. PART 2 - PRODUCTS 2.01. GENERAL A. All equipment and/or materials to be used in the system shall be listed in the latest issue of the Fire Protection Equipment List, published by Underwriters' Laboratories, Inc., and shall have an Underwriters' Laboratories, Inc. approved label. B. Equipment and/or materials to be used in the system shall be approved by Factory Mutual and listed in the latest edition of the Factory Mutual Approval Guide. C. Acceptable valve manufacturers: Mueller, Nibco, Grinnell and Viking. 2.02. PIPE & FITTINGS A. Steel pipe, schedule 40 shall meet all of the requirements for electric -resistance welded steel pipe or seamless pipe as set forth by ASTM A-53 or A-135. B. Light -wall steel, schedule 10, pipe shall meet all of the requirements for electrical -resistance - welded steel pipe as set forth by ASTM A-135. C. "XL" Threadable Lightwall sprinkler pipe, complying with the requirements of ASTM A-135 and NFPA 13, 3-7.1.2 may be used for sizes up to 2" diameter. "XL" piping shall be joined by roll - grooved couplings welding, approved plain -end and NPT threaded fittings. 2.03. VALVES A. Gate Valves 1. 175 Ib. w.w.p. iron body gate fire protection valve U.L. listed bolted bonnet, indicator post pattern, non -rising stem, solid wedge, Mueller A-2050-6 post, or acceptable substitute. B. Check Valve: 1. 175 Ib. w.w.p. iron body check fire protection valve, U.L. listed, bolted bonnet, horizontal swing, renewable seat and discs, rubber faces, Mueller A-2122-6, or acceptable substitute. 2. 175 Ib. w.w.p. iron body check fire protection valve, U.L. listed, butterfly, wafer style, rubber seat, spring actuated, Mueller A-2102, or acceptable substitute. C. Drain Valves: 1. 175 Ib. w.w.p. bronze angle fire protection valve, U.L. listed, screw-in bonnet, integral seat, renewable disc, Nibco T-301 or acceptable substitute. D. Butterfly Valve: 1. 175 lb. wafer -body fire protection valve, UL listed Mueller B-3250-00, or acceptable substitute. New Hope Arena - Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-014-00 211313-3 Fire Protection Sprinlder System SECTION 21 13 13 FIRE PROTECTION SPRINKLER SYSTEM 2.04. MISCELLANEOUS APPURTENANCES A. Provide an alarm switch for each manual shutoff valve in the sprinkler piping system to indicate when the valve is closed. 2.05. SPRINKLER HEADS A. Sprinkler heads shall be nominal 112" orifice, all brass body, automatic spray heads as approved by Underwriters' Laboratories, Inc., with proper temperature rating for their location due to heat and design conditions, as manufactured by Gem/Grinnell, Viking, Central, Star, or Reliable. B. Provide sprinkler heads as follows. Refer to Contract Documents for additional information and finishes. 1. Exposed polished chrome pendant head on concealed piping similar to Viking Model M "Micromatic" with an adjustable two piece polished chrome plated recessed escutcheon plate similar to a Viking Model E-1. 2. Brass upright head on exposed piping similar to Viking Model M "Micromatic" with rough brass finish. 3. Chrome upright head on exposed piping similar to Viking Model M "Micromatic" with polished chrome plated finish. 4. Horizontal polished chrome side wall sprinkler on concealed piping similar to Viking Model M "Micromatic" HSW with an adjustable two piece chrome plated recessed escutcheon plate similar to a Viking Model E-1. S. Flush sprinkler heads shall be similar to Reliable Model G4 with white ceiling plate. Verify color with Architect prior to ordering. C. Install wire guards on sprinkler heads within 7'-0" of floor and in locations where heads are subject to damage. D. Install deflectors on sprinkler heads near main electrical distribution panels. E. Furnish spare heads equal to one percent of the total number installed and a minimum of ten heads and one sprinkler head wrench for each type of head. Spare heads to be located in a suitable cabinet located near sprinkler riser where directed by Architect. PART 3 - EXECUTION 3.01. GENERAL A. Installation shall conform to standards set forth by NFPA. 3.02. RISER ASSEMBLY A. Wiring of flow swItch(es) and alarms shall be by Division 28. This Contractor shall coordinate necessary wiring. New Hope Arena — Interior Improvement Project stem 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 211313-4 Fire Protection Sprinkler System SECTION 21 '1313 FIRE PROTECTION SPRINKLER SYSTEM 3.03. PIPING A. Install above finished ceiling. B. Pitch piping for drainage to main drain valve where possible. C. Support all piping in accordance with NFPA Standards. D. All horizontal piping shall run within structural members wherever possible. E. Install sprinkler heads under exposed ductwork over 48 inches wide. F. Holes for pendant sprinklers where required in suspended ceiling areas shall be provided by others. G. Pipes passing through walls and ceilings shall be sealed tight with suitable caulking. At finished surfaces, exposed piping shall be covered with chrome escutcheon plate. H. Aesthetic considerations regarding the placement of sprinkler piping and heads are of prime concern. Sprinkler piping is to be concealed from view where possible. Sprinkler Contractor shall meet with the Architect to discuss the routing of the piping prior to preparing the drawings. The Architect shall have final approval on the placement and routing of the piping. 3.04. IDENTIFICATION A. Alarm valves, test valves, drain valves, control valves and system riser mains shall be fitted with approved enameled signs indicating their use, in accordance with paragraphs 3490, 3491, 3771, and 7020, Pamphlet#13, NFPA Standard. B. At the base of riser, install a hydraulic placard stating the design criteria and flow and pressure for the system. 3.05. PAINTING A. Finish Painting: Finish painting, except for items specified to be factory finished, will be provided under a separate Division. Provide clean sprinkler piping ready for a paint application. 3.06. DRAINS A. Main system drain shall drain as indicated in the Contract Documents. B. Auxiliary drains shall be plugged or valved. C. Inspector's test and drain connection shall be as per NFPA 13 complete with valve(s), sight glass and smooth bore corrosion resistant orifice giving a flow equivalent to one sprinkler. Standard inspector's test connections shall be installed as required at the hydraulically remote point of the systems. Inspectors test connection shall be piped to location accepted by Arch itecfi/Engineer. 3.07. TESTING AND FLUSHING A. Overhead sprinkler piping shall be tested for a period of two hours at a hydrostatic pressure of 200 psig and piping, valves, heads, etc., shall be watertight. B. Defects due to materials or workmanship occurring during this test shall be immediately and properly corrected. New Hope Arena — Interior Improvement Project 0 Nelson-Rudle and AssoclaW, Inc. Project No.12-014-00 211313-5 Fire Protection Spdnlder System SECTION 211313 FIRE PROTECTION SPRINKLER SYSTEM C. Architect/Engineer shall be notified in advance regarding time and date of test. 3.08. OPERATION AND INSTRUCTIONS A. Approval: Upon completion of this system, the Contractor shall furnish the Owner a Certificate of Approval from legally constituted authorities having jurisdiction or in lieu thereof, a certified copy of same. B. Final Operation: Upon completion and approval of this system, the Contractor shall provide an experienced engineer to instruct the Owner's operators in details of operating and maintaining the system. The Contractor shall provide three (3) sets of typewritten operating instructions, parts lists and service manuals of equipment, wiring diagrams, control diagrams and test report in vinyl clad 3 -ring binder with index tabs. C. Valve Diagram: At the completion of the work specified above, the sprinkler contractor shall provide a small scale plan of the building, color coded to define the limits of each system and indicating the location of control valves, low point drains, and inspector's tests. The plan shall be neatly drawn, framed under glass, and permanently mounted on the wall adjacent to the sprinkler riser. END OF SECTION 70315 J:MlM12014115SPECIFICATIONS102-MECHANICALX21 13 13 FIRE PROTECTION SPRINKLER SYSTEM 12-014.DOC 3120112 New Hope Arena — Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 211313-6 Fire Protection Sprinkler System SECTION 22 07 00 PLUMBING INSULATION PART 1 -SUMMARY 1.01. SUMMARY A. This Section includes labor, materials and equipment necessary to complete the thermal insulation for plumbing systems shown in the Contract Documents. 1.02. REFERENCES A. The General Provisions of the Contract including Conditions of the Contract and Division 1 of the specifications apply to the work in this Section. 1.03. QUALITY ASSURANCE A. Installation shall be by skilled workers regularly engaged in this type of work with successful experience in installations similar in size and type to the requirements of this Project. B. Installation shall be in accordance with National Commercial & Industrial Insulation Standards, published by Midwest Insulation Contractors Association (MICA). C. Insulation materials must be manufactured at facilities certified and registered with an approved registrar to conform with ISO 9000 Quality Standard. 1.04. SUBMITTALS A. Submit the following in accordance with Section 20 10 00. 1. Manufacturers Literature: Materials description and application instructions. 1.05. DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site in manufacturer's unopened cartons or packages, bearing a label clearly indicating that flame and smoke ratings do not exceed specified requirements. PART 2 - PRODUCTS 2.01. GENERAL A. Insulation shall carry the following composite (insulation, jacket or facing, and adhesive used to adhere the facing or jacket to the insulation) fire and smoke hazard ratings (unless specifically excluded) tested in accordance with ASTM E84, NFPA.255 and UL 723. 1. Flame Spread: 25 or less 2. Smoke Developed: 50 or less B. Accessories, such as adhesives, mastics, cements, tapes, glass fabric and cloth for fittings shall have the same component ratings as specified above. C. PVC insulated fitting covers shall not be used in return air ceiling plenum unless protected as required by Code and approved by local authorities. New Hope Arena — Interior Improvement Project © Nelson-Rudie and Associates, Inc, Project No.12-014-00 220700-1 Plumbing Insulation SECTION 22 07 00 PLUMBING INSULATION D. Insulation products as manufactured by Manville, or acceptable substitutes as manufactured by Owens - Corning, Certain Teed, Knauf, or Armstrong. 2.02. PIPE INSULATION A. Glass fiber insulation with average thermal conductivity not exceeding .23 BTU -in. per sq. ft. per degree Fahrenheit per hour at mean temperature of 75 F, and rated at 500 F, "Micro -Loc" (Manville Corp.); or acceptable substitute. Type AP all purpose jacket. Insulation shall comply with ASTM C547. B. PVC premolded insulated fitting covers and jackets. 1. Manville - Zeston. 2. Knauf - Proto. 3. Foster - Speedline. C. Foam plastic insulation is to be Armstong Armaflex II or acceptable substitute. Insulation, jacket or facing, and adhesive is to have been tested by procedure ASTM E-84, NFPA 255 and UL 723. Ratings not to exceed: 1. Flame spread =25 2. Smoke developed = 50 3. Fuel contributed= 50 2.03. INSERTS AND SADDLES (SHIELDS) A. Inserts shall be calcium silicate insulation of equal thickness to the adjoining insulation and provided with a vapor barrier where required. Urethane inserts are acceptable for thicknesses less than V. 1. Length: 2" longer than saddles (minimum). 2. Circumference: 112 exterior insulation circumference. B. Shields shall be 16 gauge galvanized steel (for pipe sizes 4" and smaller) and 14 gauge (for pipe larger than 4"). 1. Length Pipe Size Length Thru 6" 12" 8" thru 12" 16" Over 12" 20" PART 3 - EXECUTION 3.01. GENERAL A. Install insulation continuous through wall, floor and ceiling openings, and through wall sleeves. B. Insulation shall be applied on clean, dry surfaces. C. Insulation on cold surfaces where a vapor barrier is used shall extend full size through hangers and shall be protected at the hanger point by the use of inserts and saddles. New Hope Arena - Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-01400 220700-2 Plumbing Insulation SECTION 22 07 00 PLUMBING INSULATION 3.02. GLASS FIBER INSULATION WITH AP JACKET A. Insulate piping with fiberglass insulation and all purpose jacket. 1. Apply insulation to clean piping. Verify that insulation is correct size to snugly fit around exterior of specific piping material to be insulated. Apply mastic to piping to temporarily secure insulation to pipes when jacket is not permanently affixed to outside of insulation system. 2. Seal jackets and end laps with mastic applied to two surfaces or with self-sealing type lap system. Seal exposed ends of insulation with a full coat of mastic. 3. Fittings, valve bodies and flanges for pipe sizes 4" and smaller shall be finished with mineral fiber cement to same thickness as adjacent pipe insulation. 4. Fittings, valve bodies, roof drain bodies and flanges for pipes over 4" shall be insulated with 314 Ib. density fiberglass blanket compressed to the same thickness as adjacent pipe insulation, or mitered pipe insulation segments, or pre -molded fittings secured with 3 -ply jute twine, fiberglass tape or 18 gauge galvanized steel wire, and finished with a smooth coat of mineral fiber cement. 5. After the cement is dry, fittings shall be finished with 4 oz. canvas adhered with permanent adhesive. 6. Fittings shall be sealed with vapor barrier mastic over the canvas for the following piping systems: a. Domestic Cold Water (Potable) B. PVC insulated fittings covers are acceptable, where permitted by Code. 1. If used, pre-cut insulation shall be applied to the fitting to provide a snug fit. Insulation shall be the same thickness as adjacent pipe insulation. Secure fitting covers by stapling and taping the ends to the adjacent pipe insulation. 2. For piping systems required to have a vapor barrier, seal seam edges with vapor barrier adhesive and wrap ends with vapor barrier tape overlapping the adjacent jacket. C. Where PVC fitting covers are not acceptable to local authorities, aluminum pre -formed fitting covers are to be used. D. Glass Fiber Pipe Insulation Schedule 1. Insulate oinina in accordance with the followina table: Insulation Thickness For Pie Sizes Inches Piping System Types Fluid Temp. Runouts Range(OF) 1"& Less 1-114"-2° 2-112"-4° 5"-6" 6"& Larger Domestic CW All 1.0 1.0 1.0 1.0 1.0 1.0 Domestic HW Above 160 1.0 1.0 1.5 2.0 2.0 2.0 Domestic HW 131-160 1.0 1 1.0 1.0 1.0 1.0 1.5 Domestic HW Below 130 1.0 1.0 1.0 1.0 1.0 1.0 Domestic CHW I All 1.0 1 1.0 1.0 1.0 1.0 1.0 Insulation Thickness assumes a k -value of 0.27. Insulation thickness shall not be less than those listed in the Minnesota Energy Code For piping exposed to outdoor air, increase thickness by one-half inch. 2 Runouts two inches and less not exceeding twelve (12) feet in length to individual terminal units. New Hope Arena - Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-01400 220700-3 Plumbing Insulation SECTION 22 07 00 PLUMBING INSULATION 3.03. INSERTS AND SADDLES (SHIELDS) A. Install inserts at hangers supporting insulated pipe. Extend vapor barrier over the insert and seal at insulation vapor barrier. B. Locate saddles beneath each Insert, centered on the hanger. END OF SECTION 70315 J:Uol2k12ol411S-SPECIFICATIONS102-MECHANICAL.22 07 00 PLUMBING INSULATION 12-014.DOC 3/20/12 New Hope Arena — Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 2207004 Plumbing Insulation SECTION 2210 00 PLUMBING PART 1 - GENERAL 1.01. SUMMARY A. This Section includes labor, material, equipment and skills and related services necessary to furnish and install a complete plumbing system as indicated in the Contract Documents, including incidental work necessary to make it complete satisfactory and ready for operation. B. The work shall include, but not necessarily be limited to the following: 1. Domestic hot and cold water system. 2. Sanitary sewer drain, waste and vent piping system. 1.02. REFERENCES AND RELATED SECTIONS A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the Specifications apply to the work in this Section. B. Refer to Section 22 07 00 — Plumbing Insulation C. Refer to Section 22 40 00 - Plumbing Fixtures for related work. 1.03. SUBMITTALS A. Submit shop drawings and descriptive data in accordance with Section 20 10 00 for the following: 1. Floor drains 4. Thermostatic mixing valves 2. Cleanouts 3. Roof drains PART 2 - PRODUCTS 2.01. DOMESTIC HOT AND COLD WATER SYSTEM PIPE AND FITTINGS: A. Above Grade: 1. Type "L" hard drawn copper tubing with wrought copper solder fittings. 95-5 solder. T -Drill fittings or Copper Press Fittings may be used if permitted by local code authorities. 2. If allowed by local code, Polyethylene (PEX) tubing and fittings is an acceptable method of installation for pipe 1 -112 -inches and smaller in diameter for above ground concealed installations only unless noted otherwise on Drawings. 3. Verify compatibility of materials with local water conditions. 2.02. DRAIN, WASTE, AND VENT PIPING SYSTEM: A. Below Grade: 1. Service weight cast iron soil pipe and fittings. New Hope Arena - Interior Improvement Project © Nelson-Rudie and Associates, Inc. Project No.12-01400 221000-1 Plumbing SECTION 2210 00 PLUMBING 2. No hub cast iron pipe and fittings may be used by request to the Engineer, including evidence that governing codes permit its use and including information and data on the proposed joint. 3. Plastic pipe and fittings (if approved by governing codes). a. Schedule 40 PVC. b. Schedule 40 ABS. 4. Verify compatibility of materials with local soil conditions. B. Above Grade: 1. Cast iron soil pipe, service weight or no hub cast iron pipe and fittings. 2. Plastic pipe and fittings (where approved by governing codes). a. Schedule 40 PVC. b. Schedule 40 ABS. 2.03. FLOOR DRAINS A. Floor drains shall be heavy cast iron Josam, J.R. Smith, Zurn, or Wade as scheduled and indicated in the Contract Documents. B. Provide a 36" x 3611 4# lead flashing sheet for each drain located above grade. 2.04. CLEANOUTS A. Cleanouts shall be Josam, scheduled as follows, or equal Zurn, J.R. Smith or Wade. 1. Finished Floor - Series 56000, Nikaloy Top 2. Unfinished Floor - Series 56050 Cast Iron 3. Wall Series 58600-15 Stainless Steel with vandal proof screws. 4. Carpeted Floor - Series 56000.14 with Carpet marker. 2.05. THERMOSTATIC MIXING VALVE A. Thermostatic mixing shall be Powers Hydroguard Series 430 with rough brass finish complete with thermometer on the mixed water. Submittal shall include a graph indicating flow rate- pressure drop characteristics. PART 3 - EXECUTION 3.01. DOMESTIC HOT AND COLD WATER SYSTEM A. Method of Installation 1. Provide a complete water distribution system within the building including connection to plumbing fxtures and equipment. 2. Lines shall be graded where possible to facilitate drainage. Provide drain valves at bottoms of risers. Unnecessary traps in circulating lines shall be avoided. New Hope Arena — Interior improvement Project Nelson-Rudie and Associates, Inc. Project No.12-014-00 221000-2 Plumbing SECTION 22 10 00 PLUMBING 3. Where possible, fixtures supplied from overhead branch lines shall connect at bottom of mains and shall pitch down towards fixtures so that branch lines and/or mains may be drained through fixture. Branch lines shall be connected to the top of mains where branches serve only fixtures located on floor above branch lines. 4. Piping Above Grade: a. Sweat solder joint and fittings. b. Support piping at Intervals per Section 20 50 00. c. Install unions and shut off valves at plumbing fixtures, equipment, appliances, meters, branch lines off mainlines and before penetrating below grade. Flared connections are acceptable on soft copper lines and brass tubing in lieu of unions. d. Install expansion off -sets in lines where required. Anchor piping at each end. B. Disinfecting: Upon completion of the domestic water system, the contractor shall disinfect this system with chlorine before is placed in service. The amount of chlorine applied shall be such as to provide a dosage of 50-80 milligramslliter. Following a period of not less than twenty four hours, or as required by codes, heavily chlorinated water shall be flushed from the system with clean water until the residual chlorine content is not greater than .02 milligrams per liter. Valves being disinfected shall be opened and closed several times during the period. Disinfection shall be repeated until piping meets state and local bacteriological test and is approved. 3.02. SANITARY SEWER DRAIN, WASTE, AND VENT PIPING SYSTEM A. Method of Installation 1. Connect building sanitary sewer lines to existing lines. 2. Drain, waste, and vent piping shall be properly pitched 114 inch per foot minimum for 2 inch pipe and smaller and 1/8 inch minimum for 3 inches and larger unless Indicated otherwise. Piping shall not be sloped more than 1/2 inch per foot. Piping shall be properly supported so that it will not sag and form pockets. 3. Joint between cast iron pipe and fittings shall be caulked with pitched oakum, thoroughly forced into joints with caulking tools. The joints shall then be filled with molten lead solidly caulked even with the hub top. If joints are made with Neoprene gaskets the Manufacturer's recommendations shall be carefully followed. 4. Cast iron hubs at point of connection between underground and above ground soil waste and vent piping located in partition walls shall be installed in a manner such that hubs will be concealed by finish wall. Top of hubs shall be installed below finish floor when masonry partition wall thickness is insufficient to conceal hub and/or outside diameter of hub is greater than stud width. 5. Roof extensions of waste and vent stacks shall be at least 2 inches in diameter or full size of the stack. The extension shall be of cast iron pipe from a point below roof to the terminal point above the roof. The extension shall be encased in a roof jacket approved by local code. The roof jacket shall be constructed with a roof flange of 16 ounce copper or sheet lead of not less than 4 pounds per square foot, suitable for roofing application under the General Construction work. Install in accordance to drawings and codes relating to distances from fresh air intakes. New Hope Arena — Interior Improvement Project © Nelson-Rudie and Associates, Inc. Project No.12-014-00 221000-3 Plumbing SECTION 22 10 00 PLUMBING 6. Horizontal above grade plastic waste and vent piping shall not exceed thirty-five (35) feet in total length. Vertical waste and vent piping shall not exceed thirty-five (35) feet in length unless an approved expansion joint is installed at intervals not to exceed thirty-five (35) feet. 7. Elevations shall be verified with existing conditions prior to commencing work. B. Excavation and Backfilling: 1. Excavate as required to install piping to the depth shown on the Contract Documents or as required for proper operation. 