Loading...
HomeMy WebLinkAboutWATER FACILITY IMPROVEMENTS/ROOF BEAM REPAIRS/2008WATER FACILTY IMPROVEMENTS/ ROOF BEAM REPAIRS/ 2008 1 ~~ ~ ~Gl C' I' i ~~ d t ~'~ (~ ~l~ V'Yl ~' YZ~J Z~0~3 7 - ~ ~ r~ -08. ~l G'L ~'1 S _ ~ d, d~e-GS ~ d~ rc (l ~ d Sct r~ ~ ~'~ ~ ~''i -e -e_ r ~ ~:S~i rv~~~ ~ ~ - v a; ~ -- ~~ d dd~ ~nd.u~ ~ i~~ ~ . I ~j.~ ~ D~ I ~IanS) ~5 - ~3 ~.a - off.. ~~esolu.-~-~o~ o S- rs c~~U-~ , ~ .~ ... ~c,~, -~ -(~ e,Xec~-~ a.V„d- -4-f~- C--~ ~ 14~~. ~ r~~.~- a-~. ~re.~~.d ~1 . _ ~ S-~'ri,~. v, ,A S~ O C.,~S ~ j r,c.. 'T~ ~Y'av 'cl-2 e~!-zP.~.r' ~ nR Can Sttl~h~-~' .. S"~Y'tS ri C~-.$ -t-v r~ ')"~- ~C~ ~~~ ~Q.-~'.er ~ (i~ ~rr~p~v{m~v~-~-$ ~J~~Q - ~A~J - ~ O .. ~ sa (~-h O h, O g- ~ ~o rOJ. ~~ Q~DV'i L.~ rq ~ ~i ~^P.IC-~'i r~'i 1 .J J .J ;.. N~~ y0N -~-rv ex.eeLe.--~2 A.nt~ ~ ~~r ~2~k. ~ ~~- ~ e~r~~er~.~-T~ ~y amt .~--,.~.~~~.. -~--~,,~ ~: ~ ~ ~w~ ~, y ~ ~,~ ~. ~,n~..~~ . `' rM-. ~D ~'Cb v ~ ~Q 2 Ft G, r'l-Q ~2 ~' ~ ~ C_Dt'\ S l.c. ~ -~-c.~.h~ 5 e ru ; c ~e S ~o r 1.. ~acst- ~ewy- ~R ~' Reio~; is ~r~i~ ~ d i-• a~'- SAN - ~ 8 .. ~~es~I~-~-~o,, o g a3 appr^ou~-1 n-t~~..~Q~ r~~ ~.~.s-~ ~ S~1Pr-~ceKf' R$rfiflm~~ ~ 'l n r +.:~~~2ev~ -~-~,.t_ C~ v-~-~oWct C;-~- ~ l~Ylc.~~Seh CBh~~G~~ ~rv,C~.S' `~Y y i..M~~Wes-1- , Zn~~ r~e9ar~:n~ -{~ ~~'~ecas-E- -J~~b1~ ~e f3~4m.s cz7L PROJECT MANUAL for _ Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs - City of Iowa City, Iowa December 2007 Facility Iowa City Water Division -- 2551 North Dubuque Street (Stephen Atkins Drive) Iowa City, Iowa 52245 - (319) 356-5164 www. icgov.org/water Contact: Edward Moreno (Water Superintendent) Project Administrator City of Iowa City ~ l j N , Public Works Department _ ~ - 410 East Washington Street ~! :• ~~~~ Iowa City, Iowa 52240 ~ao~~~ (319) 356-5140 ~_ _ (319) 356-5007 Fax Contact: Rick Fosse (Public Works Director) CITY O E IOWA CITY Shaun Bradbury (Project Manager) Engineer Wiss, Janney, Elstner Associates, Inc. 330 Pfingsten Road Northbrook, Illinois 60062 847-272-7400 847-291-4813 Fax Contact: Neal Anderson WJE No. 2007.1145 WJE ENGINEERS ARCH [TECTS MA"fERIALS SCIENTISTS MEP Consultant Howard R. Green Company 4685 Merle Hay Road, Suite 106 Des Moines, IA 50322 515.278.2913 515.278.1846 Fax Contact: Steven Junod ~F-b~vard R. Green Corrpar~y Project No. 526920) TECHNICAL SPECIFICATIONS Project: Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs These Technical Specifications have been prepared under the direction of the professional listed below. The various parts to which individual responsibility applies are limited to: DIVISION 1- GENERAL REQUIREMENTS Section 00850 -List of Drawings Section 01125 -Unit Prices Section 01740 -Guarantees Section 01800 -Expanded Summary of Work DIVISION 2- SITEWORK DIVISION 3 - CONCRETE DIVISION 4 - MASONRY - DIVISION 5 - METALS DIVISION 7 - THERMAL AND MOISTURE PROTECTION SEAL I hereby certify that this engineering document was prepared byme or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. - ... U ~Y ~ D ~ ~~,~,6~- 2~~- ~. (signature) (date) . _ Printed or typed name: Neal S. Anderson r. - -~ 111i~I~~-'.° '~- ~~. License number: 18566 te %~~,~i, ~r~,/~Ip. ~~~`'` My license renewal date is December 31, 2008 ~~~ Pages or sheets covered by this seal: See above WJE ENGINEERS ARCHITECTS MATERIALS SC[ENTISTS Wiss, Janney, Elstner Associates, Inc. 330 Pfingsten Road Northbrook, IL 60062 847/272-7400 Fax 847/291-9599 Iowa City Water Facility Improvements Seal Sheet 1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 TECHNICAL SPECIFICATIONS Project: Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs These Technical Specifications have been prepared under the direction of the professional listed below. The various parts to which individual responsibility. applies are limited to: INVITATION TO BIDDERS DIVISION 1 - GENERAL REQUIREMENTS (except sections noted previously) DIVISION 16- ELECTRICAL SEAL I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. / ~E Slp O N ~E~mQ iv 2ao ~ ,q~ ~ ~Z $TEVf;N R ~ dUNOD ~ W i~a~s V,~, I Zl~o(~~ a~ (signature) (date) Printed or typed name: Steven R. Junod License number: 13829 ~ ~OWP ~ .A.. My license renewal date is December 31, 2008 Pages or sheets covered by this seal: See above ICI f-~a~ard R. Green Corrpary Howard R. Green Company 4685 Merle Hay Road, Suite 106 Des Moines, IA 50322 515.278.2913 / 515.278.1846 Fax Iowa City Water Facility Improvements Seal Sheet 2 Double Tee Roof Beam FRP Repairs December 2007 WJE No. 2007.1145 TECHNICAL SPECIFICATIONS Project: Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs These Technical Specifications have been prepared under the direction of the professional listed below. The. various parts to which individual responsibility applies are limited to: DIVISION 15- MECHANICAL SEAL E. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. "~F~CSS/p"">~, •....• ,, ' ~ ~•••, ,•y9 ,,y. • • Q l ~ ~~ ~ J •. . ~0: ';~2 ~ (signature) (date) ~~ CHARLES A. ~~ w~ PEDERSEN cm 4 U ~ 9205 ; i;f, printed or typed name: Charles A. Pedersen ~ '•. (z ~ c©~~~.•' ~; ,, y' License number: 9205 OWA~t~,,~o°'~ e ~~~~~~~i,,, My license renewal date is December 31, 2008 P ,, Pages or sheets covered by this seal: See above ~Ha~ard R. Green Company Howard R. Green Company 4685 Merle Hay Road, Suite 106 Des Moines, IA 50322 515.278.2913 / 515.278.1846 Fax Iowa City Water Facility Improvements Seal Sheet 3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 Howard R. Green Company Project No. 526920) PROJECT MANUAL FOR Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS CITY OF IOWA CITY, IOWA 2007 TABLE OF CONTENTS Section Title , PROJECT IDENTIFICATION Title Page Certifications Table of Contents BIDDING REQUIREMENTS 00031 Notice of Public Hearing AB Advertisement for Bids 00100 Instructions to Bidders 00300 Bid Form 00410 Bid Bond CONTRACTING REQUIREMENTS 00490 Notice of Award 00500 Form of Agreement 00610 Performance and Payment Bond 00670 Notice to Proceed 00700 General Conditions 00800 Supplementary Conditions CONTRACT COMPLIANCE PROGRAM 00850 List of Drawings TABLE OF CONTENTS Howard R. Green Company Project No. 526920) TECHNICAL SPECIFICATIONS Section Title DIVISION 1 -GENERAL REQUIREMENTS 01010 01039 01070 01090 01125 - 01300' `' ,01,500`=~`; '_-,' '` ,; 01700 ~_ 0'1710 ~ `` i -.~. 01 X30' i __ 0"1.740 ~ _ 01800 -~ _ DIVISION 2 - SITEWORK 02212 02800 DIVISION 3 -CONCRETE Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa Summary Coordination and Meetings Abbreviations Reference Standards Unit Price Work Submittals Temporary Facilities and Controls Contract Closeout Cleaning Operation and Maintenance Data Guarantees Expanded Summary of Work Removal of Existing Concrete and Surtace Preparation Site Work and Restoration 03210 Reinforcing Steel 03310 Structural Concrete 03604 Epoxy Injection DIVISION 4 -MASONRY 04100 Masonry Mortar and Grout 04220 Concrete Unit Masonry DIVISION 5 -METALS 05030 Hot-Dip Galvanized Coatings for Structural Steel 05120 Structural Steel 05520 Aluminum Handrails and Railings DIVISION 6 -WOOD AND PLASTICS 06610 Fiber Reinforced Polymer (FRP) Strengthening DIVISION 7 -THERMAL AND MOISTURE PROTECTION 07591 Sealants TABLE OF CONTENTS Howard R. Green Company Project No. 526920) DIVISION 15 -MECHANICAL 15050 DIVISION 16 -ELECTRICAL 16010 16111 16120 16130 16190 16500 16721 APPENDIX A Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa Basic Mechanical Requirements Basic Electrical Requirements Conduit Wires and Cables Boxes Supporting Devices Lighting Fire Alarm System City of Iowa City Memorandum -Water Division Contractor Safety Orientation Training Information TABLE OF CONTENTS ` Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 00031 NOTICE OF PUBLIC HEARING ON ~ - PLANS, SPECIFICATIONS, FORM OF - CONTRACT AND ESTIMATED COST FOR ~ - THE IOWA CITY WATER FACILITY -- -- IMPROVEMENTS, DOUBLE TEE ROOF _ BEAM FRP REPAIRS, IN THE CITY OF _ - IOWA CITY, IOWA. TO ALL TAXPAYERS OF THE CITY OF J --' IOWA CITY, IOWA, AND TO OTHER _. INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will _ conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Iowa City Water Facility Improvements, Double Tee Roof Beam FRP Repairs, in said City at 7:00 P.M. on the 29`h of January, 2008, said meeting to be held in ^' the Council Chambers in the Civic Center in said City, or if said meeting is cancelled, at the next meeting of the City Council -- thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file _. in the office of the City Clerk in the Civic Center in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the ` purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE OF PUBLIC HEARING 00031 - 1 _~ ~~~ _- _ ---- _ ' °, ~ ... = C ~~ _ ..:7` m.3 ~~ Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa ADVERTISEMENT FOR BIDS _ IOWA CITY WATER FACILITY IMPROVEMENTS - DOUBLE TEE ROOF BEAM FRP REPAIRS - " ,._ Sealed proposals will be received by the ~ - City Clerk of the City of Iowa City, Iowa, until 11:00 A.M. on the 27th day of February, 2008, or at a later date as determined by the Director of Public Works or designee, with notice of said later date to be published as required by taw. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax _ machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Council Chambers at 7:00 P.M. on the 4 day _ of March, 2008, or at such later time and place as may then be scheduled. The Project will generally involve the following: Structural repair and painting of the precast double-tee roof beam stems at the water treatment facility using fiber reinforced polymer (FRP) strengthening methods. The work includes the construction of temporary scaffolding and permanent catwalk platforms to access the roof structure from underneath to facilitate the repairs. The work also _ includes removal and relocation/replacement of portions of the existing: interior CMU walls, HVAC equipment, plumbing, electrical conduit/raceways, and lighting. _ All work is to be done in strict compliance with the plans and specifications prepared by: Wiss, Janney, Elstner Associates, Inc., 330 Pfingsten Road, Northbrook, Illinois 60062; and Howard R. _ Green Company, 4685 Merle Hay Road, Suite 106, Des Moines, Iowa 50322, which have heretofore been approved by the City Council, and are on file for public examination in the Office of - the City Clerk. Each proposal shall be completed on a form furnished by the City, and must be accompanied in a sealed envelope, separate from the one containing the proposal by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the _ TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days and post bond satisfactory to the City insuring the faithful performance of the contract and maintenance of said Project, if required, pursuant ADVERTISEMENT FOR BIDS AB - 1 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The City reserves the right to reject any or all Bids, to re-advertise for Bids or to defer action on the Bids received for a period not to exceed 45 days from and after the date and time specified in this Advertisement for Bids for receiving said Bids, and to waive irregularities and informalities. The successful bidder will be required to furnish ;~~ u a a bond in an amount equal to one hundred percent '~ `-' (100%) of the contract price, said bond to be ;_~:~ ~.~- issued by a responsible surety approved by the ~Tr City Council, and shall guarantee the prompt '~-'~ '~'- "-=~ F `° ~ f a ment of all materials and labor and also p t rt y ~ i.! `.-' ro ect and save harmless the City from all claims I '`` ,-,~ ;~-' and damages of any kind caused directly or `~~~, ~ --~. C~~ ~m~ ~ indirectly by the operation of the contract, and shall __„ - s-~ also guarantee the maintenance of the ,:;,,- ~ "-~ ...~- improvement for a period of two (2) year(s) from ~, ::-j and after its completion and formal acceptance by .=-R~ ~~~ the City. ~`-~ - The following limitations shall apply to this Project: Completion Date: 155 consecutive calendar days following the issue of Notice to Proceed. Liquidated Damages: $1,500.00 per dav. The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the office of Howard R. Green Company, 4685 Merle Hay Road, Suite 106, Des Moines, Iowa 50322, by bona fide bidders. A $50.00 deposit is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Howard R. Green Company. A refund of $25.00 per set will be given upon return of said plans and specifications in good and usable condition within 10 days after the receiving of bids. Prospective bidders and certain subcontractors are required to attend a mandatory prebi~ conference to be held at 10:00 A.M. on the 14 day of February, 2008. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. Bidders shall list on the Bid Form the names of persons, firms, companies or other parties with ADVERTISEMENT FOR BIDS .- i AB-2 ~^ _; Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at 515-242-4721. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act, applies to the contract with respect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ADVERTISEMENT FOR BIDS AB - 3 ',~ i ~~'~ a~°~ `: Qa.~.~ .~.~- yeti l F ~ ~ . y E .. ~ , 1 '_^ am..-) / ~ ~ i..~. `~`' ~~ ;> °t:- ~:..,J Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 00100 INSTRUCTIONS TO BIDDERS ARTICLE 1. DEFINED TERMS. Terms used in these Instructions to Bidders a.nd the Advertisement for Bids which are defined in the General Conditions have the meanings assigned to - them in the General Conditions. The term "Bidder" means one who submits aBid di-ecHy to owner, as distinct from asub-bidder, who submits a bid to a Bidder. - The term "Engineer" used herein in Section 00100 means the Owner's Engineering Consultant as defined in Item 19 of the General Conditions, Article 1 -Definitions and Terminology. _ ARTICLE 2. INTERPRETATIONS AND ADDENDA. All questions about the meaning or intent of the contract Documents are to be directed to the Engineer. Additions, deletions, orrevisions-~o the Contract Documents considered necessary by the Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the Engineer or Owner as having received the Contract Documents. Questions received less than 10 days prior to the date of Bids may not be answered. Only answers to such questions issued by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 2.1 Addenda may also be issued to make other additions, deletions, or revisions to the Contract Documents. ARTICLE 3. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND SITE. 3.1 It is the responsibility of each Bidder before submitting a Bid: A. To examine thoroughly the Contract Documents and other related data identified in the Bidding Documents (including "technical" data referred to below); B. To visit the site to become familiar with local conditions that may affect field measured or determined quantities, cost, progress, or performance, of the work; C. To attend a mandatory prebid conference as described in Article 19 of this section; D. To consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the work; E. To study and carefully correlate the Bidder's observations with the Contract Documents; and F. To notify the Engineer of all conflicts, errors, ambiguities, or discrepancies in or between the Contract Documents and such other related data. G. To verify visible conditions, including dimensions, materials, and attachments to remain, INSTRUCTIONS TO BIDDERS 00100 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa on the existing facility. Existing conditions shown on the Drawings are for information only and, in many cases, must be verified in field (VIF). 3.2 Reference is made to the Supplementary General Conditions for identification of: A. Those reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents. The Bidder may rely upon the accuracy of the technical data contained in such reports. However, the interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the com,pJ,eteness thereof is the responsibility of the Bidder. _ ~~~ ~~ Thr~se drawings of physical condition in or relating to existing surface and subsurface ~~.~, .cAt~itions (except Underground Utilities) which are at or contiguous to the site have been :'-' ;txxid by the Engineer in the preparation of the Contract Documents. The Bidder may i r~y,.apon the accuracy of the technical data contained in such drawings, however, the `y ~~a ~-- ~retation of such technical data, including any interpolation or extrapolation thereof, F„~i ,_ °~. teg erwith non technical data, interpretations, and opinions contained in such drawings t completeness thereof is the responsibility of the Bidder. ..~ ~,. 3.3 pies of-reports and drawings referred to in Paragraph SC-4.02 of the Supplementary Conditions will be made available by the Owner to any Bidder at cost of reproduction, if copies are desired. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which the Bidder is entitled to rely, as provided in Paragraphs SC-4.02, 4.03 and 4.04 of the Supplementary Conditions, are incorporated herein by reference. 3.4 Information and data reflected in the Contract Documents with respect to Underground Utilities at or contiguous to the site is based upon information and data furnished to the Owner and the Engineer by the owners of such Underground Utilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. 3.5 Provisions concerning responsibilities for the adequacy of data fumished to prospective Bidders on subsurface conditions, Underground Utilities, and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.02, 4.03 and 4.04 of the General Conditions. 