2. Excavations shall be kept free of water during construction. 3. Before any backfilling is done, the Engineer and/or proper installation authorities shall test, examine and approve the installation of the work being buried. The excavation floor shall be trimmed true with uniform grade permitting piping and equipment to be installed and resting upon undisturbed earth. Over excavated areas are to be filled with free draining granular fill. Dirt under pipe hubs shall be removed so that the barrel of the pipe is resting upon firm soil. 4. Backfilling below grade shall be done with sand or gravel free from debris, perishable rubbish, large rocks, and other unsuitable material judged suitable for backfilling as approved by the testing firm, it may be used as fill. 5. Backfill material shall be carefully compacted until at least one foot of cover exists over the piping. The remainder of the backfill shall be a density in accordance with Specification Section 20 50 00. B. Care shall be taken not to damage buried components during compaction. 3.03. EQUIPMENT CONNECTIONS: A. Refer to Contract Documents for quantity, sizes, routing and location. B. Plumbing fixtures: install as indicated on drawings. 1. Fixtures scheduled for handicapped, shall be mounted according to local requirements. 2. Other fixtures shall be mounted as per ManufacturerAs recommended mounting heights or as indicated in the Contract Documents. C. Floor Drains: Install accurately where indicated in the Contract Documents. 1. Install with top set level with finished floor, unless indicated otherwise. 2. Trap and vent as required by code. D. Cleanouts: Install full size at the following locations: 1. Base of waste stacks. 2. Ninety degree turns in mains. 3. Point where sewer leaves building. 4. At connection of new waste and vent systems to existing systems where applicable to facilitate testing of new system. 5. All other necessary points as indicated and required to permit easy system rodding: a. Every 50 feet on lines 3" or less in size. b. Every 100 feet on lines 4" or more in size. New Hope Arena — Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 221000-4 Plumbing SECTION 2210 00 PLUMBING 3.04. TEST AND INSPECTIONS: A. Test pipe lines in partitions and concealed areas before they are concealed. Damage to materials or equipment because of leakage of piping during the guarantee period shall be paid for by this Contractor. B. Water supply pipes shall be tested at a pressure at least 10 PSIG higher than normal working pressure, but in no case shall any water pipe be tested at a pressure less than 125 psig for a period of 2 hours. Any leaks or imperfections developing during a test shall be remedied immediately. C. Waste, vent and sewer pipes shall be tested as required by State, City or Local ordinances, but not less than 5 psig air pressure for 15 minutes. Tests shall be made in the presence of the proper inspectors. D. Tests shall be made at the expense of the Plumbing Contractor, and they shall furnish submittals in accordance with Section 20 10 00. END OF SECTION 80130 J:12012112014115-SPECIFICATIONS102-MECHANICAL12210 00 PLUMBING 12-014.DOC 3120112 New Hope Arena -- Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-01400 221000-5 Plumbing SECTION 22 40 00 PLUMBING FIXTURES PART 1 - GENERAL 1.01. SUMMARY A. This Section includes labor, materials, equipment, skills and related services necessary to furnish and install the plumbing fixtures indicated on the Drawings and specified herein. 1.02. REFERENCES A. The General Provisions of the Contract Documents, including Conditions of the Contract and Division 1 of the Specifications apply to work in this Section. 1.03. SUBMITTALS A. Submit shop drawings and descriptive data in accordance with Section 20 10 00 for the following. B. Submittal shall be in portfolio from indicating plumbing fixtures and trim fixture number referenced to the numbers contained in the Contract Documents. 1.04. QUALITY ASSURANCE A. Vitreous ware fixtures shall be best quality, close grained and free from pores. Warped of imperfect fixtures will not be accepted. Surfaces coming into contact with walls, floors, or surface other fixtures shall be ground true. B. Fixtures shall be so designated and constructed such that parts are accessible for repairs when fixtures are in place. Manufacturer's trademark or name shall be located to that it will not be noticeable. Faucets, traps shall be chrome plated unless otherwise specified. C. Drinking water faucets shall meet NSF Standard 61, Section 9, Subsection 1-6. The product shall be manufactured from brass construction. Brass components which contact water within the faucet shall be from brass which contains no more than 3% lead by dry weight. PART 2 - PRODUCTS 2.01. MANUFACTURERS A. Fixture products shall be as scheduled on the Drawings, or acceptable substitute manufacturers. 1. Vitreous china fixtures are to be white unless otherwise scheduled. 2. Water closets are to have enlongated bowls. B. Water Closets, Urinals, Vitreous China Sinks, Lavatories: 1. American Standard, Kohler. C. Stainless Steel Sinks: Elkay, Just, Advance, Moen. D. Trim/Faucets Chicago, T&S Brass, Grohe New Hope Arena - Interior improvement Project ® Nelson-Rudle and Associates, Inc. Project No.12-01400 224000-1 Plumbing Fixtures SECTION 22 40 00 PLUMBING FIXTURES E. Water Filter 1. CVNO F. Handicapped lavatory and P -Trap and angle valve assemblies shall be insulated with the fully molded, TRUEBRO, Hand! Lav -Guard insulation kit, or acceptable substitute. Color shall be as selected by Architect. PART 3 - EXECUTION 3.01. PLUMBING FIXTURES A. Fixtures shall be furnished, set in place and property connected, complete in every detail to soil, waste, vent and water pipes. Fixtures shall be rigid, set plumb, level and true. B. Particular care shall be exercised in hanging fixtures, especially lavatories to assure rigidity and performance. This Contractor will be held responsible for the secure mounting of hangers and lavatories on the hangers, and any breakage resulting from Improper installation on any fixture. C. Provide 17 gauge, chrome plated brass adjustable p -trap with cleanout on fixtures requiring traps. Traps for mop sink and service sink are to be cast iron. D. Fixture wastes, other than water closets and trap standard fixtures shall be connected to waste lines with an iron ferrule and threaded pipe. Connections to water closets and trap standard fixtures shall be made with cast iron floor flange with ring gasket and bolts for caulking into soil pipe. Closets and other trap standard floor connections joint shall be made tight without the use of putty. Fixtures shall be hung or supported with 5116 brass bolts of sufficient length to securely fasten the fixture to the backing. Exposed heads of bolts for fixtures shall be chrome plated. E. Provide chrome plated angle supplies with loose key stops in water supplies to water closets, lavatories and sinks with exposed supplies. Where water supplies are concealed in accessible cabinetwork, the piping may be copper and the stops shall be wheel handle type. F. Caulk around plumbing fixtures with a white silicone sealant. G. Refer to Architectural Drawings for fixture locations and mounting heights. END OF SECTION 70315 J.%2072112014115-SPECiFICATIONS102-MECHANICALT240 00 PLUMBING FIXTURES 12-014.00C 3120112 New Hope Arena — Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-01400 224000-2 Plumbing Fixtures SECTION 23 05 93 HVAC TESTING ADJUSTING AND BALANCING PART 'I - GENERAL 1.01. SUMMARY A. This Section includes labor, materials, equipment, skills and related services necessary to provide the air system testing, adjusting and balancing as specified herein. 1.02. REFERENCES A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the Specifications apply to work in this Section. 1.03. SUBMITTALS A. Submit six (6) copies of air system testing and balancing report to Architect/Engineer. B. Name of Test and Balance Agency shall be submitted for approval to Arch itect/Co nsu [tin g Engineer within 15 days after receipt of construction contract. 1.04. QUALITY ASSURANCE A. Testing and balancing shall be performed by an independent testing and balancing contractor who is a fully certified member of the Associated Air Balance Council or the National Environmental Balancing Bureau. The following balancing contractors are approved for this project. 1. Mechanical Data Corporation. 2. Bal -Tech. 3. Systems Management B. Contractors bidding this Section of the Specifications are excluded from installing the work specified under Section 23 30 00. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.01. AIR SYSTEM A. When the work has been completed, the Contractor shall balance the air deliveries from each unit in accordance with the recommendations of the diffuser manufacturer, setting fan speeds, dampers, controls and/or other volume control devices in such a manner as to produce tate air volume deliveries indicated. Testing and balancing shall be accomplished by certified agency as specified elsewhere in this section of the specifications. New Hope Arena - Interior improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 230593-1 HVAC Testing And Balancing SECTION 23 05 93 HVAC TESTING ADJUSTING AND BALANCING B. The Contractor shall submit six (6) copies of a schedule to the Architect for approval containing the following information in tabular form: 1. Room number or name. 2. Grille register or diffuser type and size. 3. Specified cfm. 4. Actual cfm. 5. Volume of air handled by each fan. 6. Static pressure at inlet and outlet of each fan, coil and filter. 7. Speed of fans and motors. 8. Rated fan motor amperage. 9. Actual fan motor amperage. 3.02. MECHANICAL EQUIPMENT A. Tests to the satisfaction of the Engineer shall also be conducted for satisfactory operation of equipment installed under Division 23 of the specifications, including packaged units, fans, motors, starters and drives. B. On completion of the initial start-up operation of the packaged units, the Testing and Balancing Agency shall test each unit for the actual performance versus the specified. The Report shall include, but not necessarily be limited to the following field observation and measurements: 1. Each fan RPM, including condenser fans. 2. Motor amp, each phase for each unit. When a system uses variable amounts of outside air for cooling, reading shall be taken for both the maximum outdoor air condition and the minimum. 3. Static pressures at each fan suction and discharge. Take readings for both maximum outdoor air and minimum outdoor conditions where applicable. 4. CFM of main blower discharge. Take readings for both maximum outdoor air and minimum outdoor air condition. 5. Amperage on each compressor and condenser. 6. Compressor suction and discharge pressure. 7. Ambient D.B. and W.B. at the time of readings. 8. Return, mixed and discharge air temperature, during mechanical cooling, and during atmospheric cooling cycles. 9. Remarks (If any). 3.03. BALANCING STANDARDS A. Air system testing, adjusting and balancing shall be performed by test and balance agency or division that specialized in to testing and balancing, heating, ventilation and air conditioning systems. B. Balancing is to be done in accordance with published agency guidelines and standards. C. Instruments used for testing and balancing of air systems must have been calibrated within a period of six months prior to balancing. Final test analysis reports shall include a letter of certification listing instrumentation used and last date of calibration. New Hope Arena — Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 230593-2 HVAC Testing And Balancing OA SECTION 23 05 93 HVAC TESTING ADJUSTING AND BALANCING D. Services shall include one plan review prior to start of construction and one on-site inspection during the construction together with a report on recommended modifications and compliance with requirements of the specification. END OF SECTION 70315 J:12012X12014115SPECIFICATIONS102-MECHANICAL\23 05 93 HVAC TESTING ADJUSTING AND BALANCING 12-0144.DOC 3120/12 New Hope Arena -- Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 230593-3 HVAC Testing And Balancing 3 SECTION 23 07 00 HVAC INSULATION PART 1 -SUMMARY 1.01. SUMMARY A. This Section includes labor, materials and equipment necessary to complete the thermal and sound insulation for heating, ventilating and air conditioning ductwork shown in the Contract Documents. 1.02. REFERENCES A. The General Provisions of the Contract including Conditions of the Contract and Division '. of the specifications apply to the work in this Section. 1.03. QUALITY ASSURANCE A. Installation shall be by skilled workers regularly engaged in this type of work with successful experience in installations similar in size and type to the requirements of this Project. B. Installation shall be in accordance with National Commercial & Industrial Insulation Standards, published by Midwest Insulation Contractors Association (MICA). C. Insulation materials must be manufactured at facilities certified and registered with an approved registrar to conform with ISO 9000 Quality Standard. 1.04. SUBMITTALS A. Submit the following in accordance with Section 2010 00. 1. Manufacturers Literature: Materials description and application instructions. 1.05. DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site in manufacturer's unopened cartons or packages, bearing a label clearly indicating that flame and smoke ratings do not exceed specified requirements. Duct liners shall be marked on the airstream surface as meeting NFPA 90AIB requirements. PART 2 - PRODUCTS 2.01. GENERAL A. Insulation shall carry the following composite (insulation, jacket or facing, and adhesive used to adhere the facing or jacket to the insulation) fire and smoke hazard ratings (unless specifically excluded) tested in accordance with ASTM E84, NFPA 255 and UL 723. 1. ]=lame Spread: 25 or less 2. Smoke Developed: 50 or less B. Accessories, such as adhesives, mastics, cements, tapes, glass fabric and cloth for fittings shall have the same component ratings as specked above. C. PVC insulated fitting covers shall not be used in return air ceiling plenum unless protected as required by Code and approved by local authorities. New Hope Arena - Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 230700-1 HVAC Insulation SECTION 23 07 00 HVAC INSULATION D. Insulation products as manufactured by Manville, or acceptable substitutes as manufactured by Owens - Corning, Certain Teed, Knauf, or Armstrong. 2.02. INTERIOR DUCT LINING A. Ducts calling for thermal and/or acoustical lining shall be lined with Manville Permacote L.inacoustic, or acceptable substitute, meeting ASTM C1071 with air surface coated with acrylic coating treated with EPA registered anti -microbial agent proven to resist microbial growth as determined by ASTM G21 and G22. 1. 'K' Value: ASTM C518, 0.25 at 75F. 2. Noise Reduction Coefficient: 0.65 or higher based on "Type A mounting" and tested in accordance to ASTM C423. 3. Maximum Velocity: 5,000 FPM. 4. Adhesive: meeting ASTM C916. 5. Fasteners: Duct liner galvanized steel pins, welded or mechanically fastened. 2.03, EXTERIOR DUCT INSULATION (DUCT WRAP) A. Manville Type 75 fiberglass duct wrap not less than 0.75 Ib/cubic foot density. Foil -S krim- Kraft vapor barrier jacket. Insulation shall comply with ASTM C553 PART 3 - EXECUTION 3.01. GENERAL A. Instal[ insulation continuous through wall, floor and ceiling openings, and through wall sleeves. B. Insulation shall be applied on clean, dry surfaces. 3.02. INTERIOR DUCT LINING (RECTANGULAR DUCTS) A. Duct liner shall be held in place by applying fire resistant adhesive over the entire metal surface then pressing insulation firmly in place. The mat faced surface shall face the air stream. Duct 18" wide and over shall have the duct liner additionally secured by welded pins and clips on not greater than 12" centers on top and side surfaces of the duct. Self adhering pins with clinch ends may be substituted for welded pins, when applied in accordance with manufacturers published instructions. Leading edges must be covered with metal nosing strip. B. Duct sizes shown on drawings are inside clear dimensions. Increase sheet metal dimensions to accommodate duct liner thickness. C. Ductwork exposed to the weather shall be made waterproof by sealing all seams with Hardcast tape, applied according to manufacturer's recommendations. As additional weather protection, apply one coat of aluminum paint to all of the tape. D. The following ducts shall be lined with thicknesses as listed. Entire lengths of ducts are intended to be insulated unless otherwise noted. 1. Rectangular concealed supply air-- 1" thickness 2. Rectangular concealed return air —I" thickness 3. Transfer air -- 1" thickness New Hope Arena -- Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 230700-2 HVAC Insulation SECTION 23 07 00 HVAC INSULATION 4. Exhaust air ducts within ten (10) feet of roof or wall opening --1" thickness 3.03. EXTERIOR DUCT INSULATION (DUCT WRAP) A. Insulate the following ducts with exterior duct insulation (duct wrap). Overlap facing and staple securely providing a tight fitting vapor barrier installation. 1. Round concealed supply air ductwork —1-112° thickness 2. Round concealed return air ductwork —1-112" thickness END OF SECTION 70315 J:12012X12014XlMPECIFICATION5%02-MECHANICALX23 07 00 HVAC INSULATION 12-014.DOC 3/20112 New Hope Arena — Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-014-00 230700,3 HVAC Insulation SECTION 2311 00 FUEL PIPING PART 1 - GENERAL 1.01. SUMMARY A. This Section includes labor, materials, equipment, skills and related services necessary to furnish and install the gas piping systems indicated on the Contract Documents. 1.02. REFERENCES A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the specification apply to the work in this Section. PART 2 - MATERIALS 2.01. GAS PIPING & SPECIALTIES A. Above Grade Piping 1. Pipe 2" and smaller - Standard weight schedule 40, ASTM A 53 Grade F. furnace welded black steel pipe with Class A, Type 1, 150 psi malleable iron screwed fittings. 2. Pipe 2 112" and larger - Standard weight schedule 40, ASTM A-53 ERW black steel pipe with welded joint and weld fittings. B. Unions 1. 2" and smaller - 150 lb. working pressure malleable iron with ground joint brass to iron seat. Grinnell #463. 2. 2 112" and larger - 150 Ib. welding neck or slip-on flange with raised faces and 1116" cross laminated gaskets, carbon steel bolts. Grinnell #1911, 1921. 2.02. GAS PRESSURE REGULATORS A. Provide regulators with spring having an adjustment range from 4" or 5.5" w.c. to 12" w.c. with 2 Ib. inlet pressure. Regulators shall be Maxitrol, Fischer, or acceptable substitute. Regulators shall be sized to not exceed 0.5 PSI pressure drop at the required gas flow rate. 1. For natural gas loads up to 204,000 BTUH use - Maxitrol Model 325-3 with automatic safety vent limiting device. 2. For natural gas loads of 204,000 to 476,000 BTUH use Maxitrol Model 325-5. 3. For natural gas loads greater than 476,000 BTUH use Maxitrol series 210 high capacity pressure regulators. PART 3 - EXECUTION 3.01. GAS PIPING METHODS OF INSTALLATION A. Gas piping shall be installed with plugged drip pockets at low points. Pipe shall be extended to gas equipment in building. The entire gas piping installation shall be in accordance with the latest requirements of the AGA, NFPA 54 - National Fuel Gas Code, state, and local codes. B. Valves or cocks and unions shall be installed on inlet pipe to equipment including safety valves where required or noted to be installed. New Elope Arena - Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-0%00 231100-1 Fuel Piping SECTION 23 11 00 FUEL PIPING C. Connect the new gas piping to existing gas piping as indicated on the Drawings. D. Concealed gas piping shall have welded joints. E. Use Rectorseal pipe joint compound or approved equal on male threads only. F. Support horizontal piping at the following intervals: 1. 112 inch pipe - 6 feet. 2. 314 inch pipe - 8 feet. 3. 1 inch pipe or larger - 10 feet. G. Provide shut-off valve, drip leg and union at each equipment connection. H. Cap outlets that are not connected at job completion. I. Welded Piping Systems: 1. Connections shall be made with welding tees, elbows and reducers. Weldoiets are permitted in lieu of welding tees. Mitered tees, elbows and reducers are not permitted in welded lines. 2. Carefully prepare pipe ends in tees, laterals, and reducers to provide for proper weld penetration. Clean welding slag and carbon from welded area. 3. Steel piping, 2112 inches in size and larger, shall have joints welded, except joints obviously intended to be connected by means of bolted flanges. 4. Piping joints and fittings located in return air ceiling plenums must be welded. Valves are not allowed in ceiling plenums. 5. Paint welded areas with rust resistant primer. 3.02. PRESSURE REGULATOR INSTALLATION A. Gas regulating valves shall be selected for gas pressure and capacities as indicated in the Contract Documents. Furnish and Install regulating valves required to maintain proper pressure to appliances and heating equipment. B. Vent regulators to outside in black steel pipe and terminate with screened 90 degree vent ell turned down. Model 325-3 regulator with vent IimlUng device installed in horizontal position need not be vented to outside. C. Extend vent piping with a turned down ell on regulators installed outside. D. Provide shut off valve and drip leg upstream of gas pressure regulators. 3.03. TESTING A. Gas piping shall be air tested at 60 PSIG for 30 minutes with no drop in pressure or as dictated by local codes or ordinances if greater. B. During the air test, apply soap solution to welded and screwed joints. Observe joints for leaks indicated by formation of bubbles. Repair leaks. END OF SECTION J:12012112074115-SPECIFICATIONS102-MECHANICAL12311 00 FUEL PIPING 12-014.COC 3!20112 New Hope Arena — Interior improvement Project ® Nelson-Rudle and Associates, Inc. Project No.12-014-00 231100-2 Fuel Piping SECTION 23 30 00 HVAC AIR DISTRIBUTION PART 1 - GENERAL 1.01. SUMMARY A. This Section includes labor, materials, equipment, skills and related services necessary to furnish and install the air distribution system as indicated in the Contract Documents. 1.02. REFERENCES A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the Specifications apply to work in this Section. B. Refer to Section 23 07 00 - HVAC Insulation. 1.03. SUBMITTALS A. Submit shop drawings and descriptive data in accordance with Section 20 10 00 for the following: 1. Flexible Air Duct 2. Fire Dampers 1.04. QUALITY ASSURANCE A. Fans 1. As a minimum, fans to be designed, fabricated and assembled in accordance with ASHRAE and AMCA Standards. 