3.6 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests, and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface, and Underground Utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the work and which the Bidder deems necessary to determine its Bid for performing the work in accordance with the time, price, and other items and conditions of the Contract Documents. INSTRUCTIONS TO BIDDERS 00100 - 2 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa 3.7 On request a minimum of 2 days in advance, the Owner will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. Location of any excavation or boring shall be subject to prior approval of Owner and applicable agencies. Bidder shall fill all holes, restore all -- pavement to match existing structural section, and shall clean up and resto~~-.'the sitefito its former condition upon completion of such explorations. _ 3.8 The lands upon which the work is to be performed, rights-of-way, and easerrtents for access thereto and other land designated for use by the Contractor in performing the work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided , by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the Owner unless otherwise provided in the Cohtract Documents. 3.9 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article and the following: A. That the Bid is premised upon performing the work required by the Contract Documents without exception and such means, methods, techniques, sequences, or procedures of construction (if any) as may be required by the Contract Documents; B. That Bidder has given the Engineer written notice of all conflicts, errors, ambiguities, and _ discrepancies in the Contract Documents and the written resolution thereof by the Engineer is acceptable to the Bidder; and C. That the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. ARTICLE 4. BID FORMS AND DELIVERY OF BID. The Bid shall be submitted on the Bid Forms herein. Please do not use the Bid Form included in the bound volume of the Specifications. Separate copies of the Bid Form are included with this document. All blanks on the Bid Forms shall be completed in ink. All names must be printed below the signatures. Each Bid shall be submitted in a sealed envelope with BID PROPOSAL and "Due" date clearly printed on the front. The Bid Bond shall be submitted in a separate sealed envelope with "BID BOND" clearly printed on the front. When sent by mail, the sealed proposal shall be addressed as follows: City of Iowa City, Iowa Attn: City Clerk 410 East Washington Street Iowa City, Iowa 52240-1826 Bids shall be filed prior to the time and at the place specified by the Advertisement for Bids. Bid INSTRUCTIONS TO BIDDERS 00100 - 3 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa proposals received after the time for opening of bids will be returned to the bidder unopened. ARTICLE 5. DISQUALIFICATION OF BIDDERS. More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the Owner believes that any Bidder is interested in more than one Bid for the work contemplated, all Bids in which such Bidder is interested will be rejected. If the Owner believes that collusion exists among the Bidders, all Bids will be rejected. A party who has quoted prices to a Bidder is not hereby disqualified fromss,~ quoting prices to other Bidders, or from submitting a Bid directly for the work. Yt. ARTfI,~LE 6. QUANTITIES OF WORK. The quantities of work or material stated in additive items of the B,i~l are s~plied only to give an indication of the general scope of the work; the Owner does not r`~~expr.~ssly-~n"Hy implication agree that the actual amount of work or material will correspond ~:p~:'~herevVith,'`~d .reserves the right after award to increase or decrease the quantity of any item of the ' " Mrorl~-by a~ ~r cunt up to and including 25 percent of any Bid item, without a change in the unit price, P.- =and shall ±r~cfi~2le the right to delete any Bid item in its entirety, or to add additional Bid items up to --°°-and:i~fcludin~n aggregate total amount not to exceed 25 percent of the Contract Price. Refer to Seen 0~, Unit Price Work, for additional information. "'~7 (~ AR1~I~.LE 7. SUBSTITUTE OR "OR EQUAL" ITEMS. Whenever materials or equipment are specified in the Contract Documents by using the name of a particular manufacturer and the name is followed by the words "or Engineer approved equivalent", the intent of the specification is only to describe the level of quality and/or principle of operation desired. In such cases, alternative materials and/or equipment will be considered by the Engineer. If no provision is made for "Engineer approved equivalent" alternatives, then alternatives shall not be considered. Bidders wishing to obtain the Engineer's approval for alternative materials or equipment prior to the bid opening shall do so in writing at least 10 days prior to the opening of sealed bids. Approval, if granted, will be made in the form of an Addendum issued by the Engineer to all planholders of record. If such approval is not granted prior to the opening of bids, then consideration of the alternative shall be made only after award of the Contract, and shall be governed by Section 00700 -General Conditions of the Construction Contract. ARTICLE 8. COMPETENCY OF BIDDERS. In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the work covered by the Bid. ARTICLE 9. SUBMISSION OF BIDS. The Bid shall be delivered by the time and to the place stipulated in the Advertisement for Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time and at the proper place. ARTICLE 10. BID SECURITY, BONDS. AND INSURANCE. Each Bid shall be accompanied byan approved Bid Bond in the amount stated in the Advertisement for Bids. Said bond shall be made payable to the Owner and shall be given as a guarantee that the Bidder, if awarded the work, will enter into an Agreement with the Owner, and will furnish the necessary insurance certificates, and INSTRUCTIONS TO BIDDERS 00100 - 4 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa Performance and Payment Bond, each to be in the amount stated in the Supplementary Conditions. In case of refusal or failure to enter into said Agreement, the Bid Bond shall be forfeited to the Owner. The Bidder shall use a copy of the Bid Bond form of these documents, or one conforming substantially to it in form. Bonds shall be issued by a surety authorized to do business in the State of Iowa. ARTICLE 11. DISCREPANCIES IN BIDS. In the event there is more than one B1d item in-a Bid- Schedule, the Bidder shall furnish a price for all Bid items in the Schedule, and fail~rre to do so will. render the Bid non-responsive and may cause its rejection. In the event there are Unit Price Bid items in a Bid Schedule and the Bid Price amount indicated for a Unit Price Bid item~loes not~equal the product of the Unit Price and Quantity, the Unit Price shall govern and the amount will be corrected accordingly, and the Bidder shall be bound by said correction. In the event there is more than one Bid Item in a Bid Schedule and the total indicated for the Schedule does not agree w~lithe sum of the prices Bid on the individual items, the prices Bid on the individual items shall govern and the total for the Schedule will be corrected accordingly, and the Bidder shall be bound by said correction. ARTICLE 12. MODIFICATIONS AND UNAUTHORIZED_ ALTERNATIVE BIDS. Unauthorized conditions, limitations, or provisos attached to the Bid shall render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures in the printed text. Alternative Bids will not be considered unless called for. Oral, telegraphic, or telephonic Bids or modifications will not be considered. ARTICLE 13. WITHDRAWAL OF BID. The Bid may be withdrawn by the Bidder by means of a _ written request, signed by the Bidder or its properly authorized representative. Such written request must be delivered to the place stipulated in the Advertisement for Bids for receipt of Bids prior to the scheduled closing time for receipt of Bids. ARTICLE 14. AWARD OF CONTRACT. Award of the contract, if awarded, will be made to the lowest responsive, responsible Bidder whose Bid complies with the requirements of the Contract Documents. This includes demonstrated qualifications in the installation of FRP repairs in accordance with the contract provisions herein. Unless otherwise specified, any such award will be made within the period stated in the Advertisement for Bids that the bids are to remain open. Unless otherwise indicated, a single award will be made for all the Bid items in an individual Bid Schedule. The Owner reserves the right to reject any or all bids, to waive any informality in a bid and to select alternate additive or deductive bid items as desired by the Owner to determine the award of the Contract. ARTICLE 15. RETURN OF BID SECURITY. Bid bonds of the lowest two or more bidders maybe retained for a period not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. Bid guaranty of the successful bidder shall be retained until the contract is executed and a performance guaranty (if applicable) has been submitted. INSTRUCTIONS TO BIDDERS 00100 - 5 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa Should a successful bidder fail to enter into contract, the bid guaranty shall be forfeited to the Owner to compensate for administrative expenses of making a re-award or issuing a new request. ARTICLE 16. EXECUTION OF AGREEMENT. The Bidderto whom award is made shall execute a written Agreement with the Owner on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 10 calendar -- days after receipt of the agreement forms from the Owner. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and forfeiture of the Bid security. If the lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the Owner may award the Co'i~ct to the second lowest, responsive, responsible Bidder. On the failure or refusal of st~~~ secop~ or third lowest Bidderto execute the Agreement, each such Bidder's Bid securities shah-lie likey~;;e forteited to the Owner. °~RT~I~LE'~- .ADDENDA. Each bid form shall include specific acknowledgment, in the space °°u°~rov}ded i~, e~tion 00300, Bid Form, of receipt of all addenda issued and mailed by the Owner ~~=cjurin~c athe-rbi~ing period. Failure to so acknowledge may result in the bid being rejected as not , , _.r.respisiv~-~ f_-r a 3 ~ ARTLE 18.AFETY AND HEALTH REGULATIONS FOR CONSTRUCTION. The Contractor shall comply with all state and federal laws and county and local ordinances and regulations which in any manner affect those engaged or employed in the work. ~, ARTICLE 19. PREBID CONFERENCE. A mandatory prebid conference will be held at 10:00 A.M. on the 14` day of February, 2008. The following bidders/sub-bidders are required to attend the prebid conference to qualify as a contractor or subcontractor to perform the applicable work described in these Contract Documents: A. FRP Contractors. ~' B. Mechanical Subcontractors. C. Electrical Subcontractors. Representatives of the at~ove named contracting entities will be required to complete a form supplied at the prebid conference to verify attendance of the conference to the Owner and prospective bidders. Representatives of the Owner and Engineer will be present. A tour of the site will be conducted at the end of the conference. Meeting minutes and attendance list for the prebid conference will be made available to all those in attendance. ARTICLE 20. LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Advertisement for Bids. INSTRUCTIONS TO BIDDERS 00100 - 6 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa ARTICLE 21. EXCISE TAX. Gross Receipts Excise Tax applicable for this project is at the rate - prescribed for a qualifying utility. Contractors and subcontractors should include the applicable tax in their bid price for each item of work. - ARTICLE 22. FEDERAL TAX ID NUMBER. Each bidder shall state its Federal Tax Identification Number on the line provided on the bid form. The Owner is required to report to IRS on Form 1099 all payments involving labor or services provided by vendors, and lack of this number may delay contract payments until the number is provided. ARTICLE 23. LOCAL PREFERENCE. By virtue of statutory authority, preference!vuill be gv~;n to materials, products, and supplies found or produced within the State of Iowa. Bidders resident in _ Iowa shall be allowed a preference over the bid of any bidder from any other state_ enforcing or having a preference for resident bidders, equal to such preference. . ARTICLE 24. BIDDER'S CERTIFICATION. A. QUALIFICATION OF BIDDER: Bidder shall certify that he/she is, at the time of bidding, and shall be, throughout the period of the contract, licensed in the State of Iowa to do the type of work contemplated in the project manual. Bidder shall further certify that he/she is skilled and regularly engaged in the general class and type of work called for in the project manual. Bidder also certifies that he/she is knowledgeable of the unusual and peculiar hazards - associated with the general class and type of work required to construct the specified project within the terms given in the project manual. Bidder shall be competent and skilled in the protective measures necessary for the safe performance of the construction work with respect to such unusual and peculiar hazards. The qualification of the Bidder to perform the FRP work will be further demonstrated in the information submitted with AIA A305 per Section 01010, Paragraph 1.5, and in accordance with Section 06610. ARTICLE 25. SCHEDULE OF VALUES. Each Bidder shall submit to the Engineer within 7 calendar days after the Bid opening a detailed "Schedule of Values" detailing costs associated with the following items at a minimum: See Bid Form for the requirements of this Section. - ARTICLE 26. DEFINITION OF GENERAL REQUIREMENTS -FORM OF PROPOSAL. Item 1 of the Schedule of Prices (General Requirements) includes all preparatory items necessary to initiate construction including mobilization, insurance and bonds. Mobilization shall consist of all items INSTRUCTIONS TO BIDDERS 00100 - 7 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa necessary for the movement of personnel, equipment, supplies, and incidentals to the project site, and for the establishment of all offices, buildings, and other facilities which must be performed or costs incurred prior to beginning work on the various items on the project site. Nothing herein shall be construed to limit or preclude partial payments otherwise provided for by the contract. The proposal will have a lump sum item for General Requirements. The total bid item shall not exceed 2-1/2 percent of total construction costs. 50% percent of the original contract price for this item may be paid in the first payment application. The remainder of this item may be paid in the second payment. ARTICLE 27. TAXES. Construction items and materials included in the Project are exempt from State of Iowa and Local Option Sales and Use Taxes. Contractor is responsible for obtaining the exemption on items included, as provided by law or for applying for reimbursement for such taxes paid. Contractor shall pay all other taxes required to be paid by Contractor in accordance with the laws and regulations of the place of the Project that are applicable during the performance of the Work. Contractor shall NOT include Sales and Use Tax in Contractor's bid. For more information on this exemption, please check the State of Iowa's website: www.state.ia.us/tax/business/Contr-ExEnt-Index.html END OF INSTRUCTIONS TO BIDDERS ~;~y~ ~~. w ~ ~r~ ^ ~ ! ~ ., a .. _. ;:~ e.-. E ~ ._:~ ~ w _W:. ~~ ~:j> L~ =a -,, INSTRUCTIONS TO BIDDERS 00100 - 8 ~- Howard R. Green Company Iowa City Water Facility Improvements - Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 00300 BID FORM IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS CITY OF IOWA CITY, IOWA 2007 NOTICE TO BIDDERS: ~ " PLEASE DO NOT USE THE BID FORM INCLUDED IN THE BOUND VOLUME OF 1"HE SPECIFICATIONS. SEPARATE COPIES OF THIS BID FORM ARE INCLUDED WITH - THIS DOCUMENT. ~ -- Name of Bidder Address of Bidder - TO: City Clerk City of Iowa City Civic Center - 410 East Washington Street Iowa City, Iowa 52240 The Bidder, in compliance with your invitation for bids for the Iowa City Water Treatment Facility (WTP) Improvements, Double Tee Roof Beam FRP Repairs, City of Iowa City, Iowa, having examined the bidding and contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials and supplies, and to provide the service and insurance in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. In response to the Bidding Requirements for the construction of the project identified above by name, the Bidder hereby makes the following representations: 1. Bidder has received the drawings and specifications for the project prepared by Wiss, Janney, Elstner Associates, Inc. (WJE) and Howard R. Green Company (HRG). 2. Bidder has examined the Bidding Documents, visited the site, and otherwise familiarized itself with the local conditions affecting the construction of the project. The undersigned bidder submits herewith bid security in the amount of $ in accordance with the terms set forth in the "Project Specifications." BID FORM 00300 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa ADDENDA Bidder acknowledges receipt of addenda Nos. ,and has included their provisions in this Bid. UNIT PRICE PROPOSALS The exact quantities of some work are not known but will be ascertained in the course of the Contractor's work. It is understood that portions of the base bid and alternate proposals work is based on the engineer's estimate. The unit prices given in the Unit Price Form are to be utilized in accordance with the provisions of Section 01125 -Unit Prices to compute the adjustments to the Contract Sum resulting from changes in the quantity of any work for which a unit price proposal is provided. Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the unit price amounts as follows. Bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. All Bidders shall submit a detailed "Schedule of Values" as described in Section 00100 (Instructions to Bidders). ALL WORDS AND NUMBERS SHALL BE WRITTEN IN ANON-ERASABLE MEDIUM. -~:r BASE BI[ c~ ~.% ~_~ L4~ Amos{:~-~for labor, equipment, materials, insurance, taxes, overhead, and profit necessary to i ; ~~~ per'~ormh~~nrork shall be included in Base Bid amount. E...L. Ite}3i -- !y CJ -„~.~ Work Description Unit Estimated Unit Price Bid Price Quantity G`:... era/ ' quirements 1 General Requirements (Mobilization, Providing Insurance, lump 1 $ $ Performance and Payment Bond, Contractor site facilities Acce ss and Protection 2 Supply and install scaffold access to the double tee stem ends identified as "A" and lump 1 $ $ "B" runs on Sheet S-4 3 Supply and install a new permanent catwalk / work platform along side the existing CIP lump 1 $ $ concrete beams, beneath the double-tee stems identified as "C" runs on Sheet S-4 BID FORM 00300 - 2 T Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa Item Work Description Unit Estimated Quantity Unit Price Bid Price 4 Supply and install temporary protection below the work areas to protect open water tanks, lump 1 $ $ equipment, and electronic controls for the lant. Concrete Repair (Stem Ends) 5 Locate delaminated/deteriorated concrete, remove unsound and sound concrete sq ft 30 $ $ - materials, and debris dis osal. ~" 6 Surface preparation, cleaning and field epoxy coating reinforcing steel, forming, placing, and curing concrete to original profile for full sq ft 30 $ ~ ~$ depth repair on tee stem (assumed full stem width re air - 6 in. FRP Repair Work 7 Provide negative pressure dust enclosures around the specific work area to contain all lump 7,900 $ $ --- surface re aration s oils 8 Surface preparation of the double tee stem ends to receive the FRP repairs, including grinding corners to a radius, grinding lump 6,000 $ $ protrusions, and / or providing epoxy filler aste to even out uneven concrete surfaces. 9 Clean out existing cracks, supply all materials, and inject epoxy resin under lin ft 1,500 $ $ pressure into existing double tee stem cracks that will be located in the FRP re air area. 10 Remove and replace in-kind the CMU in-fill firewall that may interfere with the FRP repair sq ft 150 $ $ installations along Column Line 2 or Column Line C.1 from Column Lines 1 to 2. 11 Supply all materials and labor to install FRP repairs on the double tee stem ends. This item includes the entire system of epoxy sq ft 6,000 $ $ resins, carbon fiber sheets, and final aesthetic coatin . 12 Surface preparation, and supply all materials and labor to coat the existing and new CMU sq ft 200 $ $ in-fill firewall affected by the FRP repairs on the double tee stem ends. BID FORM 00300 - 3 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa Joint Sea/anf 13 Supply and install new fire stop joint seal in properly prepared joints adjacent to the lin ft 300 $ $ double tee stem or flange ends (generally where CMU was re laced in-kind 14 Supply and install new backer rod and polyurethane sealant in miscellaneous locations identified by the Engineer (this does lin ft 50 $ $ not include flange-to-flange sealant joints dams ed b the Contractor . Mechanical Systems 15 Modifications (removal and replacement or relocation) to the existing mechanical lump 1 $ $ systems to facilitate the structural repairs, as described on the M -Sheets. Electrical Systems 16 Modifications (removal and replacement or relocation) to the existing electrical systems lump 1 $ $ to facilitate the structural repairs, as described on the E -Sheets. 17 Supply and install the new roof beam mounted weatherproof duplex receptacles as shown an, the E-Sheets, including the new lump 1 $ $ conduit':Miring and appurtenances added to acco .. odate the new rece tacles. Mis~ella s _..'18 ~~~ ..w Allby~arrce for Two Year follow up Inspection ~ lump 1 $ 5 000 00 $ 5 000 00 an ort , . , . ,~ 9 ' ~ Alld<roaxt~re for Five Year follow up Inspection lump 1 $ 5 500.00 $ 5 500 00 -~. an a ort , , . ~0 ° " Te~i Ilowance lump 1 $ 500.00 $ 500 00 ~ . 21 r. All wo efined in the contract documents other than the unit price items listed above. This includes, but not limited to, lump 1 $ $ miscellaneous dust protection, obtaining permits, job-site clean-up, and all other conditions. BASE BID (TOTAL OF ITEMS 1 THROUGH 21) $ BID FORM 00300 - 4 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa Item Work Description Unit Estimated Quantity Unit Price Bid Alternate Price Bid Alternates Alternate Removal of existing needle beam lump 1 $ $ No. 1 shorin at double-tee beam 26. Alternate Rehabilitation in place of existing needle No. 2 beam shoring at double-tee beam 26. lump 1 $ $ In submitting this Bid: 1. The Bidder understands that the Owner reserves the right to reject any or ail bids and to waive any informalities in the bidding. 2. The Bidder agrees that this bid shall be good and may not be withdrawn for the period stated in the Advertisement for Bids. 3. Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached within 10 days and deliver insurance certificates and Bonds as stated in the Instructions to Bidders and as required by the Supplementary Conditions. 4. The bid security accompanying this bid is to become the property of the Owner in the event the contract and bond are not executed within the time set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. 5. The Owner reserves the right to reject any and all bids. The Owner intends to award a single contract. The basis of contract award, if awarded, will be the lowest responsive, responsible bidder of the Base Bid plus any or all Alternates that are determined to be in the best interests of the City. _ Bidder shall name the superintendent who will be in charge of the work on-site. Superintendent's experience of the general type contemplated under the Contract shall be listed below: Superintendent's Name Project Experience of Named Superintendent (include project name, brief description, owner, contact person and phone number) for verification: BID FORM 00300 - 5 Howard R. Green Company Iowa City Water Facility Improvements _ Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa __ The names of those persons, firms, companies or other parties with whom the Bidder intends to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract. Also state "Yes" or "No" whether the listed party attended the Prebid Conference: Name /Work Type /Amount Attended? Failure to name a contractor in each of the above categories will render the bid unresponsive and void. Should the listing of subcontractors change, attach an explanation. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connectio0tu)rith any other person or persons bidding on the work. ~~ Thy--x t~nders~ned bidder states that this proposal is made in conformity with the Contract DoaS~mer~~ =a7~d agrees that, in the event of any discrepancies or differences between any ~`~condion~-this proposal and the Contract Documents prepared by the City of Iowa City, the ~._~~ „_?_.I~ore spe~fie~_`shall prevail. ___ . ~ a _ U { FIRM: -~ .~ -_ a x ~ ~ By: -~ ~~ (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Name of Contact Person for Bid) (Seal - if bid is by a corporation) BID FORM (Bidders Federal Tax I.D. Number) 00300 - 6 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa BIDDER: Have you remembered to include bid security and AIA A305 supporting documentation with your bid? If these are not included, your bid will be considered non-responsive. END OF SECTION 00300 BID FORM 00300 - 7 Howard R. Green Company Project No. 526920) SECTION 00410 BID BOND Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa as Principal, and as Surety declare that we are held and are firmly bound unto , hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission-trf the accompanying bid, dated for the ' IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS CITY OF IOWA CITY, IOWA 2007 NOW, THEREFORE, -' (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's - faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, - then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the - Project specifications or as required by law. The Surety, for value received hereby stipulates and agrees that the obligations of said - Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. ,_., BID BOND 00410 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa The Principal and the Surety hereto execute this bid bond this day of , A.D., 200 (Seal) Witness Principal BY (Title) (Seal). Surety By Witness Attorney-in-fact) Attach Power-of-Attorney c~~ k,~~ .F~ ~ .' i .,.....~..# . (~ ~`~ ' '°3 "cr ~ r-^~ r `.~ -' ~ W.J c v"~ BID BOND 00410 - 2 Howard R. Green Company Project No. 526920) SECTION 00490 NOTICE OF AWARD Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa TO: _ PROJECT DESCRIPTION: - IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS ~.. CITY OF IOWA CITY, IOWA 2007 The City has considered the BID submitted by you for the above-described Work. You are hereby notified that your BID has been accepted for items in the amount of $ You are required by the Instructions to Bidders to execute the Form of Agreement and furnish the required CONTRACTOR'S Performance and Payment Bond and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within the (10) days from the date of this Notice, said City will be entitled to consider all your rights arising out of the City's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The City will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the City. Dated this day of , 200_ CITY OF IOWA CITY, IOWA By '- Title ._ NOTICE OF AWARD 00490 - 1 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged By this the day of , 200 By Title END OF SECTION 00490 %~ ~~ ~ ~ ~~~ ~.~ r _..a { i ~ -°°3 ~, .. ' ~~ a -.~, . ,-- ~..~ .._. NOTICE OF AWARD 00490 - 2 - Howard R. Green Company Project No. 526920) SECTION 00500 FORM OF AGREEMENT Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). - Whereas the City has prepared certain plans, specification forms for proposal and bid documents dated the_day of 200_, for the - IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS CITY OF IOWA CITY, IOWA 2007 , - ("Project"), and _. Whereas, said plans, specifications, proposal and bid documents accurately and-fully - describe the terms and conditions. upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. - 2. This Agreement consists of the following component parts which are incorporated herein by reference: - a. Addenda Numbers ; b. Plans (attached herein); c. Specifications; d. Advertisement for Bids; e. Performance and Payment Bond; - f. Restriction on Non-Resident Bidding of Non-Federal-Aid Projects; g. Contract Compliance Program (Anti-Discrimination Requirements); h. Form of Proposal and Bid Documents; -- i. Notice of Public Hearing; j. Instructions to Bidders; - k. Notice to Proceed; FORM OF AGREEMENT 00500 - 1 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa I. Standard General Conditions; m. Supplementary Conditions; and n. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with Article 14 of the General Conditions and SC-14.02.A.3 and SC-14.07.C of the Supplementary =~~=~ . ~.tConditions. ~.~~-~ f- fJAT~ the ~ day of , 200_ ` ' W I~I.~R: ~ ~ ~T- CONTRACTOR: _::ITY ®F IO~L1f.L~ CITY a_ aB ~ ~ BY ___. ``` (Title) Mayor ATTEST: ATTEST: City Clerk (Title) (Company Official) APPROVED BY: City Attorney's Office END OF AGREEMENT FORM OF AGREEMENT 00500 - 2 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 00610 PERFORMANCE AND PAYMENT BOND (Here insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (Here insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, WHEREAS, Contractor has, as of written Agreement with Owner for the (date) as entered into a IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS CITY OF IOWA CITY, IOWA 2007 and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to -- be completed by Contractor, in accordance with plans and specifications prepared by the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination PERFORMANCE & PAYMENT BOND 00610 - 1 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged underthis paragraph), sufFcientfunds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall, in accordance with the provisions of Chapter 384, Code of Iowa, be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directlywith the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. ~,~ ~-` ~' _=~ r ._. , _ ~. i __.~ _ ~ :;., . i _a ..LL ~ y ~ n .-, t C --~, 4~ PERFORMANCE & PAYMENT BOND 00610 - 2 Howard R. Green Company Project No. 526920) SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness DAY OF Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa 200 (Principal) (Title) (Surety) (Title) (Address) PERFORMANCE & PAYMENT BOND 00610 - 3 i~ n~~~ _ . ~-~ . __. t ~.~ ~_~_.... i_---- .']. "_3 ~ J ~~ a'.u 9 ~~ C"W7 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 00670 NOTICE TO PROCEED TO: DATE: PROJECT MANUAL FOR IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS CITY OF IOWA CITY, IOWA 2007 CITY OF IOWA CITY, IOWA 410 EAST WASHINGTON STREET IOWA CITY, IOWA 52240-1826 You are hereby notified to commence WORK in accordance with the Agreement dated 200_, on or before .The date of completion of all WORK is HOWARD R. GREEN COMPANY By Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: this the day of 20_. By Title NOTICE TO PROCEED 00670 - 1 .~ ~ E a ~ ~ -~ --~ ' ~ -, ..~.~ y ~~ ~~ ~;- _ _s :; C.u~ V c -°i CITY OF IOWA CITY GENERAL CONDITIONS ARTICLE 1-DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents the terms listed below will have the meanings indicated which are '- applicable to both the singular and plural thereof. 1.Addenda--Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement--The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. ...., 3. Application for Payment--The form acceptable to OWNER 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. Bid--The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents--The Bidding Requirements ' and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements--The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds--Performance and payment bonds and other instruments of security. 9. Change Order--A document required by OWNER which is signed by CONTRACTOR and OWNER and authorizes an 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 temps 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--The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and OWNER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports arid'drawings of subsurface and physical conditions are rtof Contract Documents. Only printed or hard -copies of the items listed in this paragraph are Contract Docum~,nts. Files in electronic media format of text, data, graphics, and the like that may be furnished ; by OWNER to CONTRACTOR are not Contract Iocuments. 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 Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by OWNER's written approval of final payment. 15. CONTRACTOR--The individual or entity with whom OWNER has entered into the Agreement. 16. Cost of the Work--The sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. 17. Drawings--That part of the Contract Documents prepared or approved by OWNER 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. Effective 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 delivei. 19. OWNER's Engineering Consultant--An individual or entity having a contract with OWNER to furnish services as OWNER's independent professional consultant with respect to the Project and who is identified as such in the Supplementary Conditions. wp 1126 00700 - 1 20. Field Order--A written order issued by OWNER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. Extra Work- Work not provided for in the Contract as awarded or deemed essential to the satisfactory completion of the Contract and authorized by the OWNER. 22. Final Payment--Payment made to the CONTRACTOR after all work is satisfactorily completed. Final payment does not include retainage. 23. General Requirements--Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 24. 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 in connection with the Work. 25. 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. 26. Laws and Regulations; Laws or Regulations-- Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction:± 2'Ix Liens~~Charges, security interests, or encu~t~rance~. upon Project funds, real property, or • personal prgFty .- ~ 28. Miles~on~--A principal event specified in the ..~_...~ontr~ct Doc~ri~e~ts relating to an intermediate comple- "~ tion date or,.time prior to Substantial Completion of all •_., _ __ ~9'~; Notic~.