2. Fans are to have metal identification plates indicating tag number, CFM, S.P., RPM. BHP. and other operating characteristics. 3. Factory certified performance curves to be submitted. 4. Manufacturer is to furnish complete decibel ratings for all 8 octave bands based on sound power level, and as further described in ASHRAE Guide. B. Air Outlets 1. Outlets to be selected to provide throw and distribution required for their respective location without objectionable drafts. 2. Maximum pressure drop through outlet to be 0.10 inches of water. 3. Outlets to be selected and guaranteed by the manufacturer to handle the air quantity shown. 4. Unless otherwise noted, outlets to be selected on the basis of maintaining a maximum sound level range of NC 30. C. Other equipment fabrication and installation to meet the requirements and recommendations of ASHRAE, and NFPA or the SMACNA Publication dated 1972, whichever is more stringent. New Hope Arena - Interior Improvement Project ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 233000-1 HVAC Air Distribution SECTION 23 30 00 HVAC AIR DISTRIBUTION PART 2 - PRODUCTS 2.01. LOW VELOCITY DUCTWORK -SHEET METAL A. Ductwork material and construction shall be in accordance with the recommendations of the current edition of the SMACNA "HVAC Duct Construction Standards." B. Ductwork shall be constructed of the following gauges unless otherwise indicated. Duct Width - Inches 0 to 12 13 to 30 31 to 54 55 to 84 Over 84 U.S. Standard Gauae #26 #24 #22 #20 #18 C. Ductwork exposed to weather shall be constructed of galvanized sheets specially prepared for painting. Manufacturer and type shall be Inland Steel Co. Paint -tile, or Youngstown Sheet & Tube Company Tufkote Bonderized. 2.02. MEDIUM AND HIGH PRESSURE DUCTWORK - SHEETMETAL A. Fabricate and support in accordance with SMACNA High Pressure Duct Construction Standards and ASHRAE Handbooks except as indicated. Provide duct material, gauges, reinforcing, and sealing for operating pressures required. 2.03. FLEXIBLE AIR DUCT A. Concealed, round duct connections to ceiling diffusers may be flexible insulated ducts, such as Owens-Corning Class 1 air duct, complying with NFPA No. 90A with a flame spread rating of 25 or less and a smoke developed rating not higher than 50. Equal products such as manufactured by Flexible Technologies, Naiior Hart, or Geneflex will be acceptable. 2.04. HANGERS, SUPPORTS AND ANCHORS A. Horizontal steel ductwork to be supported by hot dipped galvanized steel stock, or round steel rod of sizes specified. Round steel rods to be electrogalvanized all -thread rod. Hangers to be provided at both sides of flat sided ductwork for the full height of duct. Round ductwork to be provided with a band of the same size as the hanger to completely encircle the duct. Band to be secured to the hanger by means of a 318" bolt (min.). B. Hangers shall be constructed in accordance with the latest edition of SMACNA "HVAC Duct Construction Standards". 2.06. DAMPERS, SPLITTERS AND DEFLECTORS A. Provide manual dampers, splitters, and deflectors indicated and as required to balance the systems. B. Manual dampers and splitters in round or rectangular low pressure ductwork to be not less than 16 gauge galvanized sheet steel. Provide manual dampers with Vent Fabrics Co. No. 641 adjustment quadrant with fixing device. In high velocity air streams, provide manual dampers with Ventlock Co. No. 641 HVEL adjustment quadrant with fixing device. Provide splitters with New Hope Arena — Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-019-00 233000-2 HVAC Air Distribution SECTION 23 30 00 HVAC AIR DISTRIBUTION No. 555 quadrant for bottom mounting or No. 690 for side mounting. Dampers to be provided with steel shafts and No. 609 end bearings. Provide splitters for each supply branch. C. For 20 inch diameter duct and larger, provide manual damper with Ventlock self locking regulator No. 644. D. Manual dampers in duct work larger than 2 square feet to be multi -blade volume dampers with maximum 8" blades. F. Wherever damper fixing or locking devices are not exposed or accessible through access panels, provide Vent Fabrics Co. No. 677 or Young No. 315 key operated regulators with prime coated adjustable covers. F. Similar products manufactured by Dura -Dyne or Cesco are acceptable. 2.06. FIRE DAMPERS A. Furnish and install fire dampers where shown and as required. Fire dampers and frames shall be constructed in accordance with Underwriters Standards with U.L. label and shall be complete with fusible links and the entire assembly and installation shall comply with the requirements of NFPA and authorities having jurisdiction. B. Dampers shall be United Sheet Metal, Fireseal, Cesco, National Controlled Air, United Air, Air Balance or acceptable substitute, folding blade type, rated for a minimum of 1 112 hour protection. Dampers shall allow for 94% free area when in the open position, Type "B" for low pressure and Type "C" for high pressure. C. Ceiling fire dampers in rated ceiling shall be Cesco, or acceptable substitute Model RCD -1 with thermal blanket. 2.07. ACCESS PANELS A. Access panels shall be provided at locations shown and at reheat coils, fire dampers, motorized dampers, control equipment, and at any location necessary for duct or equipment inspection or adjustment. Panels shall be fabricated of 18 gauge galvanized steel properly braced and stiffened and provided with Ventlok No. 100 series latches, hinges, and gasketing. Panels shall be 14" x 14" or 2" smaller than the duct for ducts under 14" in width or depth. 2.08. FLEXIBLE CONNECTIONS A. Provide fire resistive fabric material flexible connections between inlet and outlet of each fan and connection ductwork, and where ducts are crossing building expansion joints. The flexible connection shall be made of heavy glass fabric, double coated with neoprene similar to "Ventglas" for high pressure systems and "Ventfab" for low pressure systems as manufactured by Vent -fabrics, or approved equal. Materials shall be U.L. approved and shall have an adequate resistance to fire. 2.09. BELT DRIVES A. Drives to be selected for a minimum of 1.5 service factor based on motor brake horsepower and including unit factors for length of belt, effective sheave diameter and arc of contact correction. New Hope Arena — Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-01400 233000-3 HVAC Air Distribution SECTION 23 30 00 HVAC AIR DISTRIBUTION B. Adjustable drives to be provided for fans having motors of 10 H.P. or less. Sheaves to be selected to operate at mid -point of the fan curve to allow for adjustment in both directions. Fans having motors larger than 10 H.P. to be provided with fixed sheaves. C. It is the responsibility of the Contractor to see that fans deliver the design capacity at actual static pressures up to design static pressure. Fan sheaves to be replaced as necessary to obtain desired results. D. Sheaves to be dynamically and statically balanced and multiple belts to be machine matched in sets. E. Fan motors shafts, pulleys and sheaves to be provided with deep keyways and pulleys and sheaves to be properly keyed and secured in place. The use of only set screws for securing pulley or sheaves to shafts is not acceptable. F. Each belt drive shall be provided a NSC and OSHA approved belt guard. Guards to be constructed of No. 12 USS gauge, 3.4" diamond mesh wire screens, or equivalent, welded to 1" structural steel 118" thick angles frames and enclose all belts and sheaves. Tops and bottoms to be of substantial sheet metal not less than No. 18 USS gauge. 1. Guard shall be secured to the driven machines or to foundations of floors by heavy structural angle supports and anchor bolts. Braces or supports secured to motors will not be permitted and braces and/or supports must not "bridge" the sound and vibration isolators. 2. Guard shall be designed with adequate provision for movement of motor required to adjust belt tension. Means shall be provided to permit lubrication, use of speed counters, and other maintenance and testing operations with belt guard in place. 2.10. ROUND DUCTWORK A. General 1. All round supply, return and exhaust ductwork shall be SPIROsafe® as manufactured by f.indab, Inc (800) 797-7476 or acceptable substitute as manufactured by Sheet Metal Connectors. The duct system shall consist of fittings that are factory fitted with a sealing gasket and spiral duct which, when installed according to the manufacturer's instructions, will seal the duct joints without the use of duct sealer. 2. The contractor may, at his option, convert any or all rectangular ductwork to round provided that the project space limitations are properly addressed and that the overall system design static pressure not be exceeded. B. Materials 1. Unless otherwise noted, all duct and fittings shall be a minimum of G-60 galvanized steel in accordance with ASTM A-653 and A-924. 2. When specified on contract documents, stainless steel type 304 or type 316 in accordance with ASTM A-240 shall be provided. New Hope Arena - Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-01400 2330004 HVAC Air Distribution SECTION 23 30 00 HVAC AIR DISTRIBUTION C. Construction 1. Unless otherwise noted or required by Code, duct and fittings shall be constructed per SMACNA's Duct Construction Standards (+10 in W.G.) shown in the following table: DiameterGalvanized (inches) Spiral Duct Galvanized Fittings 3-14 P6 24 16-26 94 22 8-36 2 go ­ 38 -50 0 0 D. Fittings: 1. Ali fitting ends shall come factory equipped with a double lipped, U -profile, EPDM rubber gasket. Gasket shall be manufactured to gauge and flexibility so as to insure that system will meet all of the performance criteria set forth in the manufacturer's literature. Gasket shall be classified by Underwriter's Laboratories to conform to ASTM E84-91 a and NFPA 90A flame spread and smoke developed ratings of 25150. 2. All fitting ends shall be calibrated to manufacturer's published dimensional tolerance standard and associated spiral duct. 3. All fitting ends from 3" to 24" Diameter shall have rolled over edges for added strength and rigidity. 4. All elbows from 3" to 12" Diameter shall be 2 piece die stamped and continuously stitch welded. All elbows 14" Diameter and larger shall be standing seam gorelock construction and internally sealed. 5. The radius of all 900 and 450 elbows shall be 1.5 times the elbow diameter, unless otherwise noted on the contract documents to be 1.0 times the elbow diameter. The radius of all 15°, 30° and 60° elbows shall be 1.0 times the elbow diameter. 6. All fittings that are of either spot welded or button punched construction shall be internally sealed. When contract documents require divided flow fittings, only full body fittings will be accepted. The use of duct taps is unacceptable except for retrofit installations. 7. All volume dampers shall be SPI ROsafe type DRU, DSU or DTU or approved equal. Damper shall be fitting sized to slip into spiral duct. Damper shall have the following features: a. Locking quadrant with blade position indicator b. 2" sheet metal insulation stand-off c. Integral shaft/blade assembly d. Shaft mounted, load bearing bushings e. Gasketed shaft penetrations to minimize leakage E. Spiral Duct: 1. Spiral duct shall be calibrated to manufacturer's published dimensional tolerance standard. 2. All spiral duct 14" Diameter and larger shall be corrugated for added strength and rigidity. 3. Spiral seam slippage shall be prevented by means of a flat seam and a mechanically formed indentation evenly spaced along the spiral seam. F. Performance New Hope Arena -- Interior improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 233000-5 HVAC Air Distribution SECTION 23 30 00 HVAC AIR DISTRIBUTION 1. Duct system performance shall meet SMACNNs Leakage Class 3 requirements at the system design static pressure as indicated on the contract documents not to exceed -20 in W.G. or +12 in W.G. PART 3 - EXECUTION 3.01. LOW VELOCITY DUCTWORK - SHEET METAL A. Sheet metal ducts shall be erected in a first-class and workmanlike manner, true to the dimensions indicated, unless otherwise approved, straight and smooth on the inside with neatly finished airtight joints. The ducts shall be securely anchored to the building in an approved manner and shall be so installed as to be completely free from vibration under all conditions of operation. The ducts shall be properly braced and reinforced with steel angles or other structural members made In the direction of the flow. The angles and sheet metal used shall be galvanized iron except as hereinafter specified. Connections to diffusers and registers shall be absolutely airtight. B. Ducts and fittings shall be fabricated, reinforced and installed in accordance with the latest issue of SMACNA "HVAC Duct Construction Standards". C. Ducts up to 30 inches shall have locked seams, and ducts 31 inches and wider and shall have standing seams with separate cleat mitering at the corner. Additional bracing where necessary shall be used and may be ordered by the Engineer wherever in his opinion such additional bracing is required. All panels over 12" wide or deep shall be cross -broken for strength. D. Fresh air, exhaust air or relief air ducts entering or leaving the building and passing over finished ceilings shall be soldered absolutely watertight for a developed horizontal distance of 15' from the wall or roof opening unless a special water -collecting connection is detailed at the wall or roof opening. E. Ductwork shall be run as high as possible in rooms to maintain proper headroom. Whenever possible, ducts shall be run close to beams or floor slabs above and where two or more ducts cross each other, they must be arranged in such a manner as to maintain the greatest possible clearance underneath. This Contractor shall not cover any electrical outlets. This Contractor shall consult with the other trades to avoid interference with piping runs, etc. This Contractor shall inform the Architect/Engineer before proceeding with concealed ductwork that will require a ceiling be lowered or shaft to be Increased in size, etc. Should it be found impractical to install duct of the exact size given, a duct of different shape, but having the same resistance shall be installed. F_ Elbows shall be made with an inside radius the same dimensions as the width of the duct where space permits unless otherwise shown on the Drawings. If the space requirements are not large enough for this type of elbow, the Contractor may reduce the inside radius to 112 the width of the duct. No elbows will be permitted which are constructed with an inside radius less than 112 the width of the duct. In this case, the Contractor shall furnish and install double walled turning vanes with an air foil section. Typical details of the vanes shall be submitted to the ArchitectlEngineer for approval unless the vanes are a standard manufactured product. G. Tee connections shall be made with a radius tap -in unless noted on the drawings to be otherwise. The branch ducts shall be increased in size by 112 at all square tap -ins and generally reduced to the branch size. New Hope Arena — Interior Improvement Project Nelson-Rudie and Assoclates, Inc. Project No.12-01400 233000-6 WAC Air Distribution SECTION 23 30 00 HVAC AIR DISTRIBUTION H. Ductwork Dimensions: Duct dimensions indicated are inside dimensions for the net free area. If ducts are lined, the duct dimensions are dimensions for the net free area inside the lining and the outer or overall dimensions of the actual ducts shall be increased accordingly to accommodate the duct lining specified. Refer to Section 15250 for information on duct lining. I. Sides including bottom and top of ducts and plenums shall be constructed of sheet metal and no portion of the building construction, such as walls or slabs, shall be used as part of any duct of plenum, unless called for on the Drawings or otherwise specified. J. Flashing: Wherever ducts or pipes penetrate the roof, outerwalls or water proofing of any kind, base flashing and necessary counterflashing shall be furnished and installed by Division 15. K. Transverse and longitudinal joints shall be sealed with a silicone sealant. 3.02. FLEXIBLE AIR DUCT A. The flexible duct shall be capable of maintaining the shape required by job conditions without subsequent sagging or droop. Ducts shall be supported with 2" wide straps. 3 feet on center or by wire from grommets, factory installed for the purpose. Duct shall be installed in the shortest direct distance (8 ft. maximum) between components with a maximum of only one 90 degree turn in a runout. Duct connections to collars shall be made airtight and fastened in accordance with the duct manufacturer's recommendations, using a nylon or metal draw band. Two wraps of an approved duct tape over the vapor barrier to complete the airtight seal shall be required. 3.03. HANGERS, SUPPORTS AND ANCHORS A. Ductwork shall be supported with hangers in accordance with the latest issue of SMACNA "HVAC Duct Construction Standards". B. Hangers shall be attached to structural members. Ductwork or equipment shall not be supported from steel roof deck. Furnish and install additional steel supports required for hanging duct, fans, units, etc. C. Vertical ducts shall be supported by structural member at each floor. D. Fastenings and hardware for galvanized ductwork and sheet metal work shall be cadmium plated and screws, bolts, fastenings, etc., shall not penetrate into duct. E. Hangers shall be galvanized strap hangers, bolted to the angle stiffeners or secured to the sides of the duct, adequately supported from the building structure with bolts, anchors, inserts and/or clamps, as the condition requires. F. Stays on vertical lines of ducts shall consist of galvanized steel straps anchored to the building structure at such points as are necessary for properly supporting them and maintaining alignment. G. Ductwork shall be adequately side -braced to prevent swaying. 3.04. DAMPERS, SPLITTERS AND DEFLECTORS A. Manual volume dampers shall be installed in each branch low pressure supply, return and exhaust duct. Splitters or extractors may be used in lieu of manual volume dampers for small branches, where so indicated. B. Dampers shall be stiffened where necessary to prevent noise. Dampers causing noise shall be replaced with new one or additional stiffeners added so as to eliminate the noise. New Hope Arena - Interior Improvement Project 0 Nelson-Rudis and Associates, Inc. Project No.12-014-00 233000-7 HVAC Air Distribution SECTION 23 30 00 HVAC AIR DISTRIBUTION 3.05. FIRE DAMPERS A. Install in wall opening utilizing steel sleeves and angles to provide an installation equivalent to that utilized by the manufacturer when dampers were tested at U[.. B. Installation shall be in accordance with the damper manufacturer's instructions and state and local codes. C. Wall openings shall be 114" to 112" larger than the overall size of the fire damper and sleeve assembly. D. Sleeve gage shall be at least equal to the gage of the duct defined by the latest appropriate SMACNA Duct Construction Standard, as described in the latest edition of NFPA 90A, when one or more of the following duct sleeve connections are used: Plain S Slip, Reinforced Standing S Slip, Inside Slip Joint, Double S Slip. E. If other Duct Sleeve Connections are used, the sleeve shall be a minimum of 16 gage for dampers up to 36" x 24" and 14 gage if width exceeds 36" or height exceeds 24". 3.06. ACCESS PANELS A. Coordinate the location of duct access panels and equipment access doors with other trades in order that the wall or ceiling access door may correspond with the service location for valve, damper and unit. 3.07. DUCT SLEEVES A. This Contractor shall be responsible for coordinating the location and size with other trades of openings for ductwork that pass through walls, floors, or partitions. 3.08. EXPOSED ROUND DUCTWORK A. Spirally wound ductwork shall be joined together to be made airtight per manufacturer's recommendations. B. Spirally wound seams shall be aligned at transverse joints to create an appearance of a continuous spiral seam for entire length of run. C. Seams shall be sealed with a silicone sealant. END OF SECTION 70315 J:12012112014115-8PECIFICATIQNS102-MECHANICAL123 30 00 HVAC AIR DISTRIBUTION 12-014.130C 3120112 New Hope Arena — Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-014-00 233000-8 HVAG Air Distribution SECTION 23 34 23 HVAC POWER VENTILATORS PART 1 - GENERAL 1.01. SUMMARY A. This Section includes labor, materials, equipment, skills and related services necessary to furnish and install the power ventilators indicated in the Contract Documents. 1.02. REFERENCES A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the Specifications apply to the work in this Section. 1.03. SUBMITTALS A. Submit shop drawings and descriptive data in accordance with Section 20 10 00 for the following. 1. Power roof ventilators. 1.04. QUALITY ASSURANCE A. Units to be AMCA Certified Rating Seal and to be tested and rated for sound in AMCA Sones in accordance with AMCA Standard Test Code. Sone ratings to be submitted. B. Units to be Underwriter's Laboratories approved. PART 2 - PRODUCTS 2.01. MANUFACTURERS A. Acceptable Manufacturers: Greenheck, Loren Cook, Penn. B. Additional Acceptable Manufacturers: Acme, Ammerman, Carnes, Coolair, ILG, Jenn, Peerless, Trane, Breidert, Jenn Fan. 2.02. ELECTRICAL A. Motor starters for power ventilators are to be provided under Division 28. B. Unit disconnects for power ventilators are to be provided under this Section. 2.03. POWER ROOF VENTILATORS A. Power roof exhauster to have aluminum airfoil centrifugal backward curved wheels mounted in aluminum housings. Weatherproof electrical disconnect switch to be mounted within housing. Fans to be provided with 112" woven mesh aluminum or plastic coated steel bird screens and motorized damper. B. Belt driven units are to have motors isolated from air stream, mounted on vibration isolators and provided with belt tension adjustment capability. C. Direct drive fans are to have motors totally enclosed or isolated from the air stream. New Hope Arena - Interior Improvement Project © Nelson-Rudie and Associates, Inc. Project No.12-014-00 233423-1 HVAC Power Ventilators SECTION 23 34 23 HVAC POWER VENTILATORS D. Furnish prefabricated, pre -insulated roof curbs for each power roof ventilator. PART 3 - EXECUTION 3.01. POWER VENTILATORS A. Install power roof ventilators on pre -fabricated curbs furnished with units. Roof curb installation is under Division 7. B. Damper wiring and control is to be provided by the Division 23 Contractor in accordance with the requirements of the Division 26 Specifications. END OF SECTION 70316 JA2012112014115-SPECIFICATIONS102-MECHANICAL123 34 23 HVAC POWER VENT]LATORS 12-014.DOC 3120/12 New Hope Arena — Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-014-00 233423-2 HVAC Power Ventilators SECTION 23 3713 DIFFUSERS, REGISTERS AND GRILLES PART 1 -GENERAL 1.01. SUMMARY A. This Section includes labor, materials, equipment, skills and related services necessary to furnish and install the air terminal units as indicated in the Contract Documents. 