~f Award--The written notice by OWI~FER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 30. Notice to Proceed--A written notice given by OWNER to CONTRACTOR fixing 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. 31. OWNER--The City of Iowa City with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed including its employees and professional consultants under contract providing services for the Work. 32. Partial Utilization--Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 33. PCBs--Polychlorinated biphenyls. 34. Petroleum--Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 12.7 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. 35. Project--The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 36. 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. 37. Radioactive Material--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. 38. Resident Project Representative--The authorized representative of OWNER who may be assigned to the Site or any part thereof. 39. 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. 40. Shop Drawings--All 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. Site--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 fuunished by OWNER which are designated for the use of CONTRACTOR. 42. Specifications--That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details 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 s Work (or a specified part thereof) has progressed to the point where, in the opinion of OWNER, the Work (or a specified part thereof) is sufficiently complete, in -- accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the 00700 - 2 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. Supplementary Conditions--That part of the Contract Documents which amends or supplements these General Conditions. 46. 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 any Subcontractor. 47. Underground Facilities--All 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. 48. Unit Price Work--Work to be paid for on the basis of unit prices. 49. Work--The entire completed 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 famishing, installing, and incorporating all materials and equipment into such construction, al] as required by the Contract Documents. 50. Work Change Directive--A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER 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 performed 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. 51. Written Amendment--A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction-related aspects of the Contract Documents. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed;" "as approved," or terms of like effect or import are used, or the adjectives _ "reasonable," "suitable," "acceptable, "proper, " "satisfactory, " or adjectives of like effect or 00700 - 3 import are used to describe an action or determination of OWNER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed 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 shall not be effective to assign to OWNER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to any provisions of the Contract Documents:. B. Day 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory; faulty, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to OWNER's final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 12.04 or 12.05). D. Furnish, Install, Perform, Provide 1. The word "furnish," 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 furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "pro- vide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Documents, words or phrases which have awell-known .technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 -PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. Refer to Supplementary Conditions regarding copies of Drawings and Project Manuals. 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 Times commence to run 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 Times commence to run. 2.05 Before Starting Construction A. CONTRACTQI~'s Review of Contract Documents: Before urf~rtaking e h part of the Work, CONTRACTOR shall car~ii'lly stud}`~nd compare the Contract Documents and chec~.~ and~,h±~ pertinent figures therein and all a~~ ablq,.~ field?' surements. CONTRACTOR shall p q~tr~ptly`teport'~i!n~ Ming to OWNER any conflict, error, a ~uit}1,.,,or iscNancy which CONTRACTOR may dyer and shall~bbtain a written interpretation or c(a~ficatio~fror~i.0 ER before proceeding with any Work affected tteby~~r~ever, CONTRACTOR shall not be liable to CsNER f~failure to report any conflict, error, ambiguity== ? discrepancy in the Contract Documents unless CONTRAzC~OR knew or reasonably should have known thereof. B. Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to OWNER for its timely review: 1. a 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 schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing, and processing such submittal; and 3. a 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 performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. C. 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. 2.06 Preconstruction Conference A. Within 20 days after the Contract Times start to run, but before any Work at the Site is started, a conference attended by CONTRACTOR, OWNER, 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.OS.B, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first Application for Payment a conference attended by CON- TRACTOR,OWNER, and others as appropriate will be held to review for acceptability to OWNER as provided below the schedules submitted in accordance with paragraph 2.OS.B. CONTRACTOR shall have an additional ten 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 OWNER. 1. The progress schedule will be acceptable to OWNER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on OWNER 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 Shop Drawing and Sample submittals will be acceptable to OWNER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR'S schedule of values will be acceptable to OWNER 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 3.01 Intent A. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. f r i~ ~J r-, ~' 00700 - 4 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 may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended 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 OWNER and shall be consistent with the intent of and as reasonably inferable from the Contract Documents. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. 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 maybe otherwise specifically stated in the Contract Documents. 2. 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 any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, or any of its consultants, agents, or employees 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 1. 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 any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to OWNER in writing at once. 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; provided, however, that CONTRACTOR shall not be liable to OWNER for failure to report any such conflict, error, ambiguity, or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as maybe 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, code, or instruction (whether or not specifi- cally 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 violation 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 in one or more of the following ways: (i) a Written Amendment; (ii}: a Change Order; or (iii) a Work Change Directive. B. The requirements of the Contract Documebts maybe supplemented, and minor variations. and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) OWNER's approval of a Shop Drawing or Sample; or (iii) OWNER's written interpretation or clarification. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or furnishing any of the Work under a direct or indirect contract with OWNER: (i) shall not 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 on behalf of the OWNER, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project without written consent of OWNER or use of same on any other project. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. OWNER shall furnish 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. B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record 00700 - 5 legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein. 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. Such additional land uses acquired by CONTRACTOR shall be by written agreement with the property owner. A copy of the written agreement shall be provided to OWNER. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that OWNER has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that OWNER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general 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 OVER with respect to: ~. r:-? k.~-die compl~feness of such reports and drawings for CON;F~ACTgR~s purposes, including, but not limited ,~-,to, ariy_ asp~t~~f the means, methods, techniques, `~-~-s>;qu~pt~es, ',~ procedures of construction to be ?~.aa.~ehrrployed b~- ~31VTRACTOR, and safety precautions .u__~trd pi'ggramir~ent thereto; or /- ~-° 2. -=oth ~ c~ta, interpretations, opinions, and informionined in such reports or shown or indica~~l m suc awings; or e<.r 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 at or contiguous to the Site that is uncovered or revealed either: 1. differs substantially and materially from that shown or indicated in the Contract Documents; or 2. is of an unusual nature, and differs substantially and 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 6.16.A), notify OWNER 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. OWNER's Review: After receipt of written notice as required by paragraph 4.03.A, OWNER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise CONTRACTOR in writing of 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, perfor- mance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in paragraph 4.03.A; 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 Article 9. 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 in respect of 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 within the time and as required by paragraph 4.03.A. 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 Article 9. However, OWNER, 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. 4.04 Underground Facilities 00700 - 6 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 by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1.OWNER shall not be responsible for the accuracy or completeness of any such information or data; and 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 and exposing when requested by OWNER all Underground Facilities within the Work area whether or not they are 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 Underground Facilities and repairing any damage thereto resulting from the Work. e. Notifying all utility companies, all pipeline owners, or other parties affected, and endeavoring to have all necessary adjustments of the public or private utility fixtures, pipelines, and other appurtenances within or adjacent to the limit, of construction made as soon as practicable. f Notification concerning work near buried utilities as required by Section 479.47, Code of Iowa, and for conducting work as required therein. g. Water lines, gas lines, wire lines, communication lines, service connections, water and gas meter boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the limits of the proposed construction, which are to be relocated or adjusted, are to be moved by the owners of the utility at their expense, except as otherwise provided for in the Contract Documents. h. It is understood and agreed that the CONTRACTOR has considered in the Bid all of the permanent and temporary utility appurtenances in their present or relocated positions as shown in the Contract Documents and that additional compensation will not be allowed for any delays, inconvenience, or damage sustained by the CONTRACTOR due to any interference from the utility appurtenances or their operation or relocation. B. Not Shown or Indicated 1. 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. OWNER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contt~act 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. No compensation shall be due for any Work stoppage caused by the location of an Underground Facility. 2. If OWNER 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. Ari equitable adjustment shall be made in the Contract Times, to the extent that it is attributable to the existence.~of an Underground Facility. 4.05 Reference Points A. OWNER shall provide engineering ysurveys to establish reference points for construction which in OWNER'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 OWNER 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 Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the OWNER in the preparation of the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general 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 OWNER's Engineering Consultants 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 00700 - 7 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. 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 immedi- ately: (i) 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); and (iii) notify OWNER (and promptly thereafter confirm such notice in writing). OWNER may retain a qualified expert to evaluate such condition or take corrective action, if ai5jr;' ^~ E. CCTRAC shall not be required to resume Work in cei~ecti~ ~3h such condition or in any affected areary`1i ntil ~r O} ' has obtained any required permits r axed thr`e*to atr~vered to CONTRACTOR written ~, n~tice~ : (i) specifyir~fihat such condition and any affected are~'~S or has been ~re~dered safe for the resumption of Wio~~,; or (li~specin~any special conditions under which such Wormay~T'~;~esumed safely. If OWNER and CONTRACOR can agree as to entitlement to or on the amount or went, if arty; of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stop- page orsuch special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in Article 9. 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 Article 9. OWNER may have such deleted portion of the Work performed by OWNER'S own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, OWNER'S Engineering Consultants and the officers, directors, partners, employees, agents, other 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, 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.E 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, OWNER's Engineering Consultants, and the officers, directors, partners, employees, agents, other 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.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to 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 furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR'S obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, 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 current 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 must be accompanied by a certified copy of such agent's authority to'act. C. If the surety on any Bond furnished by CON- TRACTOR 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 S.O1.B, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which 00700 - 8 shall comply with the requirements of paragraphs S.Ol .B and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Docmnents to be purchased and maintained by 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 identified in the Supple- mentary 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. 5.04 CONTRACTOR'S Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and, in addition, 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 CONTRACTOR'S employees; 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: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) 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 loss 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 so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect ofprofessional liability) OWNER, OWNER's Engineering Consultants, 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, partners, employees, agents, and other 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 liabilityprovided in the Supplementary Conditions or xequixed by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under para- graphs 6.07, 6.11, and 6.20; 5. contain a provision or 'endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER 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); 6. 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 11.07; and 7. A separate Owner's and contractor's protection Liability Insurance Policy will be required. C. CONTRACTOR shall purchase as provided in the Supplementary Conditions, OWNER'S and CONTRACTOR'S Protective Liability Insurance from the CONTRACTOR'S sources as primary coverage for the OWNER and OWNER'S Engineering Consultant. 5.05 Acceptance ofBonds and Insurance, Option to Replace A. If OWNER has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by CONTRACTOR in accordance with Article 5 on the basis ofnon-conformance with the Contract Documents, the OWNER shall so notify the CONTRACTOR in writing within 10 days after receipt of the certificates (or other evidence requested) required by paragraph 2.OS.C. CONTRACTOR shall provide such additional information in respect of insurance provided as OWNER may reasonably request: If CONTRACTOR does not purchase or maintain all of the Bonds and insurance required by the Contract Documents, OWNER shall notify the CONTRACTOR 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 OWNER may 00700 - 9 elect to obtain equivalent Bonds or insurance to protect its interests at the expense of the CONTRACTOR, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.06 Property Insurance B. CONTRACTOR 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 these Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER'S Engineering Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all-risk or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils 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 in transit for incorporation in the Work or stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; and r.~ 5~'_a be maii~ined in effect until fmal payment is made;~,~~ ~,,r _ ""aB C~1TR~i~'~,,}C R shall be responsible for any dedt~tible~ c~ self~t~ed retention. . ~_< i +;~ ARTICLL~~6t - C~1VT~tACTOR'S RESPONSIBILITIES 6.01 Supervt~on and~perintendence 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 be responsible to see that the completed Work complies accurately with the Contract Documents. B. At all times during the progress of the Work, CONTRACTOR shall assign a competent resident superin- tendent thereto who shall not be replaced without written notice to OWNER except under extraordinary circumstances. The superintendent will be CONTRACTOR'S representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. The name, address and telephone number of the Resident Superintendent shall be provided to OWNER prior to commencement of Work. 6.02 Labor; Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out, and construct the Work 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, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without OWNER's written consent given after prior written notice to OWNER. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, 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 warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by OWNER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 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 Docu- ments. 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 OWNER 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 (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 00700 - 10 2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of -- Article 10. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 10. 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 "or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to OWNER for review under the circumstances described below. 1. "Or-Equal"Items: If in OWNER'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 maybe considered by OWNER as an "or-equal" item, in which case review and approval of the proposed item may, in OWNER'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.OS.A.1, a proposed item of material or equipment will be considered funcrionally equal to an item so named if: a. in the exercise of reasonable judgment OWNER deternunes that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; _ b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ii) it will conform substantially, even with deviations, to the _ detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in OWNER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or-equal" item under paragraph 6.OS.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit sufficient information as provided below to allow OWNER to determine that 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 OWNER from anyone other than CONTRACTOR. c. The procedure for review by OWNER will be as set forth in paragraph 6.OS.A.2.d, as supplemented in the General Requirements and as OWNER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to OWNER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to famish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not 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 work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance,. .repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indi- rectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by OWNER in evaluating the proposed substitute item. OWNER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by OWNER. CONTRACTOR shall submit sufficient information to allow OWNER, in OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by OWNER will be similar to that provided in subparagraph 6.OS.A.2. C. Owner's Evaluation: OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.OS.A and 6.OS.B. OWNER will be the sole judge of acceptability. No "or- equal" or substitute will be ordered, installed or utilized until OWNER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." OWNER will advise CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER may require CON- TRACTOR to furnish at CONTRACTOR'S expense a special performance guarantee or other surety with respect to any substitute. 00700 - 11 E. CONTRACTOR'S Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or- equal" at CONTRACTOR's expense. 6.06 Concerning 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.B), 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. CON- TRACTOR 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 or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER for all acts and omissions of the Subcontractors, Suppliers, and other ind)viduals or entities performing or furnishing any of the ~t~brk just as CONTRACTOR is responsible f~' CONT CTOR's own acts and omissions. Nothing in t~'e Contr Documents shall create for the benefit of t4ir~ surf :$ubcontractor, Supplier, or other indi id~ial o1~_~ntit~~~i}~'contractual relationship between OVr~f arid='any ',~~ubcontractor, Supplier or other inditrl` 1 or~~entity,;"n~tshall it create any obligation on the part.`t~WNER taJpaCy~or to see to the payment of any monE.,}M~duey s~ish.,.~ubcontractor, Supplier, or other individual or-entity ~Xp as may otherwise be required by Laws and Reations. ~~ .-.~ 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 perfomung or furnishing any of the Work to communicate with OWNER 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 specific 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. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on property insurance, the agreement between the CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, OWNER'S Engineering Consultant, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other 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 W ork 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 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. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER'S Engineering Consultant, and the officers, directors, partners, employees or agents, and other consultants 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 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 not specified in the Contract Documents. 6.08 Permits A. Unless otherwise 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. CONTRACTOR shall pay all charges of utility owners for connections to the Work. 6.09 Laws and Regulations 00700 - 12 A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, OWNER shall not 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 primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR'S obligations under paragraph 3.03. 6.10 Taxes A. CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by CONTRAC- TOR 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 Other Areas A. Limitation on Use of Site and Other Areas 1. 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. 2. 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 arbrtration 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, OWNER'S Engineering Consultant, and the officers, directors, partners, employees, agents, and other consultants 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, OWNER'S Engineering Consultant, 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. C. Cleaning: Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site 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 wr adjacent property to stresses or pressures that will .endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain it a safe place at the Site one record copy of all Drawings,.. Specifications, Addenda, Written Amendments, 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 OWNER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to OWNER. 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. 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 maybe affected by the Work; 2. all 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 property from damage, injury, or loss; and shall erect and maintain all necessary safeguarris 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. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 00700 - 13 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 amibutable to the fault of Drawings or Specifications or to the acts or omissions of OWNER, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not amibutable, 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). CONTRACTOR'S duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed in accordance with paragraph 12.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connections with the Work. The OWNER will not have such responsibility. No action under taken by the OWNER under General Conditions paragraphs 13.1 or 13.2, will constitute a transfer of this responsibility or acceptance of this responsibility by the OWNER. 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. COI`.~TRACTCshall be responsible for coordinating any exchal of mat~al safety data sheets or other hazard communic.~,~jon iry~eration required to be made available to o~ ~chan~ed betvve~ or among employers at the Site in a~C~"dance-wrth );Qr Regulations. ~. , . i .. ,... err }__ 6.~I-6-~'mer`gfncies .-~ ~. In erg ~ '~? affecting the safety or protection of persons orie ~rf~pr property at the Site or adjacent thereto, CCTTRAC R is obligated to act to prevent threatened `image, injury, or loss. CONTRACTOR shall give OWNER 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 OWNER 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 to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as OWNER may require and in the number of copies specified in the General Requirements. The 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 OWNER the services, materials, and equipment CONTRACTOR proposes to provide and to enable OWNER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as OWNER may require to enable OWNER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to OWNER as required by paragraph 2.07, any related Work performed prior to O WNER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimen- sions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construc- tion and safety precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Docu- ments. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR'S obligations under the Contract Documents with respect to CONTRACTOR'S review and approval of that submittal. 00700 - 14 3. At the time of each submittal, CONTRACTOR shall give OWNER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- municationseparate from the submittal; and,•in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to OWNER for review and approval of each such variation. E. OWNER'S Review 1. OWNER will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to OWNER. OWNER'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.OWNER'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.OWNER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called OWNER'S attention to each such variation at the time of each submittal as required by paragraph 6.17.D.3 and OWNER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by OWNER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make corrections required by OWNER 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 OWNER 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 13.04 or as OWNER and CONTRACTOR may otherwise agree in writing. B. Time is an essential element of the Contract, an it is important that the Work continue each working day and pressed vigorously to completion. 6.19 CONTRACTOR'S General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. 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, Sub- contractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. B. 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 OWNER; 2. recommendation or payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by OWNER or any payment related thereto by OWNER; 4. use or occupancy of the W ork or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; 6. any review and approval. of a Shop;~rawing or Sample submittal or the issuance of a notice of acceptability by OWNER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER'S Engineering Consultant, 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 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: 1. is amibutable 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; and 2. is caused in whole or in part 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 W ork or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of an individual or entity indem- nified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such individual or entity. 00700 - 15 B. In any and all claims against OWNER or OWNER's Engineering Consultant or any of their respective consultants, agents, officers, directors, partners, or employees 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 OWNER's Engineering Consultant or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of the preparation of, or the failure to prepare maps, Drawings, opinions, reports, surveys, designs, or Specifications. ARTICLE 7 -OTHER WORK 7.01 Related Work at Site A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to CON- TRACTOR prior to starting any such other work. B. C~ TRACT`QI~ shall afford each other contractor who is a py to such direct contract and each utility owner (and OWI~FR, if OWER is perfornung the other work with O,W-~1ER's`empk~~e~~proper and safe access to the Site and airea~onal~e oppt~r unity for the introduction and storage of n~afeitials and equilah2rit and the execution of such other work and shall ~toper~y~ '~~' dinate the Work with theirs. Unless T r~~ T e ~rovit~ed`' the Contract Documents, CON- ~~ OItF~ha1~~1 cutting, fitting, and patching of the Work that i~ay b~-Fe~ired to properly connect or otherwise make its several part~ome together and properly integrate with such der worfC. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of OWNER 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 OWNER 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 Work. 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. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and respon- sibility for such coordination. ARTICLE 8 -OWNER'S RESPONSIBILITIES 8.01 Furnish Data A. OWNER shall promptly furnish the data required of OWNER under the Contract Documents. 8.02 Pay Promptly When Due A. OWNER shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 12.02.C and 12.07.C. 8.03 Lands and Easements; Reports and Tests A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.01 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 in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by OWNER in preparing the Contract Documents. 8.04 Insurance A. OWNER's responsibilities, if any, in respect to pur- chasing and maintaining liability and property insurance are set forth in Article 5. 8.05 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 CON- TRACTOR tocomply with Laws and Regulations applicable to the performance of the Work. OWNER will not be responsible for CONTRACTOR'S failure to perform the Work in accordance with the Contract Documents. 00700 - 16 B. The OWNER shall not be obligated to pay standby or - down time rental on any equipment used or stored at the Site unless agreed to and included in an approved Change Order. 8.06 Undisclosed Hazardous Environmental Condition A. OWNER'S responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.07 Evidence of Financial An•angements A. If and to the extent OWNER has agreed to furnish - CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER'S obligations under the Contract Documents, OWNER'S responsibility in respect thereof will be as set forth in the - Supplementary Conditions. ARTICLE 9 -PAYMENTS 9.01 Scope of Payment A. The CONTRACTOR shall accept the compensation - herein provided as full payment for furnishing all material, labor, tools, and equipment and for performing all work under the Contract or any extension thereof allowed under Article _ 10; also, for all cost arising from the action of the elements or other natural causes,' agreements, and performances, nonperformances, or delays involving other contractors and third parties, or injunctions or lawsuits resulting therefrom, or - from any unforeseen difficulties not, otherwise provided for in the Contract Documents and which may be encountered during prosecution of the work and up to the time of acceptance thereof, except damage to the work due to acts of - war. Nothing herein shall in and of itself be construed to prejudice or deny any claim filed under provisions of Article 9.05 - B. The Contract Price for any item shall be full compensation for acceptable work and for materials, equipment, tools, and labor for performance of all work necessary to complete the item in accordance with the - Contract Documents. 