1.02. REFERENCES A. The General Provisions of the Contract, including Conditions of the Contract and Division 1 of the Specifications apply to the work in this Section. B. Section 23 30 00 is hereby made a part of the Section. 1.03. SUBMITTALS A. Submit shop drawings and descriptive data in accordance with Section 20 10 00 for the following. 1. Grilles, Registers and Diffusers. PART 2 - PRODUCTS 2.01. GRILLES, REGISTERS AND DIFFUSERS A. f=urnish and install grilles, registers and diffusers as manufactured by Anemostat as scheduled. Acceptable substitutes as manufactured by Titus, Krueger or Metal -Aire. Other acceptable manufacturers are Tuttle & Bailey, Reliable, or Carnes, Price. B. Supply registers shall have individually adjustable vertical or horizontal double deflection bars with a key operated opposed blade volume control damper. C. At points indicated on the Drawings furnish and install individually adjustable deflecting vanes that will control air volume and deflect supply air for even distribution through branch duct, a supply grille, register or diffuser. D. Grilles, registers and diffusers located in acoustical tile ceilings shall have a baked -on white enamel finish. E. Grilles, registers and diffusers located on exposed ductwork or on walls shall be finished with a prime coat finish. Natural aluminum registers mounted on exposed ductwork may be left with a natural finish. F. Rectangular to round adaptors shall be provided where required. G. Provide a manufactured metal plaster frame for grilles or registers installed in plastered walls. New Hope Arena - Interior Improvement Project © Nelson-Rudie and Associates, Inc. Project No.12-014-00 233713-1 Diffusers, Registers and Grilles SECTION 23 37 13 DIFFUSERS, REGISTERS AND GRILLES PART 3 - EXECUTION 3.01. GRILLES, REGISTERS AND DIFFUSERS A. Grilles, registers, and diffusers shall be fitted with gaskets, drawn tight to the surface and securely fastened to eliminate gaps and dirt streaking. Ducts behind grilles, registers, and diffusers shall be rigidly fastened and extra screws shall be added ii necessary to draw the grilles, registers and diffusers tight to the surface. END OF SECTION 70315 J:12012112014115-SPECIFICATIONS102-MECHANfCAL%23 37 13 DIFFUSERS REGISTERS AND GRILLES 12-014.130C 3120142 New hope Arena — Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-01400 233713-2 Diffusers, Registers and Grilles 0a DIVISION 26 ELECTRICAL SPECIFICATIONS PART 1 - GENERAL 1.01 GENERAL PROVISIONS A. The General Provisions of the contract, including General and Supplementary Conditions and Division 1 General Requirements apply to the work in this section. 1.02 WORK SPECIFIED A. Work specified includes the following: 1. Modifications to the existing Electrical Distribution System. 2. Modifications to existing and new Branch Circuits. 3. Wiring Devices and Coverplates 4. Light Fixtures 5. Telephone Outlets, Conduits, and Equipment Mounting Boards B. Modifications to the existing Fire Alarm System 7. Rough -in for other systems 8. Final Connections to Equipment 1.03 PERMITS, INSPECTIONS, AND LICENSES A. Secured and paid for by the Contractor before actual work is started. 1.04 CODES AND STANDARDS A. All materials used and work performed shall comply with the following where applicable: 1. NEC National Electrical Code 2. ANSI American National Standards Institute 3. ASTM American Society for Testing Materials 4. EEI Edison Electric Institute 5. IEEE Institute of Electrical and Electronics Engineers B. IES Illuminating Engineering Society 7. IPCEA Insulated Engineering Society 8. NEMA National Electrical Manufacturers Association 9. NFPA National Fire Protection Association 10. UL Underwriters' Laboratories, Inc. B. All materials and work shall comply with applicable state and local codes or ordinances. C. Where the specifications call for construction in excess of minimum code requirements, this document shall take precedence over the particular code requirements. 1.05 EQUIPMENT MANUALS A. Provide two (three-ring vinyl binder) bound sets of equipment manuals to the Architect for his approval as to content, clarity, and neatness. New Hope Arena — Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No. 12-014-00 26000-1 Electrical 5peckations DIVISION 26 ELECTRICAL SPECIFICATIONS B. Manuals shall have index tabs and a table of contents. Provide mylar sheet protectors as required. Sheets larger than 8-112" x 11" shall be neatly folded to approximately 8" x 10" size and inserted into clear, 8-112" x 11", 3 hole punch envelope jackets. C. Provide the following information for all electrical equipment furnished and installed under this contract: (1) installation, (2) test, (3) operation, (4) maintenance, (5) repair, (6) spare parts identification list, (7) local service organizations mailing address, manager's name, and telephone number. 1.06 EQUIPMENT SUBSTITUTION A. The project is based on equipment specified. If a substitute for any material is accepted, the Contractor shall be responsible for any changes in wiring, in space requirements and related equipment without additional cost to the Owner. All substituted equipment must perform the functions of the equipment specified in a manner satisfactory to the Engineer. 1.07 SHOP DRAWINGS A. Submit shop drawings consisting of catalog cuts for all equipment used on this project. Submittal shall clearly indicate exactly what is being provided. PART 2 - PRODUCTS 2.01 RACEWAYS A. Steel conduit (rigid, IMC, and EMT) shall be galvanized, inside and outside. B. Flexible conduit shall be flexible metal conduit of spirally wound galvanized steel for dry locations, and shall be liquid tight spirally wound galvanized steel with an oil and sunlight resistant plastic jacket for wet locations. C. Schedule 40 plastic (PVC), concrete encased for underground work. 2.02 BOXES AND FITTINGS A. Boxes for dry interior work shall be code gauge galvanized stamped sheetmetal and shall be sized to meet code requirements. B. Boxes for outdoor and damp areas shall be galvanized cast ferrous alloy with gaskets and threaded hubs. C. Fittings for rigid steel conduit shall be cast ferrous alloy with threaded hubs. D. Couplings on conduit embedded in concrete shall be of a watertight type. 2.03 WIRE AND CABLE A. Conductors with type THW, THWN, XHHW, or THHN 600 volt insulation shall be used unless otherwise specified. Circuits installed outside or underground shall be of a type suitable for the services. B. All conductors shall be copper. C. All grounding conductors shall be copper. New Hope Arena -- Interior Improvement Project © Nelson-Rudie and Associates, Inc. Project No.12-014-00 26000-2 Electrical Specifications DIVISION 26 ELECTRICAL SPECIFICATIONS 2.04 WIRING DEVICES AND COVERPLATES A. Switches shall meet the latest applicable federal specification W-8-896 and rated 20 amperes, 120-277 volts. Switches shall be Hubbell series 1220, Leviton series 1220, or approved equal by Arrow -Hart, Bryant, General Electric, or Pass and Seymour. B. Receptacles shall meet the latest applicable Federal Specification W -C-596 and rated 20 amperes at 125 volts. Receptacles shall be Hubbell 5242, Leviton 1215, or approved equal by Arrow -Hart, Bryant, General Electric, or Pass and Seymour. C receptacles #cLeviton put Hubbell or Arrow -Hart. Wheerdatd to bewatherproof wih WP, provide aLevi#6196 V weatherproof coverplate. D. Coverplates shall be .032" minimum thick, stainless steel wall plates with a brushed finish. Beveled edge type plates are not acceptable. E. Provide special purpose receptacles as required. Provide with matching coverplates. F. Receptacles and switches shall be of a color selected by the Architect. G. Submit shop drawings. 2.06 PANELBOARDS AND CABINETS A. Modify existing power and lighting. panelboards and cabinets indicated on the drawings and further specified herein. All circuit breakers shall be UL listed and compatible with the existing panelboards. B. Provide circuit breakers as indicated on Drawings. Breakers shall be molded case, non- adjustable, thermal -magnetic, quick -make, quick -break, bolt -on type. Provide multi -pole breakers where required. Handle ties are not acceptable. C. Provide a minimum of 20 circuits breaker handle "lock -ons" for each type of paneiboard. 2.06 MOTOR STARTERS A. Manual single phase motor starters shall be Square D Class 2510, with overload protection, and with stainless steel coverplate, or approved equal by General Electric, Cutler Hammer, Siemens, or Allen-Bradley. B. Magnetic polyphase motor starters shall be Square D Class 8536 with red "running" pilot light and hand -off --automatic selector switch unless indicated otherwise, or approved equal by General Electric, Cutler Hammer, Siemens, or Allen-Bradley. C. Submit shop drawings. 2.07 DISCONNECT SWITCHES A. Safety switches shall be of the heavy duty type with quick make, quick break switch mechanism or shall be molded case switch type; horsepower rated and 250 V.A.C. or 600 V.A.C. rating as required. B. Where indicated as fused switches shall have rejection type fuse switches. shall be N EMA C. Where switches are exposed to rain less noted otherwise on the iand/or switch enclosures shall be NEMA Type 3Rpe I New Hope Arena — Interior Improvement Project Electrical Specifications ® Nelson-Rudle and Associates, Inc. Project No.12-014-00 26000,3 DIVISION 26 ELECTRICAL SPECIFICATIONS D. Safety switches shall be of one make and manufactured by Square D, General Electric, Cutler Hammer, Siemens. E. Submit shop drawings. 2.08 FUSES A. Provide the type fuses as noted by Bussman Fuse nomenclature on the drawings. Fuses shall be cartridge type Class R, unless not available as a Class R fuse. B. All fuses are to be supplied by the same manufacturer and delivered to the job site in their original boxes. C. Fuses shall be manufactured by Bussman or Chase Shawmut. D. Provide a fuse cabinet with hinged door. Provide one set (total of three) spare fuses of each size and type used in the building. 2.09 LIGHT FIXTURES A. Lamps shall be General Electric, Philips, or Osram. Incandescent lamps shall be rated 130 volts and shall be inside frosted unless otherwise noted. B. Ballasts for fluorescent lights shall be high frequency electronic program start type, C.B.M. certified by E.T.L. C. All acrylic prismatic lenses shall be a minimum of 0.125 inches thick. D. Submit shop drawings consisting of catalog cuts, including lamps and ballasts. E. Light fixtures shall be of the types indicated on the Drawings. F. Submit Shop Drawings consisting of catalog cuts for fixtures, lamps, and ballasts. PART 3 - EXECUTION 3.01 EXCAVATING AND BACKFILLING A. Perform all trenching, backfill, compaction, repaving and resodding where necessary. 3.02 CUTTING AND PATCHING A. All cutting and patching necessary to install any work shall be carefully done under the direction of the Architect. Damage caused through neglect of this clause shall be made good by this Contractor. 3.03 FIRE RATED BARRIERS A. The Contractor is responsible for maintaining the integrity of all fire rated barriers (walls, floors, etc.) penetrated by conduit, boxes, etc., installed under Division 26 to the satisfaction of the Architect. B. The following procedures shall be used as dictated by project conditions: 1. Conduit penetration of floor slabs or concrete walls (poured or block) - Sleeve or core drill floor or wall, install conduit and seal penetration with sealing system capable of passing a New Hope Arena — Interior Improvement Project 0 Nelson-Rudie and Associates, Inc. Project No.12-014-00 260004 Electrical Specifications DIVISION 26 ELECTRICAL SPECIFICATIONS three hour test per ASTM E814 (UL 1479). System shall be 3M brand fire barrier system 7904 or equal. 2. Conduit penetration of sheet rock walls - Cut opening in wall, install conduit and plaster opening closed. 3. Wireway penetration of walls - Same materials as for conduit penetration of concrete walls and floors. 3.04 ROUGH -IN A. The Contractor shall confirm exact rough -in location and dimensions for connection to electrical items furnished by others. Shop drawings shall be secured from those furnishing equipment. B. Verify exact location and/or mounting height of device openings on (1) perimeter walls where baseboard heating is to be installed, (2) above or adjacent to casework, (3) above backsplash, (4) electric water cooler locations, (5) tile wainscot, and (6) similar locations. 3.05 RACEWAY A. Rigid steel conduit or IMC shall be used for all exterior conduit above ground, in wet locations, in concrete slabs, or underground. B. Standard plastic conduit with code gauge ground wire may be used for all conduit burled in concrete slabs or underground and encased in concrete. C. Electrical metallic tubing shall be used in dry interior locations. D. Flexible metallic electrical conduit may be used in accordance with the National Electrical Code. E. All raceway shall be securely fastened in position with rust -proofed steel straps, clamps, hangers, and trapeze as applicable. Raceway supports shall be of the type designed for electric raceway. Perforated iron strap and/or iron wire is not approved and shall not be used anywhere on the project. F. Exposed conduit and raceway shall be run straight and true with the building lines. G. Watertight fittings shall be used where conduit is to be embedded in concrete and in damp locations. H. Metallic conduit installed below grade shall be coated with bitumastic paint. I. Minimum size conduit shall be 1/2" with a maximum fill of 25%. J. Seal all conduit penetrations of smoke or fire rated walls or floors with intumescent type fire barriers, 3M or equal. K. Seal all conduits where they pass through exterior walls and where they enter exterior fixtures. L. Seal all conduits where temperature differential between adjacent spaces is greater than 30 degrees Fahrenheit. 3.06 BOXES AND FITTINGS A. Boxes and fittings shall be securely fastened in place in alignment with building elements. New Hope Arena — Interior Improvement Project © Nelson-Rudie and Associates, Inc. Project No.12-414-00 26000-5 Electrical Specifications DIVISION 26 ELECTRICAL SPECIFICATIONS B. Boxes in ceilings shall be supported with channel or bar hangers securely fastened to the ceiling framework. 3.07 WIRE AND CABLE A. Spliced joint for #10 wire and smaller shall be made by use of U. L. approved pressure connectors, 3M "Scotchlock, Ideal "Wing Nut", or approved equal. All taps and terminations for wire #8 and larger shall be made with solderless connectors and solderless lugs. Any splice requiring tape shall be wrapped with a minimum of two half -lapped layers of 3M "Scotch" electrical tape #33 or #88. B. Wires shall not be drawn into conduit until the conduit system is complete and has been thoroughly swabbed out. Wires shall be drawn into conduit in such a manner as to avoid injury to insulation or conductor, 3.08 WIRING DEVICES A. Switches and receptacles shall be installed straight and true with the building lines. Receptacles shall be mounted 18 inches to center above the floor in finished areas unless indicated otherwise. Switches shall be mounted 48 inches to center above the floor unless indicated otherwise. Receptacles in unfinished areas shall be mounted 48 inches to center above the floor unless indicated otherwise. B. Engrave coverplates where indicated. Engraving shall be by a craftsman skilled in the trade. Characters shall be a minimum of 114" high and filled in with black enamel paint. 3.09 DISCONNECT SWITCHES A. Locate as required and label. B. Install one (1) set of fuses in the switches and store the other set in the fuse cabinet wall mounted in the electrical room. 3.10 MOTOR CONNECTIONS A. Motors will be furnished with the motor driven equipment under other divisions of the Specifications. B. The Contractor shall complete wiring for power and control of motors shall test motors for shorts and grounds before energizing and shall assist in placing the motor driven equipment in operation. The Contractor shall check for correct rotation of each motor, shall check nameplate ratings of each motor, shall check nameplate ratings to make sure that the motor is compatible with the supply voltage and phase characteristics, and shall make a record of all tests made and keep the record on file at the construction site. The Contractor is responsible for all control wiring indicated in the electrical design criteria. All other control wiring is by others. 3.11 MOTOR STARTERS A. Starters or combination starters shall be installed as required. Overload heaters shall be sized to the measured load current. Each starter shall be identified by a nameplate (label) to indicate the equipment controlled. New Hope Arena — Interior Improvement Project Electrical Specifications ® Nelson-Rudie and Associates, Inc. Project No.12-014-00 26000-6 DIVISION 26 ELECTRICAL SPECIFICATIONS 3.12 PANELBOARDS AND CABINETS A. Provide each circuit in the panel(s) with a circuit number securely fastened to the breaker for identification purposes. B. Provide an updated, typed circuit directory on the interior of each panel door. 3.13 LIGHT FIXTURES A. Fixtures shall be firmly supported from structural members of the building such as joists, beams, purlins, walls, or ceiling, etc. Metal deck is not a structural member. B. Fixtures less than 50 lbs. can be suspended from the exposed wood deck. C. Fluorescent fixtures shall be supported independently of the suspended ceiling grid. D. Coordinate fixture hanging with other crafts to avoid interferences and to provide symmetry with ceiling tile and structural members. E. All incandescent lamps shall be replaced with new lamps for final inspection. F. Provide stainless steel hangers and supports in the ice equipment room. 3.14 COMMUNICATION SYSTEMS A. Telephone System 1. Provide white interior Cat 5 station cable from each outlet to the Owners headend telephone equipment. Provide conduit sleeves through walls and floors as required by cabling. 2. Outlets shall consist of a two -gang box with single -gang mudring. Conduit feed shall be Y4"- conduit to the above ceiling cavity or overhead structural space. 3. Provide Cat 5 device and labeled coverplate for each outlet. 4. Cable and outlet devices shall be constructed and installed to Cat 5 standards. B. Data System 1. Provide blue interior Cat 6 station cable from each outlet to the Owners headend data system equipment. Provide conduit sleeves through wails and boors as required by cabling. 2. Outlets shall consist of a two -gang box with single -gang mudring. Conduit feed shall be 3/4" conduit to the above ceiling cavity or overhead structural space. 3. Provide Cat 6 device and labeled coverplate for each outlet. 4. Cable and outlet devices shall be constructed and installed to Cat 6 standards. C. Fire Alarm System 1. Prior to starting alterations to the existing system perform a complete system test and document the results. Report any deficiencies to the Owner in writing. 2. Relocate existing devices as indicated on the Drawings. Provide wiring, boxes, conduit, connections and testing as required. 3. Remove existing devices as indicated on the Drawings. Maintain service to downstream devices. Reroute and reconnect existing circuits as required by remodeling. New Hope Arena — Interior Improvement Project 0 Nelson-Rudle and Associates, Inc. Project No.12-01400 26000-7 Electrical Specifications DIVISION 26 ELECTRICAL SPECIFICATIONS 4. Provide new smoke detectors as indicated on the Drawings. Devices shall have an auxiliary relay and shall be UL listed as compatible with the existing system. Make connection from the new detectors to the release mechanisms for the new coiling fire doors. 5. Upon completion of work perform a second complete system test. Document the results and report findings to Owner. All work performed under this contract shall test as fully operational. D. Security System 1. Relocate existing security devices as indicated on the Drawings. Provide wiring, conduit, connections and testing as required. 3.15 IDENTIFICATION LABELS A. Black -white -black, laminated 118" thick plastic plates attached with self -tapping screws of suitable adhesive, characters shall be 112" high (cut through the black to show the white of the plate) and centered symmetrically on the plates. B. Provide labels as specified herein. Labels shall describe item(s) controlled. C. Labels shall be similar and equal to Seton Nameplate Corporation, New Haven, Connecticut, or Trophy House, Minneapolis, Minnesota. 3.16 CLEAN-UP A. When the electrical work is complete, the Contractor shall thoroughly clean all panels, fixtures, switches, plates, receptacles, equipment, etc., installed as part of the contract. The Contractor shall clean up and remove from the job site all dirt and debris due to his operations. All construction tools and equipment shall be removed from the job site. END OF ELECTRICAL SPECIFICATIONS Div 26 Electrical-12d14.doc New Hope Arena — Interior improvement Project ® Nelson-Rudle and Associates, Inc. ProjectNo-12-014-00 26000-8 Electrical Specifications SECTION 312316 EXCAVATION PART1 GENERAL 1.01 SECTION INCLUDES A. Excavating for footings, slabs -on -grade, and paving. 1.02 RELATED REQUIREMENTS A. Section 015713 - Temporary Erosion and Sedimentation Control: Slope protection and erosion control. B. Section 017000 - Execution and Closeout Requirements: General requirements for dewatering of excavations and water control. C. Section 024100 - Demolition: Shoring and underpinning. D. Section 312200 - Grading: Grading. E. Section 312323 - Fill: f=ill materials, filling, and compacting. 1.03 PROJECT CONDITIONS A. Verify that survey benchmark and intended elevations for the Work areas indicated. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench mark and intended elevations for the worts are as indicated. 3.02 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Locate, identify, and protect utilities that remain and protect from damage. C. Notify utility company to remove and relocate utilities. D. Protect benchmarks, survey control points, existing structures, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. E. Protect plants, lawns, and other features to remain. 3.03 EXCAVATING A. Excavate to accommodate new structures and construction operations. B. Notify Architect of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. C. Slope banks of excavations deeper than 4 feet to angle of repose or less until shored. D. Do not interfere with 45 degree bearing splay of foundations. E. Cut utility trenches wide enough to allow inspection of installed utilities. F. Hand trim excavations. Remove loose matter. G. Correct areas that are over -excavated and load-bearing surfaces that are disturbed; see Section 312323. H. Grade top perimeter of excavation to prevent surface water from draining into excavation. 