9.02Payment For Work Performed - A. The CONTRACTOR shall receive and accept payment for work performed under the contract as follows: 1. Items of Work Performed Which Are Covered by - Definite Prices Stipulated in the Contract. For all items of acceptable work performed which are covered by definite unit prices or lump sum amounts specified in the _ contract, the CONTRACTOR shall receive and accept compensation at the rate specified in the contract, except for items identified as that of significant change as provided in Articles 4.03 and 9.04. 2. In making Contract adjustments, consideration shall be given to the portion of the cost of the work that can be classified as fixed costs, independent of the exact quantity of work performed, such as transportation and installation costs on equipment, overhead cost, etc. Any price adjustment shall be arrived at from the standpoint that neither party to the contract shall be penalized by the increase or decrease in quantities which occasioned the price adjustment. B. Extra Work. 1. Extra work ordered by the OWNER of a quality or class not covered by the Contract, will be paid for either at an agreed price or on a force account basis. a. Agreed Price Basis. For extra work ordered by the OWNER and performed on an agreed price basis, the OWNER and the CONTRACTOR shall enter into a written agreement before. the work is undertaken. This written agreement shall describe the extra work that is to be:done and shall specify the agreed price or prices therefor. b. Force Account Basis. (1) For extra work performed on a force account basis, the CONTRAOT.OR shall receive the rate of wage (or scale) agreed to in writing with the OWNER before beginning work for each and every hour that laborers, timekeepers, supervisors, and superintendents are actually engaged in work. (2) The CONTRACTOR shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits, or other benefits, when the amounts are required by a collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the work. (3) An amount equal to 35 percent of the sum of the above items will also be paid to the Contractor. The 35 percent shall cover compensation for furnishing the necessary small tools for work, together with all other overhead items of expense. (4) For property damage, liability, and worker's compensation insurance premiums, unemployment insurance contributions, and social security taxes on the force account work, the Contractor shall receive the actual cost, to which 10 percent will be added. The Contractor shall furnish evidence of the rate or rates paid for such bond, insurance, and tax. (5) The wage of the superintendent, timekeeper, or supervisor who is employed partly on force account work and partly on other work shall be prorated between two classes of work according to the number of persons Shawn by the payrolls as employed on each class.ofwork. (6) For materials used on force account work, the Contractor shall receive the actual cost of materials delivered on the work, including the freight and handling charges as shown by original receipted bills, to which cost 00700 - 17 shall be added a sum equal to 15 percent thereof. (7) Rental rate for machinery, tools or equipment (except small hand tools which may be used) and fuel and lubricants shall.. bia-based on the average monthly rental rile in flie.Rerital Rate Blue Book published by Dataquest Incorporated. The OWNER and`the Contractor shall agree on a rental rate in writing before extra work on force account basis is performed. Profit percentage shall not be added to the rental rate. (8) Compensation as herein provided shall be accepted by the Contractor as payment in full for extra work done on a force account basis. It will be assumed that such payment includes the use of tools and equipment for which no rate is allowed, overhead, and profit. (9) At the end of each day, the Contractor shall prepare payrolls in duplicate for labor furnished on a force account basis using the OWNER's standard force account forms. Both copies,; shall be signed by the inspector and Contractor's representative. One copy shall be famished to the OWNER and one to the Contractor. Claims for extra work performed on a force account basis shall be submitted to the OWNER in triplicate. To the claims shall be attached such receipts or statements as the OWNER may require in support of such claims. Such claims shall be filed not later than the tenth day. of the month following that in which the wor";vas actually performed, and shall ~~ include~111 labor charges, rental charges on machint` ^~y, tools, and equipment, and all ~'~ mat~fi~Gharges insofar as they are available. i a ~ ~"" Extrlt~~~Performed by a Subcontractor. The _. _.. ~erce~age rf~,yltup to be allowed to CONTRACTOR for t ~--extra Work (including force account work) performed by '..9~ Sulontro~~-shall be in accordance with the follow~mg: ~~ .ti.~ a. 10 pf~etcent on the first $50,000 with a $100 minimum. b. 5 percent on the portion over $50,000. C. Deficient Work. Payment for work judged by the OWNER to be deficient Work will be made at the reduced rate specified in the Contract Documents or, if no such rate is specified, at a modification of the Contract Price, as determined by the OWNER. 9.03 Canceled Work A. The OWNER shall have the right to cancel any or all items from the Contract when unforeseen circumstances, unanticipated design changes, or other reasons beyond the control of the CONTRACTOR prevent or unreasonably delay completion of the Contract or certain items of the Contract, or when the OWNER determines that cancellation is in the public interest. B. The CONTRACTOR may be prevented from starting work on a contract or an identified phase of a contract as a result of a delay caused by the OWNER or others. C. .When the Contract period is defined by the approximate starting date and the delay prevents the CONTRACTOR starting Work on the Contract or an identified phase of the Contract for 30 calendar days beyond such date, the CONTRACTOR may request cancellation by written notice to the OWNER stating the reasons therefor. D. When the Contract period is defined by the late start date and the delay prevents the CONTRACTOR starting for more than 30 calendar days after the date of award of Contract and at least 30 calendar days beyond the date which, by notice to the OWNER the CONTRACTOR proposed to start work, the CONTRACTOR may request cancellation by written notice to the OWNER, stating the reasons therefor E. In the case of 9.03 C., or 9.03 D., within 30 calendar days from the date of the request, the OWNER will eliminate or minimize, if possible, the cause for the delay and issue a Notice to Proceed, redefine the basis on which the work is to proceed, or cancel the Contract or phase of the Contract. F. CONTRACTOR shall not use delays that occur prior to starting work or an identified phase of the work as a basis of a claim against the OWNER except for an extension of contract period. Notices described in this Article 9 shall be transmitted by ordinary mail. G. For fmished portions of non-major items canceled, the CONTRACTOR will be paid, at the contract unit prices, in accordance with the provisions of Article 9.02. For finished portions of major items canceled, the CONTRACTOR will be paid as provided in Article 9.02. For all items, materials ordered and delivered for the unfinished portion of such cancelled or omitted items, the OWNER will pay cost plus 10 percent as an overhead charge. The CONTRACTOR'S expense for work of handling or transporting this material shall be included in computing the cost. The OWNER will also pay any actual expenses sustained by the CONTRACTOR by reason of such cancellation or omission and not represented by work completed or material delivered. In computation of material cost or expenses sustained, no anticipated profit will be included. Material paid for shall become the property of the OWNER and shall be disposed of as directed by the OWNER. 9.04 Standardized Contract Clauses `" A. Suspensions of Work Ordered by The OWNER 1. If the performance of all or any portion of the work is suspended or delayed by the OWNER in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and- -the ~ CONTRACTOR believes that additional compensation and/or contract time is due as a result of such suspension or delay, the CONTRACTOR shall submit to the OWNER in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 00700 - 18 2. Upon receipt, the OWNER will evaluate the CONTRACTOR's request. If the OWNER agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the CONTRACTOR, its Suppliers, or Subcontractors at any approved tier, and not caused by weather, the OWNER will make an adjustment (excluding profit) and modify the Contract in writing accordingly. The CONTRACTOR will be notified of the OWNER's,determination whether or not an adjustment of the contract is warranted. 3. No Contract adjustment will be allowed unless the CONTRACTOR has submitted the request for adjustment within the time prescribed. 4. No Contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which adjustment is provided or excluded under any other term or condition of this Contract. B. Significant Changes in the Character of Work. 1. The OWNER reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations will not invalidate the contract nor release the surety, and the Contractor agrees to perform the work as altered. 2. If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the Contract. The basis for the adjustment shall be agreed upon prior to the performance of the Work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the CONTRACTOR in such amount as the OWNER may determine to be fair and equitable. 3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the Contract, the altered Work will be paid for as provided elsewhere in the Contract. 4. The term "significant change" shall be construed to apply only to the following circumstances: a. When the character of the work as altered differs materially in kind or nature from that _ involved or included in the original proposed construction; or b. When a major item of Work, defined as an v item of Work in excess of $50,000, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for __ an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 9.05 Disputed Claims For Extra Compensation A. In, any case where the CONTRACTOR deems that extra compensation is due for work or material not clearly covered in the Contract and not ordered by the OWNER as extra Work as defined herein, the CONTRACTOR shall notify the OWNER in writing to make claim for this extra compensation before work begins on which the claim is based. B. The OWNER shall be responsible for damages amibutable to the performance, nonperformance, or delay, of any other contractor, governmental agency, utility, firm, corporation, or individual authorized to do work on the project, only when these damages result from negligence on the part of the OWNER, or any of its officers or employees. In any case where the CONTRACTOR deems that extra compensation is due from the OWNF~as dams resulting from these performances, nonperfo nces, o~elays, the CONTRACTOR shall notify the O ~ in ~ing at the time the delay occurs. ~ ~ ~_ ~~ 1 ` S C. In all cases, if this notificatioi~9 6 to giver'f~ or ifs the notification is given, the OW1V`E~is np#. aff ` facilities for keeping strict account of cost~as de for force account construction, the C CTt~}2 thereby agrees to waive the claim for extra pensat,~ for this work. This notice by the CONTRAC OR, and td~9 fact that the OWNER has kept account of the.C~st as aforesaid, shall not be construed as establishing the validity of the claim. The claim, when filed, shall be in writing and in sufficient detail to permit auditing and an intelligent evaluation by the OWNER. The claim shall be supported by such documentary evidence as the claimant has available and shall be verified by affidavit of the claimant or other persons having knowledge of the facts. If the claimant wishes an opportunity to present the claim in person, then the claim shall be accompanied by a written request to do so. Where the claimant asks an opportunity to present the claim in person, the OWNER, within 30 calendar days of the filing of the claim, will fix a time and place for a meeting, between the claimant and the OWNER. The OWNER will, within a reasonable time from the filing of the claim or the meeting above referred to, whichever is later, rule upon the validity of the claim and notify the claimant, in writing, of the ruling together with the reasons therefor. In case the claim is found to be just, in whole or in part, it will be allowed and paid to the extent so found. The CONTRACTOR shall not institute any court action against the OWNER for the adjudication of any claims until the claim has been first presented to the OWNER pursuant to this Article. ARTICLE 10 -CHANGE OF CONTRACT TIMES 10.01 Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice submitted by the party making the claim to the OWNER and the other party to the Contract. 00700 - 19 B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 10. 10.02 Delays Beyond CONTRACTOR'S Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) 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 10.01.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, negligent acts by OWNER, negligent acts by utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 10.03 Delays Within CONTRACTOR'S Control A. The Contract Times (or Milestones) will not be extended due to 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. 10.04 Delays Beyond OWNER'S and CONTRACTOR'S Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control ofboth OWNER and CONTRACTO$:; ~n extension of the Contract Times (or Milesto man ar~t~(int equal to the time lost due to such delay sh~be CON~RACTOR's sole and exclusive remedy for such delay. ~ =~' ~.Wu , ,, ~_=. '~ O.,S)5 D~ Dis~i"liges E 1 ~ _~1 ~= ~'~ {A. ~1'tr nd }nt shall OWNER be liable to ~`-b~t1TRA~TOI~-,~ Subcontractor, any Supplier,, or any dtl~r per5'~~t or a~a~ation, or to any surety for or employee or agent -off' an}£-dF~em, for damages arising out of or resulting ~m: C7 ~ :., 1. delays caused by or within the control of CON- TRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 11 . - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 11. 11.02 Access to Work A. OWNER, OWNER's Engineering Consultant, 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, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR'S Site safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. CONTRACTOR shall give OWNER 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 11.03.C and 11.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 11.04.B shall be paid as provided in said paragraph 11.04.B; 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 thereof) 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 approvals, pay all costs in connection therewith, and furnish OWNER 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 OWNER'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 CONTRACTOR'S purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER. 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 OWNER, it must, if requested by OWNER, be uncovered for observation. F. Uncovering:Work as provided in paragraph 11.03.E shall be at CONTRACTOR's expense unless CON- TRACTOR has given OWNER timely notice of CONTRACTOR's intention to cover the same and OWNER has not acted with reasonable promptness in response to such notice. 00700 - 20 11.04 Uncovering Work A. If any Work is covered contrary to the written request of OWNER, it must, if requested by OWNER, be uncovered for OWNER's observation and replaced at CONTRACTOR's expense. B. If OWNER considers it necessary or advisable that inspected covered Work be observed by OWNER, reinstalled or tested by others, CONTRACTOR, at OWNER's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as OWNER may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such 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 Article 9. If, however, such 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 Milestones), 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 Article 9. 11.05 OWNER May Stop the Work 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. 11.06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by OWNER, remove it from the Project and replace it 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). 11.07 Correction Period A. If within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work, material, or equipment 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: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) 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. If CONTRACTOR does not promptly comply with the terms of such 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, and 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) attg out of or relating to such correction or rep r such~moval and replacement (including but not limite. ~1 costsofrepair or replacement of work of others ~vll is paid'j ~y CONTRACTOR. r.