1. Remove excavated material that is unsuitable for re -use from site. J. Stockpile excavated material to be re -used in area designated on site. K. Remove excess excavated material from site. 3.04 FIELD QUALITY CONTROL A. See Section 014000 -Quality Requirements, for general requirements for field inspection and testing. New Hope Arena - Interior Improvement Project 312318-1 EXCAVATION 292 Project Number 12002.00 B. Provide for visual inspection of load-bearing excavated surfaces before placement of foundations. 3.05 PROTECTION A. Prevent displacement of banks and keep loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. END OF SECTION New Hope Arena - Interior Improvement Prolect 312316-2 EXCAVATION 292 Project Number 42002.00 SECTION 312323 FILL PART1 GENERAL 1.01 SECTION INCLUDES A. Filling, backfilling, and compacting for building volume below grade, footings, slabs -on -grade, and paving. B. Backfilling and compacting for utilities outside the building to utility main connections. C. Filling holes, pits, and excavations generated as a result of removal (demolition) operations. 1.02 RELATED REQUIREMENTS A. Section 015713 - Temporary Erosion and Sedimentation Control: Slope protection and erosion control. B. Section 033000 - Cast -in -Place Concrete. C. Section 312200 - Grading: Removal and handling of soil to be re -used. D. Section 312200 - Grading: Site grading. E. Section 312316 - Excavation: Removal and handling of soil to be re -used. F. Section 321423 - Asphalt Unit Paving: Leveling bed placement under pavers. G. Section 334600 - Subdrainage: Filter aggregate and filter fabric for foundation drainage systems. 1.03 DEFINITIONS A. Finish Grade Elevations: Indicated on drawings. B. Subgrade Elevations: 4 inches below finish grade elevations indicated on drawings, unless otherwise indicated. 1.04 REFERENCE STANDARDS A. AASHTO T 180 - Standard Specification for Moisture -Density Relations of Soils Using a 4.54 kg (10 -Ib) Rammer and a 457 mm (18 in.) Drop; American Association of State Highway and Transportation Officials; 2010 B. ASTM C136 - Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates; 2006. C. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)); 2007. D. ASTM D1556 - Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method; 2007. E. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-IbfMt3 (2,700 kN m/m3)); 2009. F. ASTM D2167 - Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method; 2008. G. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System); 2010. H. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth); 2005. 1. ASTM D6938 - Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth); 2010. 1.05 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Fill Composition Test Reports: Results of laboratory tests on proposed and actual materials used. New Hope Arena - Interior Improvement Project 312323-1 FILL 292 Project Number 12002.00 C. Compaction Density Test Reports. 1.06 DELIVERY, STORAGE, AND HANDLING A. When necessary, store materials on site in advance of need. PART 2 PRODUCTS 2.01 FILL MATERIALS A. General Fill: Conforming to State of MN Highway Department standard. B. Structural Fill: Conforming to State of MN Highway Department standard. C. Granular Fill: Coarse aggregate, conforming to State of MN Highway Department standard. D. Topsoil: Conforming to State of MN Highway Department standard. 2.02 ACCESSORIES A. Geotextile Fabric: Non -biodegradable, woven, MN Highway Department standard B. Vapor Retarder: 10 mil thick, polyethylene. 2.03 SOURCE QUALITY CONTROL A. See Section 014000 - Quality Requirements, for general requirements for testing and analysis of soil material. B. Where fill materials are specified by reference to a specific standard, test and analyze samples for compliance before delivery to site. C. If tests indicate materials do not meet specified requirements, change material and retest. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey benchmarks and intended elevations for the Work areas indicated. B. Identify required lines, levels, contours, and datum locations. C. Verify subdrainage, dampproofing, or waterproofing installation has been inspected. D. Verify structural ability of unsupported walls to support imposed loads by the fill. 3.02 PREPARATION A. Scarify subgrade surface to a depth of 6 inches to identify soft spots. B. Cut out soft areas of subgrade not capable of compaction in place. Backfill with general fill. C. Compact subgrade to density equal to or greater than requirements for subsequent fill material. D. Until ready to fill, maintain excavations and prevent loose soil from falling into excavation. 3.03 FILLING A. Fill to contours and elevations indicated using unfrozen materials. B. Fill up to subgrade elevations unless otherwise indicated. C. Employ a placement method that does not disturb or damage other work. D. Systematically fill to allow maximum time for natural settlement. Do not fill over porous, wet, frozen or spongy subgrade surfaces. E. Maintain optimum moisture content of fill materials to attain required compaction density. F. Granular Fill: Place and compact materials in equal continuous layers not exceeding 6 inches compacted depth. G. Soil Fill: Place and compact material in equal continuous layers not exceeding 8 inches compacted depth. H. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. Make gradual grade changes. Blend slope into level areas. I. Correct areas that are over -excavated. New Hope Arena - Interior improvement Project 312323-2 FILL 292 Project Number 12002.00 1. Load-bearing foundation surfaces: Use structural fill, flush to required elevation, compacted to 100 percent of maximum dry density. 2. Other areas: Use general fill, flush to required elevation, compacted to minimum 97 percent of maximum dry density. J. Compaction Density Unless OtherMse Specified or Indicated: 1. Under paving, slabs -on -glade, and similar construction: 97 percent of maximum dry density. K. Reshape and re -compact fills subjected to vehicular traffic. 3.04 FILL AT SPECIFIC LOCATIONS A. Use general fill unless otherwise specified or indicated. B. Pervious Structural Fill at foundation: 1. Use granular fill. 2. Fill up to subgrade elevations. 3. Maximum depth per lift: 6 inches, compacted. 4. Compact to minimum 95 percent of maximum dry density. C. Under Interior Slabs -On -Grade: 1. Use granular fill. 2. Depth: 4 inches deep. 3. Compact to 95 percent of maximum dry density. D. At Foundation Walls and Footings: 1. Use Pervious Structural Fill. 2. Fill up to subgrade elevation. 3. Compact each lift to 95 percent of maximum dry density. 4. Do not backfill against unsupported foundation walls. 5. Backfill simultaneously on each side of unsupported foundation walls until supports are in place. E. Over Subdrainage Piping at Foundation Perimeter and Under Slabs: 1. Drainage fill and geotextile fabric: Section 334500. 2. Cover drainage fill with general fill. 3. Fill up to subgrade elevation. 4. Compact to 95 percent of maximum dry density. F. At Lawn Areas: 1. Use general fill. 2. Fill up to subgrade elevations. 3. Compact to 95 percent of maximum dry density. 4. See Section 312200 for topsoil placement. 3.05 TOLERANCES A. Top Surface of General Filling: Plus or minus 1 inch from required elevations. B. Top Surface of Filling Under Paved Areas: Plus or minus 1 inch from required elevations. 3.06 FIELD QUALITY CONTROL A. See Section 014000 - Quality Requirements, for general requirements for field inspection and testing. B. Compaction density testing will be performed on compacted fill in accordance with ASTM D1656, ASTM D2167, ASTM 03017, or ASTM D6938. C. Evaluate results in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D698 ('standard Proctor"), ASTM D1557 ("modified Proctor"), or AASHTO T 180. D. If tests indicate work does not meet specified requirements, remove work, replace and retest. New Hope Arena - Interior Improvement Project 312323-3 FILL 292 Project Number 12002.00 3.07 CLEANING A. Remove unused stockpiled materials, leave area in a clean and neat condition. Grade stockpile area to prevent standing surface water. END OF SECTION New Hope Arena - Interior Improvement Project 312323-4 FILL 292 Project Number 12002.00 SECTION 312500 EROSION AND SEDIMENT CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Erosion control systems including mats and blankets, sift and sediment fences, and other erosion control devices. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections 1.3 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction" 2005 Edition (Here after referred to as MnDOT Sections). 1.4 SUBMITTALS A. Shall conform to the General Conditions. B. Certification and Sampling: I. Furnish a manufacturer's certification stating that the materials supplied conforms to the requirements of this Section. The certification shall include or have attached typical results of tests for the specified properties, representative of the materials supplied. 1.5 QUALITY ASSURANCE A. Contractor shall indemnify the Owner and Engineer of fines or assessments resulting from the Contractor's failure to comply with the erosion control pian. PART 2 MATERIALS 2.1 SILT FENCE A. Machine Sliced Silt Fence: 1. Geotextile Fabric: Monofilament/Monofilament Geotextile conforming to MnDOT Spec. 3886.2A, Machine Sliced. Minimum 36 inches width. New Hops Arena — interior Improvement Project 0 Steven Engineers Project No.900-12.155 312500-1 EROSION AND SEDIMENT CONTROL 2. Posts: Standard steel T -posts with welded plate weighing not less than 1.33 pound per lineal foot. Minimum length 60 inches. Minimum embedment is 24 inches below ground surface with maximum post spacing of 6 feet. 2.2 EROSION MAT A. Conform to MnDOT Section 3885, Class 2. 2.3 SEDIMENT LOGS AND SILT DIKES A. Curlex Sediment Logs as manufactured by American Excelsoir Company or approved equal. B. Silt Dikes as manufactured by Triangular Silt Dike Co, Inc. or approved equal. 2.4 INLET PROTECTION A. Material shall conform to MnDOT Section 3891.3: Manufacturer: Wimco, LLC. 2.5 TEMPORARY SEED A. Lawn Mix: Conform to MnDOT Seeding Manual Mixture 60A. 2.6 TEMPORARY MULCH A. Conform to MnDOT Section 3882, Type 1. PART 3 EXECUTION 3.1 GENERAL A. Silt fence shall be installed prior to starting construction. All other systems shall be installed as soon as the phases of work are completed to minimize the potential for erosion. B. Install all erosion control systems per manufactured recommendations. C. Silt fence shall be placed around all material stockpiles and other areas of disturbance as necessary to prevent sediment transport. D. The Contractor is responsible for maintaining all systems throughout the duration of the project and warranty period. The Contractor is responsible for removing silt fence and other temporary erosion control systems when other means of permanent erosion control, such as turf and other vegetation, become effective or until this responsibility has been assumed in writing by the Owner. E. Items shall include providing, delivering, assembling, placing, excavating, backfilling, anchoring, preparation of soil, repairing and reseeding damaged areas, providing and applying water, maintenance throughout project duration, Naw Hope Arena — Interlor Improvement Project 0 Steven Engineers Project No.900-12-155 312500.2 EROSION AND SEDIMENT CONTROL removal of systems at the end of the project's warranty period or earlier as approved by the Engineer or Owner and disposal of materials. 3.2 INSTALLATION AND MAINTAINANCE A. Silt Fence: Install silt fence as recommended by the manufacturer and as detailed on the drawings. All silt fences shall be inspected immediately after each rainfall and at least daily during continuous rain events. All problems or deficiencies shall be repaired or corrected immediately. Once the soil deposits have reached approximately 112 the height of the silt fence the soil shall be removed. B. Erosion Mat: Install erosion mat as recommended by the manufacturer and as detailed on the drawings. The pattern of the wire staples shall be as recommended by the manufacturer for type and application of matting. C. Sediment Logs: Install sediment logs as recommended by the manufacturer and where shown on the drawings and on top of fine graded soil or erosion mat. Secure logs to soil with 1" diameter wood stakes every 2 feet on center and 24" in the ground. The stakes shall be installed on the downstream side intertwined with the mesh only. D. Inlet Protection: Install inlet protection as recommended by the manufacturer and as detailed on the drawings. 3.3 MAINTENANCE A. Conform to MnDOT Section 2573.3L, and as follows: 1. Contractor is responsible for inspection, maintenance, and repair of any washouts or accumulations of sediment that occur as a result of the grading or construction. Restoration consists of grade repair, turf re- establishment, and street sweeping of mud and debris tracked from the Project Site. 2. Inspection of all erosion control items will take place immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. 3. Upon final acceptance of the Project and establishment of permanent erosion control measures, the Contractor shall remove all temporary erosion control measures. 4. Temporary mulching and temporary seed inglmulching may need to be re- established several times throughout the duration of the work. B. Sediment Removal: Conform to MnDOT Section 2573.3E and Special Provision 5-25: New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No.900-12-155 312500-3 EROSION AND SEDIMENT CONTROL If an erosion control device has been reduced in capacity by 30 percent or more, the Contractor shall restore such devices to their original condition. END OF SECTION New Hope Arena — Interior Improvement Project 0 Steven Enalneers Project No.900-12-155 312500-4 EROSION AND SEDIMENT CONTROL SECTION 321123 AGGREGATE BASE COURSES PART1 GENERAL 1.1 SECTION INCLUDES A. Aggregate materials used for pavement or slab base course and drainage applications. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections D. Section 312316 - Excavation E. Section 312323 - Fill F. Section 321200 — Flexible Paving 1.3 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction", 2000 Edition (Here after referred to as MnDOT Sections). 1. Section 22.11 --Aggregate Base 2. Section 3138 — Aggregate for Surface and Base Courses. 1.4 SUBMITTALS A. Shall conform to the General Conditions. B. Submit one gradation test per 2000 tons of material placed or fraction thereof. PART 2 PRODUCTS 2.1 BASE AGGREGATE: A. Base Aggregate: Shall be conform to MnDOT Section 3138, Class 5 aggregate No recycled material shall be used. Shall include all materials, coordinating delivery, delivering, hauling, installing, and placing material. New Hope Arena — Interior Improvement Project AGGREGATE BASE COURSES 0 Steven Engineers Project No. 900.12-155 321123-1 PART 3 EXECUTION 3.1 GENERAL A. Prior to placing base aggregates, verify that subgrade have been prepared according to the specifications, have passed the specified roll test and has been checked for line and grade. 3.2 PLACEMENT A. Construct base in accordance with MnDOT Section 2211 except as modified herein. B. Mix aggregate uniformly to maintain proper gradation. C. Spread and compact each layer to the required cross section and density prior to placing the succeeding layer. D. Compact each layer of aggregate base to 100% Standard Proctor Density. The contractor shall add water as necessary to achieve compaction. E. The contractor shall apply water to control dust and to prevent the separation of aggregates throughout the duration of the project or until the pavement has been placed. F. Deposit only the amount of aggregate which is intended to be spread and compacted during the same day. G. Finished base surface shall be within 0.04 feet of plan elevation. END OF SECTION New Hope Arena — Interior Improvement Project ® Steven Engineers Project No. 900-12-155 321923-2 AGGREGATE BASE COURSES SECTION 321200 HOT MIX ASPHALT PAVEMENT PART GENERAL 1.1 SECTION INCLUDES A. Plant mixed asphalt pavement for upper and lower layers, patching and overlays. B. Tack Coat 1.2 RELATED SECTIONS i A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections D. Section 321123 —Aggregate Base Course 1.3 REFERENCES A. Minnesota Department of Transportation, Standard Specifications for Highway Construction, 2000 Edition (herein referred to MnDOT Section). 1. Section 2350 — Plant Mixed Asphalt Pavement I 2, Section 2357 — Bituminous Tack Coat. 3. Section 2535 -- Bituminous Curb 1.4 SUBMITTALS A. Shall conform to the General Conditions. B. Submit asphalt mix design at least fourteen days (14) days prior to paving. C. Mix design shall conform to MnDOT Section 2350.3 — Mixture Design. 1.5 QUALITY ASSURANCE A. The proposed asphalt mix design shall be approved for use on MnDOT projects within the last two years. B. Shall comply with MnDOT Section 2360. PART 2 PRODUCTS New Hope Arena — Interior improvement Project 0 Steven Engineers Project No. 900-12-155 321200-1 HOT MIX ASPHALT PAVEMENT 2.1 HOT MIX ASPHALT A. Shall conform to MnDOT 2360.1 except that recycled asphalt pavement materials (RAP), including recycled concrete, are not allowed in the upper wear course layers. B. Asphaltic Material: Shall conform to MnDOT Section 2360.2.G. C. Aggregate: Shall conform to MnDOT Section 2360.2. D. Mix Design: Shall conform to MnDOT 2360.3 2.2 TACK COAT A. Shall conform to MnDOT Section 3151 for emulsified asphalt, cationic, CSS -1 or CSS -2. PART 3 EXECUTION 3.1 GENERAL A. Conform to MnDOT Section 2350.4 Construction Requirements except as modified herein. B. The contractor shall review the proposed placement for the upper layer or wear course with the Engineer prior to placement. The review shall include at minimum seams, compaction, and hauling routes. C. The Contractor shall provide adequate traffic control at no additional cost to the contract. D. Provide the Engineer with a 48-hour notice prior to all paving operations. E. Where new pavements meet existing pavements, the edges of the existing pavements shall be saw cut or milled straight. 3.2 PLACEMENT A. Prepare aggregate Base course according to Section 321123 — Aggregate Base Courses. C. Prepare Hot -Mix Asphalt Pavement as specified MnDOT 2350.3 — Mixture Design. D. Equipment shall conform to MnDOT Section 2360.5C. E. Deliver and place Hot -Mix Asphalt Pavement as specified in applicable Sections of MnDOT Sections 2360 at thickness shown on the drawings. New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 321200-2 HOT MIX ASPHALT PAVEMENT F. The surface of the pavement shall conform to MnDOT Section 2360.7 except that maximum allowable variation from a 10 foot straightedge shall be 3116 inch. G. The Contractor shall take special measures to prevent damage to edges of concrete curbs and gutters during paving and rolling operations. Damage to such will result in the removal and replacement of such damaged facilities without compensation. H. Prior to the placement of the upper layer or wear course the lower layer or base course shall be cleaned with a power pick up broom. Apply tack coat according to MnDOT Section 2357 except that the rate of application shall be 0.05 gallons per square yard and the tack coat shall be applied to edges of adjacent pavement. 3.3 FIELD QUALITY CONTROL A. Contractor is responsible for all field quality control. B. All field quality control testing personnel, facilities, and requirements shall be in accordance with MnDOT 2360.4. C. Perform compaction testing of bituminous mixtures in accordance with MnDOT 2360.4. END OF SECTION New Hope Arena — Interior improvement Project a Steven Engineers Project No. 900-12-155 321200-3 HOT MIX ASPHALT PAVEMENT SECTION 321314 CONCRETE SIDEWALKS AND APRONS PART GENERAL 1.1 SECTION INCLUDES A. Cast -in-place concrete sidewalks, aprons, pedestrian ramps. B. Reinforcement C. Formwork D. Detectable Warning System for Pedestrian Ramps. 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 Supplementary Conditions C. Division 1 Sections D. Section 312316 — Excavation E. Section 312323 - Fill E. Section 321123 - Aggregate Base Courses 1.3 REFERENCES A. Minnesota Department of Transportation, Standard Specifications for Highway Construction, 2005 Edition (herein referred to MnDOT Section). 1. Section 2301 -- Concrete Pavements 2. Section 2521 —Walks B. ACI 301 - Specifications for Structural Concrete for Buildings C. ACI 305 - Hot Weather Concreting D. ACI 306 - Cold Weather Concreting E. ACI 309 - Recommended Practices for Consolidation of Concrete E. ACI 347 - Recommended Practice for Concrete Formwork New Hope Arena -- Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 3213141 CONCRETE SIDEWALKS AND APRONS 1.4 SUBMITTALS A. Shall conform to the General Conditions. B. Submit concrete mix designs a minimum of fourteen (14) days prior to the placement of the concrete. C. Submit concrete test results as soon as results are known. 1.5 QUALITY ASSURANCE A. The contractor shall hire an independent testing laboratory to test the concrete for air, slump and to cast test cylinders to verify conformance with the mix design. All costs for testing shall be paid by the Contractor. One test required for each parameter per 75 cubic yards of concrete or portion thereof. Three (3) copies of the results shall be submitted to the Engineer. B. All testing shall conform to the following standards: 1. Mix Design: ACI 301 2. Aggregates: ASTM C33 3. Strength Test: ASTM C31 and C39 4. Slump Test: ASTM C143 5. Air Test: ASTM C231 PART 2 MATERIALS 2.1 CONCRETE A. Concrete shall be produced by a Ready Mix Plant approved by the Engineer. Concrete shall conform to the requirement of ASTM C94 - Standard Specifications for Ready Mix Concrete. B. Concrete shall be in accordance with MnDOT Section 2461 except as modified or supplemented herein. 1. Manual Placement, Mix No. 3Y32 2. Slip -form Placement, Mix No. 3Y22 3. Entrained air content 6%+1-1.5% C. Sidewalk at driveways and alleyways shall be 6 inches in thickness; all other sidewalks shall be 4 inches thick. D. Material Requirements 1. Cement: Shall conform to ASTM C150, Type 1. All cement shall be supplied from a single source. 2. Aggregates: Shall conform to ASTM C33 New Hope Arena — Interior improvement Project 0 Steven Engineers Project No. 900.12-155 321314-2 CONCRETE SIDEWALKS AND APRONS 3. Water: 4. Admixtures: a. Air Entrainment: Shall be clean, potable water. Shall conform to ASTM C260 b. Water Reducing Agent: Shall conform to ASTM C494, Type A c. Fly Ash: 2.2 REINFORCEMENT AND FORMWORK Shall conform to ASTM C618 class C or F. A. Formwork shall conform to ACI 347 - Recommended Practice for Concrete Formwork. B. Reinforcement shall be tagged and conform to ASTM A615 Grade 60. Installation shall conform to ACI 315. C. Tire wire: Shall be 16 gauge black annealed wire or heavier. D. Forms shall be clean prior to concrete placement. 