-~ -~ t -? C? '~ B. In special circumstances where, arti r rt~f equipment is placed in continuous serv~C fore~.tbst ti 1 Completion of all the Work, the corfe~t# perms for that item may start to run from an earlier da"~if so pro~led in the Specifications or by Written Amendm~tit. W C. Where defective Work (and'd~'tnage to other Work resulting therefrom) has been corrected or removed and replaced under this paragraph 11.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR'S obligations under this paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this paragraph 11.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 11.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER 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 and the diminished value of the W ork to the extent not otherwise paid by CONTRACTOR.pursuant to this sentence. If any such acceptance occurs prior to 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 00700 - 21 the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in Article 9. If the acceptance occurs after final payment, an appropriate amount will be paid by CONTRACTOR to OWNER. 11.09 OWNER May Correct Defective Work A. If CONTRACTOR fails within a reasonable time after written notice from OWNER to correct defective Work or to remove and replace rejected Work as required by OWNER in accordance with paragraph 11.06.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 and remedy any such deficiency. B. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. In connection with such corrective and 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 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 limited 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 11.09 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 Contrrkct~,Price. If the parties are unable to agree as to the amount o the adjustment, OWNER may make a Claim thei'or as pr"o~.~'ded in Article 9. Such claims, costs, losses and cages, Include but not be limited to all costs of xep~ir, or-repl~"a~ t of work of others destroyed or daii3agird bg~= co'• `~, removal, or replacement of CO'~2ACTOR's~€etwe Work. _ ~.~ r .... ..- ~ t ~,~ I~: CON~'~AGT.D hall not be allowed an extension of the Oontracf.T~mes%(~"r~ilestones) because of any delay in the performae of `the~ork attributable to the exercise by OWNER of<=~WNERts-rights and remedies under this paragraph I1`OI. ARTICLE 12 -PAYMENTS TO CONTRACTOR AND COMPLETION 12.0.1 Schedule of Values A. The schedule of values established as provided in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to OWNER. Progress payments on account of Unit Price Work will be based on the number of units completed. 12.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to OWNER 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. 2. 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 1.OWNER will, within 10 days after receipt of each Application for Payment, indicate in writing acceptance or denial of payment Application including reasons for refusing to make payment. If payment application is denied, CONTRACTOR may make the necessary corrections and resubmit the Application. 2. Payment by OWNER of amount requested in an Application for Payment will constitute a representation by OWNER that to the best of OWNER'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, to the results of any subsequent tests called• for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Article 9, and to any other qualifications stated in the recommendation); and c. the conditions precedent to CONTRACTOR's being entitled to such payment 00700 - 22 appear to have been fulfilled in so far as it is OWNER's responsibility to observe the Work. 3. By making any such payment OWNER will not thereby be deemed to have accepted that: (i) 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; or (ii) that 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 OWNER's review of CONTRACTOR's Work for the purposes of making payments, including Final Payment, will impose responsibility on OWNER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR'S performance of the Work. Additionally, said review or recommendation will not impose responsibility on OWNER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear ofany Liens. S .OWNER may 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 maybe necessary to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replace- ment; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 11.09; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in para- graph 13.02.A. C. Payment Becomes Due 1. Twenty days after presentation of the Application for Payment to OWNER, the amount will (subject to the provisions of paragraph 12.02.D) become due, and when due will be paid by OWNER to CONTRACTOR. D. Reduction in Payment 1.OWNER may refuse to make payment of the full amount because: a. claims have been made against OWNER on account of CONTRACTOR'S performance or fur- nishing 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 occur- rence ofany ofthe events enumerated in paragraphs 12.02.B.S.a through 12.02.B.S.c or paragraph 13.02.A. 2. If OWNER refuses to make payment of the full amount, OWNER must give CONTRACTOR immediate written notice 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 corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined tl~j OWNER'S refusal of payment was notQ}~stified,~e amount wrongfully withheld shall be tre an amount due as determined by paragraph 12.02` ir/:j 12.03 CONTRACTOR'S Warranty o t~c, -..! ~,~ _.. f_. A. CONTRACTOR warrants and.g nte~hat t e o all Work, materials, and equipnf~~over~ by any Application for Payment, whether inc~porated in'the Project or not, will pass to OWNER no l~r than i~ time of payment free and clear of all Liens. ~~~:; 12.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that OWNER issue a certificate of Substantial Completion. Promptly thereafter, OWNER and CONTRACTOR shall make an inspection of the W ork to determine the status of completion. If OWNER does not consider the Work substantially complete, OWNER will notify CONTRACTOR in writing giving the reasons therefor. If OWNER considers the Work substantially complete, OWNER will prepare 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. B. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 12.05 Partial Utilization A. Use by OWNER at OWNER'S option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or 00700 - 23 which OWNER 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 CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions. 1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER that such part of the Work is substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER and CONTRACTOR shall make an inspection of that part of the Work to determine its status of completion. If OWNER does not consider that part of the Work to be substantially complete, OWNER will notify CONTRACTOR in writing giving the reasons therefor. If OWNER considers that part of the Work to be substantially complete, the provisions ofparagraph 12.04 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. 12.06 Final inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, OWNER will promptly make a final inspection with CONTRACTOR and will notify CONTRACTOR in writing of all particulars in 'which this inspection reveals that the Work is incomplete~t~ defective. CONTRACTOR shall immediate take such ii`ieasures as are necessary to complete such Worl~pr remeduch deficiencies. ~'_1- 12~,4Z,FinaC~Pay ,~ ~ _ _' ~ a~. Applicatian~`r~r.J'ayment .~.._t t..... ~ _._ ;--;-~~ 1.,~~fter~TRACTOR has, in the opinion of `--'9'JVN~F~, si~"'f~torily completed all corrections identifie~lc dur~ a final inspection and has delivered, in accar`ance wi~the Contract Documents, all main- ' tenancy atnd operating instructions, schedules, guaran- tees, 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 fmal payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.B.7; (ii) consent of the surety, if any, to final payment; and (iii) 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 12.07.A.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 (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish 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. Review of Application and Acceptance 1. If, on the basis of OWNER's observation of the Work during construction and final inspection, and OWNER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, OWNER is satisfied that the Work has been completed and CONTRACTOR'S other obligations under the Contract Documents have been fulfilled, OWNER will, within ten days after receipt of the fmal Application for Payment, indicate in writing to CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 12.09.Otherwise, OWNER 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 docu- mentation, the Final Payment by OWNER will become due and, when due, will be paid by OWNER to CONTRACTOR. 12.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, OWNER may, upon receipt of CONTRACTOR'S final Application for Payment, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to beheld by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished 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 OWNER 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. 12.09 Waiver of Claims r-, 00700 - 24 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 12.06, 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 writing which are still unsettled. ARTICLE 13 - SUSPENSION OF WORK AND TERMINATION 13.01 OWNER May Terminate for 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 sufficient 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 disregard of the authority of OWNER; 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 13.O1.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate the services of CONTRACTOR, 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), 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 finish the W ork as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. 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 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. C. 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. 13.02 OWNER May Terminate For Convenience A. Upon seven days written notice to CONTRACTOR, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 1. for 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. for expenses sustained prior to the effective date of termination in performing services and furnishing 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. for all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other prgfessionals and all court or arbitration or r dispu~esolution costs) incurred in settlement of t ed c~tracts with Subcontractors, Suppliers, and sand x}- ~ 4. for reasonable expenses ~e~y atti4„~utal~'t~'tb termination. ~ f.-- ft3 y~. B. CONTRACTOR shall not be ~ acC~nt o~1 of anticipated profits or revenue or,` ei~ ecd~ibmic loss arising out of or resulting from such t~arnination~ w 13.03 CONTRACTOR May Stop Wizk~or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or OWNER fails to act on any Application for Payment within 30 days after it is submitted, or OWNER fails for 30 days to pay CONTRACTOR any sum finally detemnned to be due, then CONTRACTOR may, upon seven days written notice to OWNER, and provided OWNER does not remedy such suspension or failure within that time, ternnate the Contract and recover from OWNER payment on the same terms as provided in paragraph 13.02. In lieu of terminating the Contract and without prejudice to any other right or remedy, if 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, stop the Work until payment is made: of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 13.03 are not intended to preclude CONTRACTOR from making a Claim under Article 9 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly 00700 - 25 amibutable to CONTRACTOR'S stopping the Work as permitted by this paragraph. ARTICLE 14 -DISPUTE RESOLUTION 14.01 Methods and Procedures A. OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. ARTICLE 15 -MISCELLANEOUS 15.01 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 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 if delivered at or sent by ordinary mail, postage prepaid, to the last business address known to the giver of the notice. 15.02 Computation 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 da f such period. If the last day of any such peri alls on aturday or Sunday or on a day made a legal holi~+ by the k~w of the applicable jurisdiction, such day will b~~mitted f~iri the computation. 1 ° Cu~ativio".t~emedies ~. Thl'"~luties°afi~-Qbligations imposed by these General Cpt~ditions ~d th~ri `g'p~f{{s and remedies available hereunder to th~-parties`~'~teret~~t~in addition to, and are not to be construed iri any-~'ias a limitation of, any rights and ~~ C.~y remedies av~lable to or all of them which are otherwise ~.~. imposed ox°e[vailable by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and 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. 15.04 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 Work or termination or completion of the Agreement. 15.05 Controlling Law 00700 - 26 A. This Contract is to be governed by the laws of the State of Iowa. 15.06 Compliance with OSHA Regulations A. The CONTRACTOR and all Subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard.) The CONTRACTOR and all Subcontractors are solely responsible for compliance with said regulations. 15.07 Employment Practices A. Neither the CONTRACTOR or its Subcontractors, shall employ any person whose physical or mental condition is such that its employment will endanger the health and safety of themselves or others employed on the Project. B. CONTRACTOR shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: 1. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to the job performance of such performance or employee. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. 15.08 Contract Compliance Program (Anti-Discrimination Requirements). A. For all Contracts and subcontracts of $25,000 or more, the CONTRACTOR and all affected Subcontractors shall abide by the requirements of the City of Iowa City Contract Compliance Program, which is included with these Specifications beginning on page CC-1. 15.09 Restriction on Non-Resident Bidding ofNon-Federal Aid Projects A. The CONTRACTOR awarded the Project together with all Subcontractors shall be required to complete the form included with these Specifications (and entitled the same as this section) and submit it to the OWNER before work can begin on the Project. Note that these requirements involve only those projects not funded with Federal monies. 15.10 Construction Stakes A. The CONTRACTOR shall be responsible for the preservation of stakes and marks. Any necessary restaking will be at the CONTRACTOR'S expense and will; be charged at a rate of $75 per hour. ***** i ~~ Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 00800 SUPPLEMENTARY CONDITIONS GENERAL. These supplementary General Conditions amend or supplement the City of Iowa City General Conditions of the Construction Contract and other provisions of the Contract Documents as _ indicated below. All provisions which are not so amended or supplemental, remain in full force and effect. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. - SC-1.01 DEFINITIONS. N O Add the following definitions: ~ ~ ~ - y -- x~ Conflict. A case where an item of work is shown or specified diff~~ly inwo ~~~'' more places in the Contract Documents. An item of work shown m rtio~of tf~., _ Contract Documents but not in another is not a conflict. ~~ ~ ~; ~l~~~ Owner's Engineering Consultant. W iss, Janney, Elstner Associates„~r~, wi~act as Owner's Engineering Consultant. Howard R. Green Company wiII~PCt as C~ner's ` MEP Consultant. In Divisions 1 through 16 there may be occasion references to the "Engineer". The Engineer is the Owner's Engineering Consultai orthe Owner's MEP Consultant as defined herein depending on the type of work referenced. Furnish. To deliver to the job site or other specified location any item, equipment or material or labor. Holidays. Legal holidays designated by the state or specifically identified in CITY HOLIDAYS in this Section. Inspect. The act of observing, checking, or verifying that materials provided or Work furnished under this Contract comply with the general intent of the project Contract Documents. Install. Placing, erecting, or constructing complete in place any item, equipment, or material. Provide. Furnish and install, complete in place. .