2.3 RELATED GENERAL MATERIALS A. Polyethylene Sheeting: Shall conform to ASTM C171. B. Membrane Curing Compound: White pigmented, Type 2, Class B. Shall be approved by MnDOT and specifically included on their approved product list. C. Expansion Joint: Bituminous fiber type conforming to ASTM D1751. D. Joint Sealant: Two part -self leveling, polyurethane sealant. Sololastic SL2 by Sonneborn Building Products or approved equal. 2.4 DETECTABLE WARNING SYSTEM FOR PEDESTRIAN RAMPS A. Furnish and install a detectable warning system on pedestrian ramp as required by the American with Disabilities Act (ADA). The detectable warning system shall be one of the following: 1. Pre -manufactured product as approved by MnDOT. 2. Stamped in concrete as approved by MnDOT. B. The detectable warning system shall consist of raised truncated domes with a diameter of nominal 0.9 inches, a height of nominal 0.2 inches, and a center -to - center spacing of a nominal 2.35 inches and shall contrast visually with adjoining surfaces, either light -on -dark or dark -on -light. The material used to provide contrast shall be an intergral part of the walking surface. New Nope Arena -- Interlor Improvement Project ®Steven Engineers Project No. 900-12-155 321314-3 CONCRETE SIDEWALKS AND APRONS C. Furnish and install intregal coloring for pedestrian ramp as required by American with Disabilities Act (ADA). Surface coatings with not be accepted. PART 3 EXECUTION 3.1 FORMWORK A. Provide all formwork. Modify forms as necessary to provide all required openings. B. Tolerances: 1. Thickness of slabs: +1--114" 2. Specified grade, level +/- 3116" over 10' with a maximum of 112" and plumb over entire length or height. C. Adequately stake and brace forms to hold forms to true line and grade. D. Remove forms as soon as concrete has hardened if not supporting the weight of the concrete but not less than 24 hours after placement. 3.2 REINFORCEMENT A. Reinforcement shall be installed with a minimum of 2" of cover. Adequately support reinforcement with concrete blocks or wire/plastic chairs. Splices shall be installed with minimum lapping distances shown on the plans and bars wired tightly together. B. Tolerances: +/-1/4" 3.3 CONCRETE WORK A. Concrete Placement: shall conform to ACI 309 - Consolidation, ACI 306 - Cold Weather Placement, ACI 307 - Hot Weather Placement. B. Finishing: Apply float finish and uniform textured surface to all interior slabs. Apply broom finish to exterior slabs. Edge or chamfered the edge of all concrete that is adjacent an expansion or construction joint. C. Install expansion and control joints where shown on plans and according to MnDOT Section 2521.3 except as modified or supplemented herein. Control and Contractions joints shall be hand tooled and not saw cut. 2. At minimum expansion joints shall be installed at the following locations: a. Every 100 linear feet of sidewalk b. Where sidewalk or apron meets curb and gutter or other rigid pavement. New Hope Arena — Interior Improvement Project ® Steven Engineers Project No. 900-12-155 321314-4 CONCRETE SIDEWALKS AND APRONS 3. Seal top of expansion joints. D. Curing: Cure concrete with impervious coating, impervious sheeting or continuous wet cure in accordance with MnDOT Section 2531.3 except as modified or supplemented herein. 1. Applied in multiple direction to assure adequate coverage. 3.4 CLEANING A. Remove all debris from the site when work is complete. END OF SECTION New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-955 321394-5 CONCRETE SIDEWALKS AND APRONS SECTION 321600 CURBS AND GUTTERS PART1 GENERAL 1.1 SECTION INCLUDES A. Cast -in-place concrete curbs and gutters B. Asphaltic curbs 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections D. Section 312316 — Excavation E. Section 312323 - Fill E. Section 321123 —Aggregate Base Course 1.3 REFERENCES A. Minnesota Department of Transportation, Standard Specifications for Highway Construction, 2005 Edition (herein referred to MnDOT Section). 1. Section 2531 — Concrete Curbing B. ACI 301 - Specifications for Structural Concrete for Buildings C. ACI 305 - Hot Weather Concreting D. ACI 306 - Cold Weather Concreting E. ACI 309 - Recommended Practices for Consolidation of Concrete F. ACI 347 - Recommended Practice for Concrete Formwork 1.4 SUBMITTALS A. Shall conform to the General Conditions. B. Submit concrete mix designs a minimum of fourteen (14) days prior to the placement of the concrete. New Hope Arena— interior Improvement Project ® Steven Engineers Project No. 900-12-155 321600-1 CURB AND GUTTERS C. Submit concrete test results as soon as results are known. 1.5 QUALITY ASSURANCE A. The contractor shall hire an independent testing laboratory to test the concrete for air, slump and to cast test cylinders to verify conformance with the mix design. All costs for testing shall be paid by the Contractor. One test required for each parameter per 75 cubic yards of concrete or portion thereof. Three (3) copies of the results shall be submitted to the Engineer. B. All testing shall conform to the following standards: 1. Mix Design: ACI 301 2. Aggregates: ASTM C33 3. Strength Test: ASTM C31 and C39 4. Slump Test: ASTM C143 5. Air Test: ASTM C231 PART 2 MATERIALS 2.1 CONCRETE A. Concrete shall be produced by a Ready Mix Plant approved by the Engineer. Concrete shall conform to the requirement of ASTM C94 - Standard Specifications for Ready Mix Concrete. B. Concrete shall be in accordance with MnDOT Section 2461 except as modified or supplemented herein. 1. Manual Placement, Mix No. 3A32 2. Slip -form Placement, Mix No. 3A22 3. Entrained air content 6%+/-1.5% C. Material Requirements 1. Cement: Shall conform to ASTM C150, Type 1. All cement shall be supplied from a single source. 2. Aggregates: 3. Water: 4. Admixtures: a. Air Entrainment: b. Water Reducing Agent: Shall conform to ASTM C33 Shall be clean, potable water. Shall conform to ASTM C260 Shall conform to ASTM C494, Type A New Hope Arena — Interior Improvement Project 0 Steven Englneers Project No. 900-12-155 321600-2 CURB AND GUTTERS c. Fly Ash: Shall conform to ASTM C618 class C or F 2.2 REINFORCEMENT AND FORMWORK A. Formwork shall conform to ACI 347 - Recommended Practice for Concrete Formwork. B. Reinforcement shall be tagged and conform to ASTM A615 Grade 60. Installation shall conform to ACI 315. C. Tie wire: Shall be 16 gauge black annealed wire or heavier. D. Forms shall be clean prior to concrete placement. 2.3 RELATED GENERAL MATERIALS A. Polyethylene Sheeting: Shall conform to ASTM C171. B. Membrane Curing Compound: White pigmented, Type 2, Class B. Shall be approved by MnDOT and specifically included on their approved product list. C. Expansion Joint: Bituminous fiber type conforming to ASTM D1751. D. Joint Sealant: Two part - self leveling, polyurethane sealant. Sololastic SI -2 by Sonneborn Building Products or approved equal. PART 3 EXECUTION 3.1 FORMWORK A. Provide all formwork. Modify forms as necessary to provide all required openings. B. Tolerances: 1. Thickness of slabs: +1-114" 2. Specified grade, level +/-114" over 10' with a maximum of 112" and plumb over entire length or height. C. Remove forms as soon as concrete has hardened if not supporting the weight of the concrete but not less than 24 hours after placement. 3.2 REINFORCEMENT A. Reinforcement shall be installed with a minimum of 2" of cover. Adequately support reinforcement with concrete blocks or wirelplastic chairs. Splices shall be installed with minimum lapping distances shown on the plans and bars wired tightly together. B. Tolerances: +1-114" New Hope Arena — Interior improvement Project CURB AND GUTTERS 0 Steven Engineers Project No. 900-12-155 321600-3 3.3 CONCRETE WORK A. Cast -in-place concrete curb or curb and gutter shall be constructed in accordance with the plans and MnDOT Section 2531 except as modified herein. B. Joints: Transverse expansion joints, filled with 112 inch preformed joint material, shall be placed at the ends of all curved sections; at the ends of the curved portions of entrance and street retums, 3 feet on each side of all catch basins and at 200 foot intervals on all straight sections. Control joints shall be tooled in curb at 10 foot intervals. C. Finishing: Apply float finish and uniform textured surface to all interior slabs. Apply broom finish to exterior slabs. Edge or chamfered the edge of all concrete that is adjacent an expansion or construction joint. D. Curing: Place a cure and seal product on the surface of the concrete. Apply coating in several different directions to assure thorough coverage. Apply per manufacturer's recommended coverage. Do not finish with water. E. Unacceptable work shall be removed and be replaced with acceptable work as ordered by the Engineer. 3.4 PROTECTION A. Contractor shall protect curb and gutter until backfilling of curb and paving of street is complete. 3.5 CLEANING B. Remove all debris from the site when work is complete. END OF SECTION New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 321600-4 CURB AND GUTTERS SECTION 329200 TURF AND GRASSES PART 1 GENERAL 1.1 SECTION INCLUDES A. Soil preparation B. Topsoil placement and grading C. Seeding D. Mulching E. Fertilizer 1.2 RELATED SECTIONS A. Section 007200 - General Conditions B. Section 007300 - Supplementary Conditions C. Division 1 Sections D. Section 312316 — Excavation E. Section 312323 - Fill F. Section 312500 - Erosion and Sediment Control 1.3 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) or most recent edition: 1. 2575 — Controlling Erosion and Establishing Vegetation 2. 3876 - Seed 3. 3877 —Topsoil Borrow 4. 3881 — Fertilizer. 5. 3882 — Mulch Material New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 329200-1 TURF AND GRASSES 1.4 SUBMITTALS A. As specified in Sections 013300 Submittal Procedures and 017000 Execution and Closeout Requirements. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver grass seed and fertilizer in sealed containers protecting it from heat, moisture, rodents and damage from other causes. Seed and fertilizer in damaged packages will not be accepted. Each container of seed shall be labeled including seed mix, year of production, net weight, date of packaging, and location of packaging. Each container of fertilizer shall include analysis of the contents showing minimum percentages of total nitrogen, available phosphoric acid, and soluble potash. Information shall also include weight and name of manufacturer. 1.6 QUALITY ASSURANCE A. Comply with all regulatory requirements for fertilizer composition and application. 1.7 WARRANTY A. Reseed and remulch all bare spots according to this Section for initial seeding and mulching through the warranty period. Maintain these areas until written acceptance by the Owner. PART 2 MATERIALS 2.1 TOPSOIL A. Salvaged Topsoil: Shall conform to MnDOT Section 3877 except as modified herein. Topsoil shall be free of rocks, debris, wood, roots, lumps and other deleterious material. B. Topsoil Borrow: Shall conform to MnDOT Section 3877 except as modified herein. Topsoil shall be free of rocks, debris, wood, roots, lumps and other deleterious material. Topsoil materials shall be weed free. A. Unless otherwise specified fertilizer shall conform to the following minimum requirements as specified for Type 1 - Commercial Fertilizer in MnDOT Section 3881.1.131 S. Fertilizer in planting areas shall be an organic low phosphorus (5-3-2) slow releasing as recommended by the plant supplier. A. Use seed within one year of the test date appearing on the label. New Hope Arena — Interior Improvement Project ®Steven Engineers Project No. 900-12-155 329200-2 TURF AND GRASSES B. Provide seed mixture conforming to MnDOT Section 3876.2 as follows and where shown on the drawings: 1. Maintained areas: Mixture 260 2. Non -Maintained areas: Mixture 250 2.4 MULCH A. Mulch shall be straw, wheat or oats free of noxious weeds straw material conforming to MnDOT Section 3882 — Mulch Material except hay shall not be used on this project. PART 3 EXECUTION 3.1 GENERAL A. The contractor shall furnish and apply all water required to maintain the seeded and sodded areas throughout the duration of the project. B. Keep pavements clean and protect existing landscaping. C. Provide the Engineer with bags and tags for seed and fertilizer used on the project. 3.2 SOIL PREPERAT[ON A. Prepare soil by fine grading the surface to eliminate uneven and low spots. Maintain line, levels, profiles, and contours. Loosen seed bed by lightly tilling and raking. B. Remove all stones or rocks larger than 1 inch in size from the topsoil. For areas that will be maintained or landscaped, remove all stones or rocks larger than'/ inch in size. In areas to receive seed, place topsoil flush with top of pavement. In areas to receive sod, place topsoil 1 112 inch below adjacent pavement. 3.3 TOPSOIL PLACEMENT A. Salvaged topsoil shall be used to the extent available. Topsoil borrow will supplement the salvaged topsoil in the event there is not an adequate amount the salvaged material available. B Place topsoil at the minimum compacted thickness shown on the plans. If thickness is not stated on plans, topsoil shall be placed at a minimum compacted thickness of 4". C. Fine grade topsoil surface and eliminate uneven and low spots and abrupt changes in grade. Maintain line, levels, profiles, and contours. In areas to receive seed, place topsoil flush with top of pavement. In areas to receive sod, place topsoil 1 112 inch below adjacent pavement. New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-155 329200-3 TURF AND GRASSES D. Remove all stones or rocks larger than 'I inch in size from the topsoil. For areas that will be maintained or landscaped, remove all stones or rocks larger than 112 inch in size. 3.4 FERTILIZER APPLICATION A. Apply fertilizer as specified in Section MnDOT Section 2575.3.C. B. Fertilizer for plantings shall be applied at a rate recommended by the plant supplier. 3.5 SEEDING A. All areas disturbed by the work, except those areas which are to be covered by planned buildings, pavement, sod or other such improvements shall be seeded. B. Place seed in accordance to MnDOT Section 2575.3.D — Sowing Seed. C. Seeding for "No Mow" mixture must be applied between late August and late September. Apply at a rate of 220 pounds per acre. 3.6 MULCH A. Place mulch in accordance to MnDOT Section 2575.3.E and F and the anchoring conditions of MnDOT Section 2575.3.G. 3.7 WATERING A. The contractor is responsible for all watering required for growth through the warranty period. 3.8 EXCESS MATERIAL A. All excess topsoil shall be removed from the site unless otherwise stated. If an area has been designated for stockpiling excess material, the site shall prepared by stripping and stockpiling the existing topsoil prior to stockpiling material. The stockpiled material shall be graded to blend in with the surrounding terrain and to the Owner's satisfaction unless otherwise stated. END OF SECTION New Hope Arena — Interior Improvement Project 0 Steven Engineers Project No. 900-12-955 329200-4 TURF AND GRASSES SECTION 334600 SUBDRAINAGE PART1 GENERAL 1.01 SECTION INCLUDES A. Building Perimeter Drainage Systems. B. Filter aggregate and fabric and bedding. 1.02 RELATED REQUIREMENTS A. Section 312316 - Excavation: Excavating for subdrainage system piping and surrounding filter aggregate. B. Section 312323 - Fill: Backfilling over filter aggregate, up to subgrade elevation. 1.03 REFERENCE STANDARDS A. ASTM D2729 - Standard Specification for Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings; 2011. 1.04 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on pipe drainage products, pipe accessories, and C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.05 REGULATORY REQUIREMENTS A. Conform to applicable code for materials and installation of the work of this section. PART 2 PRODUCTS 2.01 PIPE MATERIALS A. Polyvinyl Chloride Pipe: ASTM D2729; plain end, 4 inch inside diameter, with required fittings. B. Use perforated pipe at subdrainage system; unperforated through sleeved walls. 2.02 AGGREGATE AND BEDDING A. Filter Aggregate and Bedding Material: Granular fill as specified in Section 312323. 2.03 ACCESSORIES A. Pipe Couplings: Solid plastic. B. Filter Fabric: Water pervious type, black polyolefin. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on layout Drawings. 3.02 PREPARATION A. Hand trim excavations to required elevations. Correct over -excavation with structural fill. B. Remove large stones or other hard matter that could damage drainage piping or impede consistent backfilling or compaction. 3.03 INSTALLATION A. Install and join pipe and pipe fittings in accordance with pipe manufacturer's instructions. B. Place drainage pipe on clean cut subsoil. C. Lay pipe to slope gradients noted on shop drawings; with maximum variation from true slope of 118 inch in 10 feet. D. Place pipe with perforations facing down. Mechanically join pipe ends. E. Install pipe couplings. New Hope Arena - Interior improvement Project 334600-1 SUBDRAINAGE 292 Project Number 12002.00 F. Install filter aggregate at sides, over joint covers and top of pipe. Provide top cover compacted thickness of 12 inches. G. Place filter fabric over levelled top surface of aggregate cover prior to subsequent backfilling operations. H. Place aggregate in maximum 4 inch lifts, consolidating each lift. i. Refer to Section 312323 for compaction requirements. Do not displace or damage pipe when compacting. J. Place impervious fill over drainage pipe aggregate cover and compact. K. Connect to storm sewer system with unperforated pipe, through installed sleeves. 3.04 FIELD QUALITY CONTROL A. Section 014000 - Quality Requirements: Field inspection and testing. 3.05 PROTECTION A. Protect pipe and aggregate cover from damage or displacement until backfilling operation begins. END OF SECTION. New Hope Arena - Interior Improvement Project 334600-2 SUBDRAINAGE 292 Project Number 12002.00 Page 1 Gnange Proposal Fornz i lt 4900 vaiicy><nd'.ptrlal e;vd 8ozrth, sWwpae, MV 55'379 plL 952-934.4695 fx.952-9344380 Change Proposal Nome: New Hope Ice Arena Change Proposal No: 1 Dote of Proposal: 6/13/2012 Description of Work: IPA #5 Shlm coat exlstlPS gypsum board surfaces at Lookout Area of Room 204, opprox 371f as directed, where VWC to be removed by others. NEW LAW Breal even (use additional streets Y Muasory) WMANMI labor Factor -- - (1-Regrelr.l.5.Over. time, Labor Classification 0ofPeople Hour3 LobarRate/Nr 2baubletf: Labor Cost A-Demolition 0 O $ 6840 111- ]arterior FroWrg I 0 O $ 040 1 1 $ 82 - Exterlor Fransly - 0 O 83 - Amgh Carpentry D O $- C- Ing&tW?13iy - — 0 0 $ 6840 1 $ - n1- lrrtartor Hworg 0 0 6840 ! # 02 - W. Sheafta o 0 $ Sabo 1 - E - Toping Siam Coat and send t 12 '$ 6840 i $ 816 - finlsh Carpentry 0 0 $ 6840 1 $ - 6- dean Up44 $ 6340 $ J - Supez7 [elan fixed Cert 5% of lobar f03t $ 78AD $ 30 Total Labor Costs.......................,.....................--_.._........................... $ 410 - • '� # .. . m _ ',z. _ 8loterid Breakdwri Qas additional eheeti If twcessary) _ Materid DoWiptiaar Qwntity LW Unit Cost Material Cast &A"M finish Compmard 7 i befts $ 1140 # 77 0 If 0 sf 0 roll $ # - 0 0- &ktstd Material Costs 77 Sd6e Tax T.SY.-..,.....—..,�.............. ...� 1l 6 .... _ old MaNFW Casts , $ 83 _ OMER DIREST COSTS (Subcontroctors, Eopment. Travel, eta.) _ Description - Quantity Unit 1 Unit Cost Other Costa 1 0 $ - # - 0 $ TotalOther dreat its ............................................., _..................... # - fvrww:�,4 1- Total Labor Costs.................. - I I $ 910 2_ T001 Material casts- ................................. ............... _83 3_ Total O!her Direct Casts ........................................................... $ - 4. Tetal Labor. Materia! &Outer 0.raet Cm is ......................................... .......... _ $— 993 IL Profit 8 Overhead of tine t i — - --.-- $ 91 — 6. Profit a OverMot! of Una z _ _ $ e 7. Refit d Overhead of "a S --, $ _ 8_ payecent and Perfarmo m gond _ $ R. T" Clw We Proposd Casts @Ines 4. 5. 6, 7, d 8) ....... ................. ....... .... ........................... 1,042 VIM f)eterai contractor: Kue Contractors OL 320-764-2525 GC Project Imager: Justin Kuechle fx. 1320-7L4-2524 A*NIOTE11e At the tune the above work is perforned It wlii become on addition to the current contract amount ar of the date of this praposai. Page 1 Gnange Proposal Fornz OStevens ENGINEERS & PLANNERS Date of Issuance: 7.12.12 Project: New Hope Arena — Interior Improvement Project Effective Date: 6.25.12 Owner: City of New Hope 4401 Xylon Ave North 55428 Owner's Contract No.: 901 Contract: Date of Contract: New Hope Arena — Interior Improvement Project 14.27.12 Contractor: Engineer's Project No.: Kue Contractors, Inc. 130 Central Ave. S. PO Box 408 900.12.155 Watkins, MN 55389 9.10 Change Order No. 5 The Contract Documents are modified as follows upon execution of this Change Order: ^ Description: In Room 202, add 8" CMU course to the east jamb of the door to create a 16" return. Reduce the width of the center lite in the hollow metal door frame by 8" to accommodate the CMU extension. See RFI 11. Attachments (list documents supporting change): RFI 11 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TEWES: Original Contract Price: Original Contract Times: RECOMMENDED: By: - 9-3h L-• 4eJ Engineer (Authorized Signature) Date: BY: I•\-` C City (Authorized Si ature) Date: B Contra Autho ' ed Signature) Date: Z� EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 Substantial completion (days or date): July 20, 2012 $529,129.00 Ready for final payment (days or date): August 10, 2012 Increase from previously approved Change Orders: Increase from previously approved Change Orders Na. 1 to No. 4: No. 1 to No. 4: Substantial completion (days): August 14 2012 $50,042.00 - Ready for final. payment (days): September 4, 2012__ Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): August 14, 2012 $579,171.00 Ready for final payment (days or date): Se tember 4 2012 Increase of this Change Order: No Change of this Change Order: Substantial completion (days or date): August 14, 2012 $403.00 Ready for final payment (days or date): September 4, 2012 Contract Price incorporating this Change Order: Contract Tinges with all approved Change Orders: Substantial completion (days or date): August 14, 2012 $579,5.74 Ready for final payment (days or date): September 4, 2012 RECOMMENDED: By: - 9-3h L-• 4eJ Engineer (Authorized Signature) Date: BY: I•\-` C City (Authorized Si ature) Date: B Contra Autho ' ed Signature) Date: Z� EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 KUE Contractors, Inc. 930 Central Ave S, PO Box 408 Watkins, MN 55389 Request For Information RFl #:99 a Project: New Hope lee Arena ! Date: 617112 1 Contractor/Architect: Stevens From: KUE Contractors Inc. ' Attention: Scott Ward RE: Specification Section/Drawing No.: i i Question: In room 202, coats and shoes in the corner where the cabinet meets the block wall and door frame. The block wall only sticks out 8"and then the frame starts so the cabinet sticks out beyond the door opening. Please advise. Requested By: KUE Contractors, Inc. Date: 617112 Date Response Needed: ASAP Response: i Add an 8" CMU course to the east jamb to create a 16" return. Reduce the width of the center lite in the hollow metal door frame by 8" to accommodate the CMU extension. 4 II 1 t. betti 6.12.12 f f i Response Prepared By: Response Returned to Contractor On: -Et KUE FRI�T��ETR�� II�� June 14, 2012 Scott Ward Stevens Engineers 2211 O'Neil Road Hudson, WI 54016 Re: New Hope Arena New Hope, MN Dear Scott: 930 Central Avenue South P.O. Box 408, Watkins, MN 55389 Office: 320-7642525 Fax: 320-764-2524 License #20355836 Please review cost below for RFI #11: Dayco Concrete Company $ 378.00 P&OH 5% 19.00 $ 397.00 Bond 1.5% $ 6.00 Total $ 403.00 Sincerely, Justin Kuechle Project Manager JK/shs Your KUE to a Successful Project. 06/13/2012 07;46 9525560279 DAYCO CONCRETE PACE 02 DWIPCO Concrete Company 1956 LAKE DRIVE WEST r CHAHHAS$E�, MlNiYESbTA 55:117 PHONE; (9882) 5590278 • FAX; (952) $55.0279 June 14, 2012 Justin Kuechie Kue Contractors Inc. 130 Central Ave. S. PO Box 408 Watkins, XN 55389 RE: Now Hope ,Arena Request For Price The following is a request for price for the above mentioned project. RE #1 f To add 8" to theiamb at the door in the coag room. - 8° block 11 blk x 2.00 22.00 -grey mortar X 1 blk x 1.00 11.00 - concrete .30 cy x 101.60 30.48 - labor hrs 4.5 hrs x 70.00 315.00 ADD: $378.48 If. you have any questions please don't hesitate to call, Jason Sema Dayco Cancrets Company, Inc. COHNril Request for Action Originating Department Approved for Agenda Agenda Section Parks and Recreation March 11, 2013 Consent Item No. By: Susan Rader, P&R Director By: Kirk McDonald, City Manager 6.8 Resolution accepting the 2012 Ice Arena Interior improvement project and approving the final payment request to Kue Contractors, Inc. (improvement project no. 901) Requested Action Staff recommends that Council approve a resolution to accept the 2012 Ice Arena Interior improvement project and approve the final payment request to Kue Contractors, Inc. in the amount of $34,375.91. Background In late 2011, major arena improvements were underway as part of an approved $4.4 million project which included the new roof and energy-related improvements, including the new north ice sheet, dehumidification system, lighting, conservation improvements and exterior painting. Staff felt that updates were also needed for the arena lobby, office area and community room, and brought this topic forward to Council at the December 19, 2011 work session for discussion. At the meeting Council directed staff to obtain a cost estimate from Stevens Engineering and 292 Design Group to prepare plans and specifications for a project. A proposal was brought forward for discussion at the work session on January 17, 2012. On January 23, 2012, the City Council formally approved moving forward with the development of plans and specifications. And at the work session on February 21, 2012 formal plans were shared that identified needed improvements as well those that could be alternatives if the funding is available. The plans were approved by the City Council on February 27, 2012. At that time, staff was also authorized to solicit quotes from contractors for the project. Bids were advertised and the bid opening was held on April 12, 2012. The bid information and staff recommendations were brought to the Council on April 16, 2012 for review and discussion. Motion by 1L_ Second by To: ' Q I:\ RFA \ P&R\ ARENA \ 20131 Final- Interior Improvement 901. doc Request for Action March 11, 2013 Page 2 On April 23, 2012, the City Council awarded the contract to Kue Contractors, Inc. and the project improvements started in May of 2012. During the demolition phase of the project, several items were discovered that need correction and therefore added additional costs to the project. The original contract with Kue Contractors, Inc. included a 5% contingency amount of $26,000. As these unanticipated costs were beyond the scope of the approved budget and totaled $53,886, staff brought the work changes to the Council work session on June 19, 2012 for discussion and direction. The most significant issue was during excavation of the footings for the new lobby extension when it was discovered that the existing soils were not sufficiently compacted near the building. Several options were explored and it was recommended to use helical anchors to provide a solid foundation for the revised foundation and footing plan, in place of excavation and re -installation of soils. At the Council Meeting on June 25, 2012, the Council approved an additional $30,000 to cover the work change orders and leave a small amount ($2,134) in case other minor corrections were necessary. The majority of the project was completed by late summer, in time for the ribbon cutting celebration on August 22, 2012. The final project details were completed earlier this month. The project included: Lobby: expanded approximately 10', new entry, paint, tile, refurbished stairs, lighting Front Entrance: foundation, sidewalk, windows, signage North Hallway: tile, paint, windows South Hallway: tile, paint Office: carpet, lighting, drop ceiling, paint, windows and furniture Concessions Stand: counter, ventilation Community Room: new entry (door and tile), shoe cubbies, lighting, duct work, paint, kitchen cabinets, kitchen sink and tile, bathroom, refurbished wood ceiling When the front doors were re -installed it was determined that the motors had exceeded their useful life and were replaced. The charge of $900 was paid for out of the arena operating budget. In addition, some cable work was done for IT and was paid for out of the IT budget. Scott Ward, from Stevens Engineers was the engineer on the project and has worked closely with staff throughout the entire process. Mr. Ward has supplied the attached letter recommending the city approve the final payment request and accept the project. Funding The original interior improvement agreement with Kue Contractors, Inc. was $519,129, plus $26,000 contingency for the full project. An additional $30,000 was approved on June 25, 2012. The final payment request is $34,375.91, bringing the final amount paid to Kue at $584,701.66. This total includes the approved change orders and the IT cabling. Funding for this project is from the Park Infrastructure Fund. Attachments Resolution, Letter from Scott Ward of Stevens Engineers I: RFA 1 P&R \ ARENA\ 2013 \ Final- Interior Improvement 901.doc City of New Hope Resolution No. 13--47 Resolution accepting the 2012 Ice Arena Interior improvement project and approving the final payment request to Kue Contractors, Inc. (improvement project no. 901) WHEREAS, the city has entered into a contract with Kue Contractors, Inc. for the 2012 Ice Arena Interior improvement project; and, WHEREAS, staff is recommending that the Council adopt a resolution to accept improvement project 901 and approve final payment to Kue Contractors, Inc. in the amount of $34,375.91; and, WHEREAS, all work has been satisfactorily completed and staff recommends that final payment be made to Kue Contractors, Inc. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: 1. That the City Council accepts the 2012 Ice Arena Interior improvement project from Kue Contractors, Inc. 2. That the city manager is hereby directed to authorize the final payment of $34,375.91 to Kue Contractors, Inc. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota this 111h day of March, 2013. t - . Mayor Attest: City Clerk IA RFA\ P&RIARENA 126131 Final- Interior Improvement 901.doc February 28, 2013 Ms. Susan Rader Director, New Hope Parks and Recreation City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: Change Order 11 and Payment Request 6 FINAL New Hope Arena — interior Improvement Project Our File No. 900-12-155 Dear Ms. Rader: Enclosed are three (3) copies of Change Order 11 which is a credit for the unused signage allowance that was in the contract. The credit amount is $1,174.34. Also enclosed are three (3) copies of Pay Request No. 6 for the New Hope Arena Interior Improvement Project. This pay requests covers Change Orders 10 — Outlets and vinyl patch and Change Order 11 — signage credit. We understand this work is complete and therefore recommend the City accept this pay request and pay the Contractor the amount of $34,375.91 to close out this project. This is the final payment and therefore reduces the retainage to zero. Please have the first page of all documents signed and distributed as follows: 1 copy City 2 copies Contractor — Kue Contractors, Inc. Attn: Justin Kuechle 1 copy Engineer—Stevens. Attn: Scott Ward Also enclosed is the following closeout documents and information: ■ AIA G707 — Consent of Surety to Final Payment AIA G706 — Contractor's Affidavit of Payment of Debits and Claims • AIA G706A — Contractor's Affidavit of Release of Liens • Summary of sales tax paid Two (2) copies of the Operation and Maintenance Manuals • One (1) compact disk that includes electronic As -built drawings and construction photographs taken on the project. • Stevens final invoice. u Neil Road, Hudson, wl 54016 t715.386,5819 t651.436.2075 f715.386.5879 www.stevensengineers.com We appreciate the opportunity to be part of this very exciting project and the opportunity to continue to work with the City of New Hope. We will continue to support the City throughout the warranty period and beyond. It has been a pleasure working with you, Kirk, Mark, Jim, Scott, Matt, Roger and others at the City on this project. Again, your leadership, dedication and responsiveness to this project contributed greatly to the project's success. If you have any questions, please call us at 651.436.2075. Sincerely, :TE NS C Scott A. Ward P.E. Vice President/Principal C: Enclosure: Noted above :ia -Neil Road, Hudson, WI 54016 t7-15.386.5819 t 651.436.2075 f 715.386.5879 www,stevensengineers.com ENCIINEERSPLANNERS - SURVEYOR ,■. MINNESOTA- REVENUE FEB 2 8 2013 Withholding Affidavit for Contractors "'7' This affidavit must be approved by the Minnesota Department of Revenue before the state of Minnesota or any of its subdivisions can make final payment to contractors. Please type or print clearly. This will be your mailing label for returning the completed form ! Company name Daytime phone KUE Contractors, Inc. 320-764-2525 Address Total contract amours: 130 Central Avenue South, P.O. Box 408 $ 585,876.00 City state Zip Code I Amount still due Watkins MN 55389 ----------------- ) $ 35,550.00 IC134 Minnesota tax ID number 1551976 Month/year work began April 2012 iontn/year work enoeo August 2012 Project number Project location 3209 4949 Louisiana Avenue, New Hope, MN 55428 Project owner Address city State Zip code g City of New Hope 4401 Xylon Avenue North New Hope MN 55428 Did you have employees work on this project? ❑ Yes No if no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. El sole contractor ❑ subcontractor Name of contractor who hired you ' 0 Prime contractor.—If you subcontracted out any work on this project, all of your subcontractors must file their own IC134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified lC134. If you need more space, attach a separate sheet. Business name Address e PRO MAINTENANCE INC HUTCHINSON, MN DAYCO CONCRETE COMP INC CHANHASSEN, MN TWIN CITY STEEL ERECTORS, INC. APPLE VALLEY, MN DISTINCTIVE CABINET DESIGN LLC FOLEY, MN WATERPROOFING BY EXPERTS INC LINO LAKES, MN MID -STATE CUSTOM HOMES INC ALBANY, MN I declare that all information I have filled in on this form is true and complete to the best of my knowledge and bellef. I authcrize the Department of Rev- enue to disclose pertinent information relating to this pr*j cf including sending copies of this form, to the prime contractor if I am a subcontractor, and to PW, ubcantractors if t am a prime contractor, and to tjklcontracting agency. -fes s�otR"e��enue, President to: Minn Mail Station 6610, St. Paul, MN 55146-6610 2114/13 Certificate of Compliance Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has * fu'Cled all the requirements of M'nnesota Statutes 290.92 and 270C.66 concerning the withholding of Minnesota income tax f wa es paid to employees reiating to contract services with the state of Minnesota and/or its subdivisions. R en a prova! F1.0 Date Stock No. 5000134 {Rev. 1/07; ATTACHMENT TO KUE CONTRACTORS INC. IC -134 Project number: 3209 Project location: 4949 LOUISIANA AVENUE, NEW HOPE, MN 55428 Additional Subcontractors: Business Name Address VANQUISH SERVICES GROUP LLC GREENFIELD, MN MCPHILLIPS BROS ROOFING CO ST. PAUL, MN STRUCTURAL APPLICATORS INC CLEAR LAKE, WI WSN CONSTRUCTION. SERVICES LLC MINNEAPOLIS, MN CRAWFORD DOOR COMPANY SALES WEST ST. PAUL, MN SUCCESS GLASS INC CHASKA, MN TEE JAY NORTH INC LAKEVILLE, MN R T L CONSTRUCTION INC. SHAKOPEE, MN PALMER SODERBERG INC ROCHESTER, MN ARCHITECTURAL SALES OF MN INC BROOKLYN CENTER, MN COMMERICAL FLOORING SERVICES LLC EAGAN, MN FULL SPECTRUM FINISHING FOLEY, MN SERVICE FIRE PROTECTION INC MNNETONKA, MN BOSTROM SHEET METAL WORKS INC ST. PAUL, MN- LOBERG ELECTRIC INC BUFFALO, MN JULIAN M JOHNSON CONSTRUCTION CORP RAMSEY, MN BITUMINOUS ROADWAYS INC MENDOTA HEIGHTS, MN ATLAS FOUNDATION CO LLC OSSEO, MN O'BRIEN PLUMBING OF LE SUEUR INC LE SUEUR, MN MINNESOTA- REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you.. Submitted Date and Time: 25 -Oct -2012 10:40:49 AM Confirmation Number: 1-669-783-808 Name: PRO MAINTENANCE INC IM Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 3031098 552550400 CITY OF NEW HOPE 3209 7/1342012 10116/2012 NEW HOPE, MN .$2,164.00 No Subcontractors Page 1 of l You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print 0—Wft oration nage for your records using the print or sane functionality built into your browser. https://www.mndor.state-mn,izft.p&Wieve?type7—PrintFriend&keyl =1308772864&key2=1432950680 10M512012 https..:Avtiw.tnndor.state inn usltp/reti icV0tVpc: - Printhjoid&kee. . 1 Your Contractor Affidavit reque t is Approved. A copy o(this page M[ 1ST be provided to the contractor or government agency that hired you. Submitted Date and'ltme: 26 -Oct -2012 8:37'00 AM Confirmaiton Number: 1-129-767-168 Name- I)AYCO CON('Rl;Tr COMP INC 11); 650406 Affidavit Number: 1810579455 Projec.t Owner, ('11 Y OF VL;W HOPE Pro-ject Nitnibei 3209 Project Begin Tate: 6/1/2012 Project Fnd .flats:• 8/31;2012 Project Location- 4949 LOUISIANA A IFNt1H. NEW HOPI-- MN 55428 Project Amount: $65,62500 Subcomractors: No Subcontractors You can always see copies of your tiansactions by going to your Requests tabyour I lame page. For a paper copy' of this. confirmation click on the " Pn inter Friendly View, button. Please print this confirmatiun page: for your ic:cords using the print or save luntmonality built into vour browser. of] 10/26,'2012 8.37 AM Page 1 of 1 MINNESOTA -REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 26 -Oct -2012 10:23:29 AM Confirmation Number: 0-346-480-896 Name: TWIN CITY STEEL ERECTORS INC ID: 5095514 Affidavit Number: 1479294976 Project Owner: CITY OF NEW HOPE Project Number: 3209 Project Begin Date: 6/1/2012 Project End Date: 7/20/2012 Project Location: NEW HOPE, MN Project Amount: $11,751.00 Subcontractors: No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please for your records using the print or save functionality built into your browser. https ://www.mndor. state.mn.usltplretrieve?type=PrintFriend&key 1=1404094976&key2=... 10/26/2012 ragvIUii MINNESOTA- VENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 20 -Jul -2012 2:28:30 PM Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 1-365-120-512 DISTINCTIVE CABINET DESIGN LLC 4401142 1521025024 CITY OF NEW HOPE 3209 6/1/2012 7/20/2012 NEW HOPE ARENA 4949 LOUISIANA AVE, NEW HOPE MN $28,034.03 Sub Name Sub ID Sub Affidavit Number INNOVATIVE SURFACES 4980015 1524727808 You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation page for your records using the print or save functionality built into your browser. https:llwww.mndor.state.mn.usltplretrieve?typeTPrintFriend&key 1=536951808&key2-86... 7/20/2012 JUI. LV. LVIL L: I y r m MINNESOTA- REVENUE ".. ,JI.J 6 Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 20 -rut -2012 1:34:41 PM Confirmation Number: 1-134433-792 Name: INN'O'VATIVE SURFACES INC ID: 4980015 Affidavit Number: 1524727808 Project Owner: CITY OF NEW MOPE Project Number; 3209 Project Begin bate: 6/1/2012 Project End Date: 7/20/2012 Project Location: NEW MOPE ARENA, 4949 LOUISIANA AVE, NEW. HOPE, MN Project Amount: $19,469.00 Subcontractors: No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "printer Friendly View" button. Please print this confirmation pale for your records using the print or save functionality built into your browser, 7/20/2012 Pnore. ] of 1 INS OTA- REVENUE e 1 of 1 9 ai 2012 3 Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 19 -Jul -2012 9:56:34 AM Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date Project End. Date: Project Location: Project Amount: Subcontractors: 1-706-255-872 WATERPROOFING BY EXPERTS INC 5424007 940834816 CITY OF NEW HOPE 3209 7/10/2012 7/11/2012 4949 LOUISIANA AVENUE, NEW HOPE, MN 55428 $2,875.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation page for your records using the print or save functionality built into your browser. https://www.mndor.state.mn.us/tp/retrieve?type=PrintFriend&key 1=1019689984&key2=8... 7/19/2012 Page 1 of 1 MINNESOTA - REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 26 -Oct -2012 10:09:55 AM Confirmation Number: 0-315-711-744 Name: MID -STATE CUSTOM HOMES INC ID: 4102448 Affidavit Number: 405553152 Project Owner: KUE CONTRACTORS Project Number: 3209 Project Begin Date: 4/11/2012 Project End Date: 8/1/2012 Project Location: NEW HOPE ICE ARENA Project Amount: $1,395.00 Subcontractors: No Subcontractors Minn. Spray -Foam Insulation d loo 1201 Shamrock Ln, Albany, MN 58307 You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please for your records using the print or save functionality built into your browser. https://www.mndor.state.mn.us/tp/retrieve?type=PrintFriend&keyl =1183828480&key2=1477099868 10/26/2012 Sue Streit From: Sue Streit_ [suehs@meltel.net] sent: Tuesday, -October 30, 2012 7:57 AM To: suehs@meltel.net Subject: FW: Certificate From: eservices.mdor(dstate.mn.usrmailto:eservices.mdorcastate.mn.usl Sent: Monday, October 29, 2012 12:24 PM To: krungeUngmail.com Subject: Your Recent Request This email is an automated notification and is unable to receive replies. Please contact us with questions. Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 29 -Oct -2012 12:23:45 PM Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 1-187-864-832 VANQUISH SERVICES GROUP LLC 9518560 1970339840 CITY OF NEW HOPE 3209 10/10/2012 10/11/2012 4949 LOUISIANA AVE N NEW HOPE, MN 55428 $2,940.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. </ If you are unable to open the contact us link, cut and paste this URL address into your browser window: http://www.revenue.state.mn.us/Pages/contact us page.aspx This message and any attachments are solely for the intended recipient and may contain nonpublic / private data. If you are not the intended recipient, any disclosure, copying, use, or distribution of the information included in this message and any attachments is prohibited. If you have received this communication in error, please notify us and immediately and permanently delete this message and any attachments. Thank you. Sue Streit From: Sue Streit [suehs@meltel.net] Sent: Monday, October 29, 2012 8:48 AM To: suehs@meltel.net Subject: FW: Your Recent Request This email is an automated notification and is unable to receive replies. Please contact us with questions. Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 26 -Oct -2012 3:41:57 PM Confirmation Number: 0-514-777-344 Name: MCPHILLIPS BROS ROOFING CO ID: 3335947 Affidavit Number: 429391872 Project Owner: CITY OF NEW HOPE Project Number: NEWHOPE Project Begin Date: 5/15/2012 Project End Date: 8/17/2012 Project Location: NEW HOPE ARENA Project Amount: $8,950.00 Subcontractors: No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. </ If you are unable to open the contact us link, cut and paste this URL address into your browser window: http://www.revenue.state.mn.us/Pages/contact_us pag_e.aspx This message and any attachments are solely for the intended recipient and may contain nonpublic / private data. If you are not the intended recipient, any disclosure, copying, use, or distribution of the information included in this message and any attachments is prohibited. If you have received this communication in error, please notify us and immediately and permanently delete this message and any attachments. Thank you. This email has been scanned by the Symantec Email Security.cloud service. For more information please visit http://www.symanteccloud.com This email has been scanned by the Symantec Email Security. cloud service. 10-25-12;02:01 ;From:StructuralApplicators no To:93207642524 ;7152633481 # 2/ 2 "" httP.//Us.mg5.mail.yahoo,cOm/neo/launch?,rand= l vp786pblcvgn 5ubloot: Your Recent Request From: eservices.mdor6state.mmus (eservices.mdoMstate.mmus) To: kpsunday@yahoo.com: Date: Thursday, October 25, 2012 1:17 PM This entail is an automated notification and is unable to receive replies. Please contact us with questions. Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hared you. Submitted Date and Time: 25 -Oct -2012 1:15:07 PM Confirmation Number- 0-870-965-504 Name: STRUCTURAL APPLICATORS INC ID: 4068440 Affidavit Number: 804913152 Project Owner: CITY OF NEW HOPE Project Number: 3209 Project Begirt Date: 7/23/2012 Project End Date: 7/23/2012 Project Location: NEW HOPE MN Project Amount: $11,676.00 Subcontractors: No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. U If you are unable to open the contact us link, cut and paste this URL address into your browser window: bttP://www.,revenue.st-ite.mn.us/Pages/contact—us—Pa]6ye.aspx This message and any attachments are solely for the intended recipient and may contain nonpublic / private data. If you are not the intended recipient, any disclosure, copying, use, or distribution of the information included in this message and any attachments is prohibited. If you have received this communication in error, please notify us and immediately and permanently delete this message and any attachments. Thank you. 1 of 1 10/25/2012 1:22 PM Page 1 of 1 MINNESOTA- REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 7 -Sep -2012 11:07:35 AM Confirmation Number: 0-633-089-536 Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: WSN CONSTRUCTION SERVICES LLC 2288608 1831665664 CITY OF NEW HOPE MINNESOTA 3209 7/18/2012 8/8/2012 4949 LOUISIANA AVE., NEW HOPE, MN 55428 $1,843.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation page for your records using the print or save functionality built into your browser. https:llwww.mndor.state.mn.usltplretrieve?type=PrintFriend&key 1=1036001792&key2=19... 9/7/2012 Sue Streit From: Megan Barrett [mbarrett@cdsdoor.com] Sent: Thursday, October 25, 2012 2:49 PM To: suehs@meltel.net Subject: IC134 - New Hope Arena ----- Original Message From: eservices mdor(ccDstate mn us To: mbarrettOcdsdoor.com Sent: Thursday, October 25, 2012 2:46 PM Subject: Your Recent Request This email is an automated notification and is unable to receive replies. Please contact us with questions. Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 25 -Oct -2012 2:45:42 PM Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 0-720-756-992 CRAWFORD DOOR COMPANY SALES 9046070 1594621952 NEW HOPE ARENA 3209 7/19/2012 7/27/2012 4401 XYLONG AVE N $5,291.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. </ If you are unable to open the contact us link, cut and paste this URL address into your browser window: http://www.revenue.state.mn.us/Pages/contact uspaage aspx This message and any attachments are solely for the intended recipient and may contain nonpublic / private data. If you are not the intended recipient, any disclosure, copying, use, or distribution of the information included in this message and any attachments is prohibited. If you have received this communication in error, please notify us and immediately and permanently delete this message and any attachments. Thank you. Page 1 of 1 i MINNESOTA- REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hued you. Submittal Date and Time: 14 -Nov -2012 9:03:37 AM Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 1-112-027-392 SUCCESS GLASS INC 7214801 183369728 CITY OF NEWHOPE 3209 7/16/2012 8/30/2012 4949 LOUISIANA AVE NORTH NEW !TOPE MN $37,089.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Howe page. For a paper copy of this confirmation, click on the "Printer, Friendly View" button. Please pijiLt this confirmation RaLe for your records using the print or save functionality built into your browser. https://www.mudor.state.inn.usltplretrieve?type=PrintFriend&key 1=1313139200&key2T... 11/1412012 ZOO/ zoo•d sws£# Z90LTOtF96 #s:Zo 3407/0Z/ZZ Page 1 of 1 MINNESOTA- hhEW.}''A 1 E Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the wntractor or government agency that hired you - Submitted late and Time: 25 -Oa -2012 3:06.07 PM Corr:-irmation Number: Name: ID: Af I&Mt Num5e -: Project Oukner: project dumber: Project Begin Date: Project Encs Date: Traject L(vation: 1 rgjeet Amount: SUIbe,o rtractors: 0--966-189.312 TEE JAY NORTH INC 3546630 52`!302556 CITY OF NEW HOPE 3"09 7/19/2101 Z 9/24/41012 4949 LOUISIANA AVE_, NEW f-It.�F5, NUN 5,5428 $9,439.00 No Subcontractors You can always see espies of your transactions by geeing to your Requosts tab our Home gage. For a paper copy of this confirmation, dick i,.n the "Printer Fnex:dly View" button. Please iri for your records using the prntnrsave functionality built into your browser. hApO.'ww & condor.state.mn.0 `t '�ctrie e?t=13rir�tl'riencl key1-504492304&key, 2-1.-. W 5i201ti Sue Streit From: Shawn (_arson [shawn@rticonstruction.com] Sent: Thursday, October 25, 2012 91:23 AM To: suehs@meitel.net Subject: FW: Your Recent Request From: eservices.mdor(pstate.mn.us fmaiito:eservices.mdorcd)state.mn.us] Sent: Thursday, October 25, 2012 11:20 AM To: shawn@rticonstruction.com Subject: Your Recent Request This email is an automated notification and is unable to receive replies. Please contact us with questions. Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 25 -Qct -2012 11:20:09 AM Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date Project End Date: Project Location: Project Amount: Subcontractors: 0-072-622-336 R T L CONSTRUCTION INC 1219033 268042240 CITY OF NEW HOPE 12-165 6/4/2012 8/24/2012 4401 XYLON AVE N, NEW HOPE TWN $29,700.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. </ If you are unable to open the contact us link, cut and paste this URL address into your browser window: h!W://www.revenue.state.mn-us/Pages/contact us a e.as x This message and any attachments are solely for the intended recipient and may contain nonpublic / private data. If you are not the intended recipient, any disclosure, copying, use, or distribution of the information included in this message and any attachments is prohibited. If you have received this communication in error, please notify us and immediately and permanently delete this message and any attachments. Thank you. MINNESOTA- REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 24 -Oct -2012 8:28:11 AM Confirmation Number: 0-03.9-739-648 Name- PALMER SODERBERG INC ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 8636041 1332609024 CITY OF NEW HOPE 12002.00 7/16/2012 8/17/2012 4949 LOUISIANA AVE NEW HOPE MN 55428 $66,440.35 No Subcontractors Page 1 or 1 You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy .of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation page for your records using the print or save functionality built into your browser. htlps.'lwwwi. mndor,stale.rnn. usnplretrieve?type=PdntFy rend&key 1=99077580B&key2=1267675748 10124/2012 Page 1 of 1 Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 2 -Oct -2012 3:24:24 PM Confirmation Number: 1-504-886-272 Name: ARCHITECTURAL SALES OF MN INC ID: 9018038 Affidavit Number: 161.8542592 Project Owner: CITY OF NEW HOPE Project Number: 3209 Project Begin Date: 7/29/2012 Project End Date: 8/5/2012 Project Location: NEW HOPE ARENA, 4949 LOUISIANA AVE, NEW HOPE MN 55428 Project Amount: $3,610.00 Subcontractors: No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation 12age for your records using the print or save functionality built into your browser. 0 3 2012 https :llwww.mndor. state.mn.usltplretrieve?type=PrintFriend&key 1=322097664&key2=12... 10/2/2012 Page 1 of 1 Ahoil114, INN", SYMYN- 911 VERNIM., Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount.- Subcontractors: mount:Subcontractors: 6 -Nov -2012 3:42:29 PM 2-034-323-712 COMMERCIAL. FLOORING SERVICES LLC 7838004 1874132992 CITY OF NEW HOPE 900.12.155 6116/2012 9/24/2012 NEW HOPE AREANA 4949 LOLTISLANA AVENUE, NEW HOPE, MN, 55428 $17,155.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Homepage. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation nage for your records using the print or save functionality built into your browser. https:llwww.mndoT.state.mn.usltplretrieve?type=PrintFriend&keyl=2110024192&key2=1... 11/6/2012 Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 11 -Dec -2012 7:45.05 AM Confirmation Number: 0-468-945-152 Name: FULL SPECTRUM FINISHING ID: 1491453 Affidavit Number: 1.598554112 Project Owner: CITY OF NEW HOPE Project Number: 3209 Project Begin Date: 7/23/2012 Project End Date: 10/31/2012 Project Location: 4949 LOUISIANA AVENUE, NEW HOPE, MN 55428 Project Amount: $19,052.00 Subcontractors: No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Horne page. For a paper copy of this confirmation, click on the 'Printer Friendly View" button. Please print this confirmation nage for your records using the print or save fianctionality built into your browser. MN e -Services Confirmation Ycur Contractor Affidavit request is Approved, A Copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 23 -Jul -2012 3:36:24 PM Confirmation Number: 0-164828-672 Name: SERVICE FIRE PROTECTION INC ID: 4898696 Affidavit Number. 168493os6o Project Owner: CITY OF NEW HOPE Project Number. 3209 Project Begin hate: 6/1/2012 Project End Date: 613012012 Project Location: 4949 LOUISIANA AVE NEW HOPE Project Amount $2,972.00 Subcontractors: No Subcontractors You can always see copies of your transactions by going to your Ra3CjLr,'St9 tabyour Home page. For a Paper copy of this confirmation, dick on the "Printer Friendly View" button. Page 1 of 1 https://www.nmdor.state.mn-us/tp/eservices/—/ 7/23/2012 (:I-Z9-1U1'L MA U1:1U PM $OSTROM SHEET METAL FAX No. 6516468081 P-001 4 ' Page 1 of 1 .[MINNESOTA' R Y %iN E Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time-, 29 -pct -2012 1:20:31 PM Conflrt:aation Number: 1-700-389-120 Name: BOSTROM SHEET METAL WORKS INC ID: Affidavit Number: Project Ownex.. ProjectNumber: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 8433073 820903936 CITY OF NEW HOPE 12-014-00 6/4/2012 9/18/2012 NEW HOPE ARENA, INTERIOR IMPROVEMENT, NEW HOPE, MN $24,614.00 Sub Name Sub ID Sub Affidavit Number MARCUS GLOBAL INC 9431984 1682440192 Ynn can alwaysme cnpiPc of ynilr fran.-gPi&fn-nx by fining fn ynnr Rertna.qtq tabyn,ir Hnma page Fnr A Paper copy of this cornfixnzation, click on the "Printer Friendly View" button. Please pr ntTis cmif -matron pale for your records using the print or save functionality built into your browser. https:l/www.mudor. state. .us/tplretrieve?type=PrintFriend&key 1=371640832&key2=1... 10/29/2012 JUI-2J-?U1'1 MUN U1:N FM BOSTROM SHEET METAL FAX No. 6516468081 Page 1 of 1 MINNESOTA- REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number - Project Begin Data: Project End Date: Project Location: Project Amount: Subcontractors: 29 -Oct -2012 9:33:28 AM 0-056-942-849 MARCUS GLOBAL INC 9431984 1682440192 CITY OF NEW HOPE 12-014-00 5/29/2012 10/18/2012 NEW HOPE ARENA, INTERIOR IMPROVEMENTS, NEW HOPE, MN 55428 $2,400.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation page for your records using the print or save functionality built into your browser. littps://www.mndor.state.mn.as/tp/retrieve?type PrintFriend&key1-102484480&key2W8... 10/29/2012 P, 002 1 ST -rA- REVENUE YO -Z Contractor AtWaiit request is Approved. A copy of this page MUST be provided to the contractor or go, t-=.-nt agency- that Mired you.. Submitted Date and The: 26 -Oct -2012 2:49:42 PM Confirmation Number: 0-417-754-064 Name- LOBERG ELECTRIC INC ID: 4668934 Affidavit Number: 1965752320 Project Owner: CITY OF NEW HOPE Project Number: 3209 Project Begin Date: 5/15/2012 Project End Date: 9/17/2012 Project Location: 4949 LOUISIANA AVE., NEW HOPE, MN 55428 Project Amount: $66,606.00 Subcontractors: Sub Name Sub ID Sub Affidavit Number INTEGRATED FIRE & SECURITY, INC. 8474751 1677066240 You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click onthe 'Printer Friendly View" button. Please pma ibis con&mafion page for your records using the print or save functionality built into your browser. Page 1 of 1 MINNESOTA- REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 26 -Oct -2012 3:16:39 PM Confirmation Number: Name: ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount - Subcontractors: 1-756-291-328 JULIAN M JOHNSON CONSTRUCTION CORP 8882854 1706360832 CITY OF NEW HOPE 1091 5/16/2012 8/17/2012 4401 XYLON AVE N, NEW HOPE, MN $15,123.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation V= for your records using the print or save functionality built into your browser. https://www.mndor. state.mn.usltplretrieve?type=PrintFriend&key 1=624871936&key2 =7... 10/26/2012 Page 1 of 1 MINNESOTA- REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 26 -Oct -2012 10:09:10 AM Confirmation Number: 0-180-084-992 Name: ID: Affidavit Number: Project Owner: Proj ect Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: BITUMINOUS ROADWAYS INC 8225235 1747730432 CITY OF NEW HOPE 3209 8/3/2012 8/3/2012 NEW HOPE ARENA - 4949 LOUISIANA AVE., NEW HOPE $4,120.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please print this confirmation page for your records using the print or save functionality built into your browser. https://www.mndor. state.mn.usltplretrieve?type=PrintFriend&1teyl=994200064&key2=1... 10/26/2012 Page 1 of 1 MINNESOTA- REVENUE Your Contractor Affidavit request is Approved. A copy of this page MUST be provided to the contractor or government agency that hired you. Submitted Date and Time: 13 -Nov -2012 4:29:02 PM Confirmation Number: 0-220-475-648 Name: ATLAS FOUNDATION CO LLC ID: Affidavit Number: Project Owner: Project Number: Project Begin Date: Project End Date:, Project Location: Project Amount: Subcontractors: 7576910 1391329280 CITY OF NEW HOPE 3209 6/25/2012 6/29/2012 NEW HOPE ICE ARENA, 4949 LOUISIANA AVE $8,015.00 No Subcontractors You can always see copies of your transactions by going to your Requests tabyour Home page. For a paper copy of this confirmation, click on the "Printer Friendly View" button. Please : for your records using the print or save functionality built into. your browser. https:llwww.mndor.state.mn.usltp/retrieve?type=PrintFriend&key 1=151742976&key2=2... 11/13/2012 131/23/ 3 P9:22AX HP LASERJET FAX MINNESOTA: Deparii-nent.:of,Revenue.. p.02 Withholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the state of Minnesota or any of its subdivisions can make final payment to contractors. Please type or print clearly. This will be your mailing label for returning the completed form, Company name — — — — � — — — — — � 1 Daytime phone I O'f:'SQ1EM P4ukDJA:1F j 1So"I['-("S-3(G Address I TOO canlroct amount City 51ate Tip Code I Amount still due Project number - iC Project location -ALA UAAisIAN1gAU Project owner Address City 4 C e:`Aa.E_y .. 01 Xyt Did you have employees work on this project? ©Yes ❑Nto ff no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. ❑ Sole contractor [21subcontroctor Minnesota tax ID number Month/year work began 5 —/ P - IC -134 State Zip code Mame of contractor who hired you Address ❑ Prime contractors -4f you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit- For each subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified IC -134. If you need more space, attach a separate sheet. Business name _ _ Address Owner Officer t declare that all information l have filled in on this form is true and complete to the best of my knowledge and belie I outhorize the Department of Revenue to disclose pertinent information rdlating to this project, including sending copies of this form, to the prime contractor if 1 am a subcontractor, and to any subcontractors if t am a prime cbntroclor, and to the contracting agency. srgnawre Mail to.- MN Dept, of Revenue, Division, Mail Station 6610, Sf_ Paul, MN 551466610 Certificate of Compliance Based an records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has Fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from�waes paid to employees relating to contract services with the state of Minnesota and/or its subdivisions. Deparhn 42ARG%T7 a�ol FEBDate Al 40 f 2 52013 Stock No. 500013A p (Uv. 11/991 Printed on recycled paper with 10% postconsumer waste using sorbosed ink. Document G707T"" -1994 Consent of Surety to Final Payment _ eta 11b. 16%5990 PROJECT: (Name and address) ARCHITECT'S PROJECT NUMBER: OWNER ❑ Wta Ike Awa NW Fir ktrnesota CONTRACT FOR: Trtm-irsr imXmwEnts ARCHITECT CONTRACTOR L� TO OWNER; (,'Name and address) CONTRACT DATED: mil 27, 2012 SURETY 0 City cIE NW ape 4401 Xylm Av$» Nxth OTHER ❑ I -%w T13pe, M 5542841343 In accordance with the provisions of the Coni�ract between the Ow nei and the Contractor as indicated above, the flnsert name and address of Surety) on bond of (Insert name and address of Contractor) K -E ice, im. 130 Coal Avgue Sauth P.O. Bcc 408 Tgatkins, m 55389 hereby approves of the final payment to the the Surety of any of its obligations to (Insert name and address of Owner) CLty Cf NEW Tbpe 4401 Xylm kmm Nrffi New T�bpe, M 5.542&4843 as set forth in said Surety's bond c Ld�,t< cL,-V PDC -1-11 SURETY, ,CONTRACTOR, ractor shall not relieve IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date Fdxuary 13, 2013 (Iver It in wr iting the month followed by the numeric date and year ) OWNER, The Qmmnt a Qj%a _v of Nath Erica TM (Surety i (Srgaa re of theuedrepresent vz) )Me= MRV 10 ringo, I, Atb3MMLLIExt (Seal) (Printed name and title) CAUTION_ Yui sl,�ul.ri {iglr, r arsc;uia AIA ;ol.u'a i v 3G;iur6uL, ter. ti:•J> d—h th:H k-nt b RED. An. w igniiii 'tiot c ilariges wili 1101,_ e,t' r.hs�:ured AIA Document G707Tm -1994 Copyright ® 9970 and 1994 by The American Institute of Architects All rights reserved. WARNMIly Thi% AJA R4cc:: lent is p(mor.,10 by;J 3 Ct,pynrht :.tri anti I:ntarrimm!;. i Tic --ties Uffli,lem 1-nr. i rte?:-Atichonr : r ditnriL-tmtrn _rf'.k:ir AIA`' J:L,;,trrae:':• r r Z -ms ; result rn .ttwary t;xii 3r:ri viuvirij! p,fr; I1rE,r, ,,jr.d will ha Bras—i';Itea r:: the,iaarnr:N axVrrt r105ylirrC alalic -r 0.0 Itivr Purchasers are not permitted to reproduce this document To report oopynght violations of AIA Contract Documents, e-mail The American Institute of Architects' legal eounel, copyrlght@aia org 3cD004051, ACKNOWLEDGMENT OF SURETY State of Minnesota ' County of Hennepin On this 13th day of Febru , _2013 _, before me personally appeared Mary Jo Dingwall to me known, who, being by me duly sworn, did depose and say: that s/he resides at Waconia Minnesota, that s/he is the Attorney -in -Fact of _ The Guarantee Company of North America USA , the corporation described in and which executed the annexed instrument; that s/he knows the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that s/he signed his/her name thereto by like order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. JAMES ARTHUR NUSON Notary Pub4Te state of Minnesota My Commission Expires January 31, 2017 7� THE GUARANTEE COMPANY OF NORTH AMERICA USA b 1' Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Carl Godzdek, Gary McBride, Richard J. Ahmann III, Andrew P. Krane, Dean R Hildebrandt, Mary Jo Dingwall and Sean McBride RJAhmann Company its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority 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. 4. 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 Attomey-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. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. "''mac IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. �F THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai z" Notary Public, State of Michigan M County of Oakland t. , t� ,sosk w `.w My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. i I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. Ort'r � IN WITNESS WHEREOF, i have thereunto set my hand and attached the seal of said Company thisl3th day of xp 3 `" Randall Musselman, Secretary CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS AIA Document G706 (Instructions on reverse side) TO OWNER: (Name crud ar&jre w) City of New Hope 4401 Xylon Avenue North New Hope, MN 55428-4843 PROJECT: (Name crud a&1re ) New Hope Arena New Hope, Minnesota OWNF R ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER ❑ ARCHITECT'S PROJECT NO.: CONTRACT FOR: Interior Improvements CONTRACT DATED: April 27, 2012 STATE OF: Minnesota COUNTY OF: Meeker The undersigned hereby certifies that, except as listed below, payment has been made in full and all obligations have otherwise been satisfied for all materials and equipment fumished, for all work, labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the perfonnance of the Contract referenced above for which the Owner or Owner's property might in any way be held responsible or encumbered. EXCEPTIONS: SUPPORTING DOCUMENTS ATTACHED HERETO. 1. Consent of Surety to Final Payment. Whenever Surety is involved, Consent of Surety is required. AIA Document G707, Consent of Surety, may be used for this purpose. Indicate attachment: yes ❑ no Tbe. foliouling supporting documents should be attached hereto if required by the Owner: 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2, Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers, to the extent required by the Owner, accompanied by a list thereof. 3. Contractor's Affidavit of Release of Liens (AIA Document G706A). CONTRACTOR: KUE Contractors, Inc. (Narrreandaddre") 130 Central Ave S, PO Box 408 Watkins, MN 55389 BY: V Joseph L. Kuechle, President (Printed serine acrd title) Subscribed and sworn to before me on this date: February 15, 2013 Notary Public: Q V My Commission Expires: H I 6 CAUTION: You should sign an original AIA documeni ih'has (his ikution printed in red. Aw«n original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for Limited License for Reproduction of this document. AIA DOCUMENT G706 • CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBT5 ANI) CIAIMS 1994 FD1110N • 'AIA - 01994 • T'HE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVFNCE, NW, WASHINGTON, D.C. 20nn6-5292 • WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. G706-1994 CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS AIA Document G706A (Instructions on reverse side) TO OWNER: (Name and axle/ ss) City of New Hope 4401 Xylon Avenue North New Hope, M 55428-4843 PROJECT: (Name and address) New Hope Arena New Hope, Minnesota OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER ❑ ARCHITECT'S PROJECT NO.: CONTRACT FOR: Interior Improvements CONTRACT DATED: April 27, 2012 STATE OF: Minnesota COUNTY OF: Meeker The undersigned hereby certifies that to the best of the undersigned's knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or services who have or may have liens or encumbrances or the right to assert liens or encumbrances against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: SUPPORTING DOCUMENTS ATTACHED HERETO: 1. Contractor's Release or Waiver of Ivens, conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Subcontractors- and ubcontractorsand material and equipment suppliers, to the extent required by the Owner, accompanied by a list thereof. SUZANNE M. HENNEN-STREIT CONTRACTOR: KUE Contractors, Inc. (Name and address) 130 Central Ave S, PO BOX 408 Watkins, MN 55389 LIEN L. Kuechle, President Wrbnlcrl name a nd alle) Y NOTARY PUBUC - MINNESQTA Subscribed and sworn to before me on this date: ti4y Commission Expires Jan. 31, 2015 February 15, 2013 Notary Public: My CommissRpires: > ExlL January 31, 2015 CAUTION: You should sign an original AIA document that has this caution printed in red. An I i original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for Limited License for Reproduction of this document. AIA DOCUMENT G706A • CONTRACTOR's AFFIDAVIT OF RELEASE OF LIENS • 1994 EDITION • "AIA • 01994 • THE AMERICAN INSTITUTE: OF ARCHITECTS, 1735 NEW YORK AVENUE, NW, WASHINGTON, D.C. 20006-5292 • WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator 10 legal prosecution. G706A-1994 130 Central Avenue South P.O. Box 408, Watkins, MN 55389 ,m,_.4KUE Office: 320-764-2525 Fax: 3-764-2524 CONTRACTORS INC. Li a se 20355836 New Nope Arena Summary of Sales Tax Paid Supplier Description Materials Sales Tax Total Goodells Weldings Steel $ 10,330.00 $ 762.00 $ 11,092.00 Shaw / Stewart Glue -Laminated Construction $ 3,057.75 $ 224.42 $ 3,282.17 Ford -Metro Frames, Doors & Hardware $ 14,176.00 $ 1,031.00 $ 15,207.00 Bartley Sales Bath Accessories $ 1,468.00 $ 106.00 $ 1,574.00 Menards Misc Supplies $ 1,030.35 $ 74.95 $ 1,105.30 Mathew Hall Misc Supplies $ 128.65 $ 9.49 $ 138.14 Total $ 30,190.75 $ , 2,207.86 $ 32,398.61 Dated: February 15, 2013 Signature Your KUE to a Successful Project.