- Punch List. List of incomplete items of work and of items of work which are not in conformance with the Contract. The list will be .prepared by the Engineer's representative when the Contractor (1) notifies the Engineer's representative in __ writing that the work has been completed in accordance with the contract and (2) requests in writing that the Owner accept the work. SUPPLEMENTARY CONDITIONS 00800 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa "Owner". or "City" means the City of Iowa City, Iowa acting through the City Council and duly authorized agents. Shall. Refers to actions by either the Contractor or the Owner and means the Contractor or Owner has entered into a covenant with the other party to do or perform the action. Submittals. The information which is specified for submission to the Owner and his Engineering Consultant in accordance with Division 1 of the Project Manual. Substantial Completion. Sufficient completion of the project or the portion thereof to permit utilization of the project, or portion thereof for its intended purpose. Substantial completion requires not only that the work be sufficiently completed to permit utilization, but that the Owner can effectively utilize the substantially completed work. Determination of substantial completion is solely at the discretion of the Owner. Substantial completion does not mean complete in accordance with the Contract nor shall substantial completion of all or any part of the project entitle the Contractor to acceptance under the Contract. WTP. Acronym for water treatment plant. This term shall be synonymous to Water Facility or Water Treatment Facility and shall refer to the Owner's water processing plant located at: 2551 North Dubuque Street (Stephen Atkins Drive), Iowa City, Iowa 52245. SC-1.02 TERMINOLOGY. Adc;~tae following terminology: ~'' =~~ F. It is the nature of rehabilitation work and working in an existing facility `~' =""~=~ ~ to field verify existing visible conditions, including dimensions, materials, and o_~~. ;~~. '~.~ ~,. attachments to remain. The word "field verify" or "verify in field (VIF)" shall R ~ ....~ ., s...- .- ;.._. <<_;~~.:- mean the existing condition, dimension, attachment, or otherwise as-built ~W-~~ ' ~° `~ condition of some item on-site is to be carefully checked and examined in the `F- ~-- ~ n ~.~ `~ field nor to orderin fabricating, or installing a repair, installing a new ~~--~ C.~component, or relocating any MEP item, which impacts the existing facility. ',~ Existing conditions shown on the Drawings oftentimes are for information only and, in many cases, must be verified in field for the exact information required. SC-2.02 COPIES OF DRAWINGS AND PROJECT MANUALS A. After Notice of Award, CONTRACTOR MAY OBTAIN AT NO CHARGE, MAXIMUM OF 5 COMPLETE SETS OF FULL-SIZE drawings, as~listed in,project manuals, and 5 sets of project manuals. 1. Additional copies of project manuals and half-sFZe orfull-size Drawings may SUPPLEMENTARY CONDITIONS 00800 - 2 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa be obtained under following conditions: a. Project manuals: (1) Furnished at OWNER's reproduction cost plus handling charge. (2) If CONTRACTOR's requirement for additional project manuals necessitates reprinting of project manuals, CONTRACTOR shall pay entire cost of such reprinting. (3) Partial sets of project manuals will not be provided. b. Half-size Drawings: (1) Furnished as OWNER's reproduction cost plus handling charge. (2) If CONTRACTOR's requirementforadditional Drawings necessitates reprinting of half-size Drawings, CONTRACTOR shall pay entire cost of such reprinting. (3) Complete sets of half-size Drawings may be purchased from OWNER at OWNER's reproduction cost plus handling charge. c. Full size Drawings: (1) Complete sets of full-size Drawings may be purchased from OWNER at OWNER's reproduction cost plus handling charge per set. (2) Complete sets of reproducible prints of full-size wings~ay be purchased from OWNER at OWNER's reprodt~ c~t plus handling charge. ~ :..~ ~°` B. Revised Drawings and project manuals, if required, will be provid~djb~OVER~ show authorized changes or extra Work under following conditior~~ ; --~ 1. Project Manuals: Furnished at no charge, in same qu ~ as~rigir~~ issuance. 2. Full-size Drawing: ~ ~ °•~ a. One revised, complete set of full-size Drawings will f~' issuec'~at no charge, for each full-size set originally issued, and foch full-size set purchased by CONTRACTOR after Notice of Award; up to 4 copies maximum. b. One full-size reproducible set will be issued to accommodate fifth and subsequent sets purchased by CONTRACTOR. CONTRACTOR shall use reproducible set to complete printing for additional Drawings in its possession. 3. Half-size Drawings: Furnished at OWNER's reproduction cost plus handling charges. C. Owner's reproduction cost plus handling charge for each type of document is as follows: 1. Half-size drawings at $40.00 per set. D. The Owner will make available to the Contractor as many sets of drawings and project manuals as are returned after the bid phase, minus a reasonable number of sets for the Owner's use. The Contractor shall pick up these documents at the office of the Engineer or pay the costs of shipping these documents to the Contractor. The number of documents that will be returned and available cannot be determined at this time. Any additional sets of documents requiring additional printing will be charged at the Owner's reproduction cost plus handling charge as defined in SC - 2.02.C. SUPPLEMENTARY CONDITIONS 00800 - 3 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa CITY HOLIDAYS. For general scheduling information, in the City of Iowa City, holidays occur on the first day of January, commonly known as New Year's Day; the third Monday in January, known as Martin Luther King Day; the third Monday in February, known as President's Day; the last Monday in May, known as Memorial Day; the Fourth day of July, known as Independence Day; the first Monday in September, known as Labor Day; the eleventh day of November, known as Veteran's Day; the fourth Thursday in November, known as Thanksgiving Day; and the twenty-fifth day in December, known as Christmas Day. When an official holiday falls on Sunday, the following Monday shall be designated as a substitute holiday, and observed as an official holiday. When an official holiday falls on a Saturday, the preceding Friday shall be designated as a substitute holiday, and observed as an official holiday. Except for such work as maybe required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the Owner. SC-3.01A CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS) For all ,contracts and subcontracts of $25,000 or more, the Contractor and all affected Subcontractors shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. SC-3.01 B RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL AID PROJECTS The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Owner's Engineering Consultant before work can begin on the project. SC-Ati02, SC#4.03 AND SC-4.04 SUBSURFACE AND PHYSICAL CONDITIONS DIFFERING SU~SURFR~E OR PHYSICAL CONDITIONS: UNDERGROUND FACILITIES - :~~ '~ ~: .: A~tttlie following new paragraph(s) immediately after paragraph 4.02 B: r! 3 ._ ~'i .~~..t ~ ~ C. ~ ~~n the preparation of Drawings and Specifications, OWNER or OWNER's ~ a;~ aEngineering Consultant relied upon the following reports of explorations and tests of --! ;~_'~ =subsurface conditions at the Site: ~. ~... ) `4 ~ 1. Iowa City Water Division, GSR Pump System Improvements Iowa City Iowa by Howard R. Green Company dated November 6 1995. 2. Iowa City Water Division, Well Houses (Jordan and Silurian) Iowa City Iowa by Howard R. Green Company dated June 21. 1996. 3. Iowa Citv Water Division. Site Development - Phase I Iowa Citv Iowa by Howard R. Green Company dated October 14, 1997. 4. Iowa Citv Water Division, Collector Wells Lower Terminus Iowa Citv Iowa by Howard R. Green Company dated June 25 1998. 5. Iowa City Water Division. Sand Pit Pump Station ~.ower Terminus Iowa City Iowa, by Howard R. Green Company dated December 28 1998 SUPPLEMENTARY CONDITIONS 00800 - 4 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs _ ~ Iowa City, Iowa 6. Iowa City Street and Water Facility Improvements, Division 1: Foster Road Improvements Division 2: Water Facility Site Development - Phase II _ Improvements Iowa City Iowa by Howard R. Green Company dated February 15, 1999. 7. Iowa City Water Facility Improvements, Division 1: Water Treatment Plant; Division 2: Well Houses Iowa City Iowa, by Howard R. Green Company dated "' December, 1999. ^~ ~~ O D. The following reports of explorations and tests of subsurface conditi~~t th~ite of - the Work: ~ -< ~~ ~ 1. Geotechnical En ineerin Re ort Pro osed Water Treatment Iowa Cit ! ~ Iowa Job No. 06945066 b Terracon Consultants Inc. Ced id ow 52406, dated October 4, 1995. .~ ~ cx~ 2. Geotechnical Engineering Report Proposed Sludge La~oons,lll~er Supt and Copies of these reports and drawings that are not included with Bidding Documents maybe examined at the Public Works Department, Civic Center, Iowa City, Iowa during regular business hours or may be obtained from OWNER at OWNER's reproduction cost plus handling charge. These reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which CONTRACTOR may rely as identified and established above are incorporated therein by reference. CONTRACTOR is not entitled to rely upon other information and data utilized by OWNER and OWNER's Engineering Consultant in the preparation of Drawings and specifications. SC-5.01 BONDS. The Contractor shall furnish a satisfactory Performance Bond in the amount of _ 100 percent of the Contract Price and a satisfactory Payment Bond in the amount of 100 percent of the Contract Price as security for the faithful performance and payment of all the Contractor obligations under the Contract Documents. SC-5.04 CONTRACTOR'S LIABILITY INSURANCE. The limits of liabilityfortheinsurance 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: A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION - 1. Before commencing work, the Contractor shall submit to the City for approval of a Certificate of Insurance, meeting the requirements specified herein, to be in effectfor the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. 2. The Contractor shall notify the City in writing at least thirty (30) calendar. days prior to any change or cancellation of said policy or policies. SUPPLEMENTARY CONDITIONS 00800 - 5 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: 1. Workers' Compensation, and related coverages under paragraphs 5.04.A.1 and A.2 of the General Conditions: ~_..~ _' , .,_y .? a. State: Statutory. b. Applicable Federal (e.g., Longshoreman's): Statutory. c. Employer's Liability: $1,000,000 2. Contractor's General Liability under paragraphs 5.04.A.3 through A.6 of the General Condit ions which shall include completed operations and product liability coverages: a. General Aggregate $2,000,000 ~4~.~=' b. Products-Completed Operations Aggregate $2,000,000 =s `,~, ~; c. Personal and Advertising Injury $1,000,000 r~~~~J °~~ '~ ~.= d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 _ ~ti ;..a_ ~ ~~ -- ~ e. Property Damage liability insurance will provide Explosion, Collapse and _: '-~ `"~- Underground coverages where applicable. r--, ~ ~ ~a ~ f. Excess or Umbrella Liability: General Aggregate $9,000,000 Each Occurrence $9,000,000 3. Automobile Liability under paragraph 5.04.A.6 of the General Conditions: a. Bodily injury: Per Person .$1,000,000 SUPPLEMENTARY CONDITIONS 00800 - 6 Howard R. Green Company Project No. 526920) Per Accident b. Property Damage: Each Accident Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa $1,000,000 $1,000,000 4. Separate Owners and Contractors Protective Liability Insurance Each Occurrence $10,000,000 General Aggregate $10,0@t~000 ~ C~ ~- ~~ ~ ~ 5. Wiss, Janney, ElstnerAssociates, Inc., and Howard R. Green Compaa~? J.t~c., shill bje= included on policy as additional insured by endorsement on all of the ~ policies ~r~ addition to SC-5.04. B. 4. ~~- ~ i~. co 6. Workers' Compensation Insurance as required by Chapter 85, Code o~owa. .~ SC-5.04 CONTRACTUAL ENDORSEMENT .,;= ^--~,.~ The Contractual Liability coverage required by paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: General Aggregate $2,000,000 Each Occurrence (Bodily injury and Property Damage) $1,000,000 _ The $9,000,000 excess or umbrella liability of Article SC-5.04 Contractor's Liability Insurance, B. .Minimum coverage, 2.f excess or umbrella liability, shall also apply to this Contractor Endorsement Section. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: _ The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must,, under the policy, be available to pay damages for which the insured Contractor becomes liable, orforwhich the insured assumes liability underthe indemnity - agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. _ The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, orself-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. SUPPLEMENTARY CONDITIONS 00800 - 7 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. The Contractor shall provide the City with "occurrence form" liability insurance coverage. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. SC-5.06 PROPERTY INSURANCE. Delete. paragraphs 5.06.A. and 5.06.8. of the General Conditions in its entirety and insert the mowing in its place: ~~ .=~. ~~ ~,,, ~~WNER shall purchase and maintain property insurance upon the Work at the Site in - ~ `ate 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 J.~' ' ~ i C.~ ~gulations). This insurance shall: .. --~=-~ ~-Include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's ,m "~' --Engineering Consultants, and any other individuals or entities identified in the _~ ----Supplementary Conditions, and the officers, directors, partners, employees, agents, }J and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; 2. Be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water SUPPLEMENTARY CONDITIONS 00800 - 8 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; _ a. Sublimits: 1) $1,000,000 Transit 2) $10,000,000 Earthquake 3) $10,000,000 Flood _ 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. Include $1,000,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such, materials and equipment have been included in an Application for Payment recommended by OWNER; O - 5. Allow for partial utilization of the Work by OWNER; 6. Include testing and startup,; and ~ ~ ~ --f--) --c: 7. Be maintained in effect until final payment is made. ~-} ~ C :; ..,,,. a..._ B. OWNER shall purchase and maintain such boiler and machinery insura~hicl~shal~j specifically cover such insured objects or additional property insurar?~~ ~ be.J required by Laws and Regulations which will include the interest~of O ER, _ CONTRACTOR, Subcontractors, OWNER's Engineering Consultants,~nd any~ther individuals or entities identified in the Supplementary Conditions, e~"h of whom is deemed to have an insurable interest and shall be listed as an insured or additional -- insured. C. All the policies of insurance (aind the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement-that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days priorwritten notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. D. CONTRACTOR shall be responsible for any deductible amounts. E. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or V!/ritten Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. SC-6.01 SUPERVISION BY CONTRACTOR. Add the following paragraph to 6.01 of the General Conditions: Contractor shall give the Owner and Owner's Engineering Corisultant written notification of the name of the Superintendent. A copy of the Drawings and Specifications shall be available on the project site at all times. SUPPLEMENTARY CONDITIONS 00800 - 9 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements , J Double Tee Roof Beam FRP Repairs Iowa City, Iowa Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Owner's Engineering Consultant the phone number and/or paging service of this individual. Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its representative when requested by Owner, and such persons shall not again be permitted to return to Work without written consent of Owner. Except in connection with safety or protection of persons or Work or property at site or adjacent thereto, and except as otherwise indicated in Contract Documents, all Work at site shall be performed during regular working hours, and Contractor shall not permit overtime work or performance of Work on Saturday, Sunday, or any legal holiday without Owner's written consent given after prior written notice to Engineering Consultant. SC-6.02 LABOR. Add the following to paragraph 6.02 of the General Conditions: EMPLOYMENT PRACTICES Neither the Contractor nor his/her Subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of themselves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following cla~pses in any subcontracts: ~.~~ > Ta~ischarge from employment or refuse to hire any individual because of sex, race, color, ;:,-, ~r~l`~on, national origin, sexual orientation, marital status, age, or disability unless such c~i~~ility is related to the job performance of such person or employee. j ---- ~'-o' ~t~criminate against any individual in terms, conditions, or privileges of employment =- i~ t~ca`~ se of sex, race, color, religion, national origin, sexual orientation, gender identity, '' t~l status, age or disability unless such disability is related to job performance of such .~~ perms or employee. a _._.. ~:., ~--:~ SC-6.0.6.6 CONCERNING SUBCONTRACTORS. SUPPLIERS AND OTHERS. Add the following paragraph to 6.0.6.8 of the General Conditions: Contractor shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. Such identification will not be made public at the opening. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all efforts to recruit MBE's. SUPPLEMENTARY CONDITIONS 00800 - 10 -, Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs _ Iowa City, Iowa SC-6.08 PERMITS. In addition to the provisions of Paragraph 6.08 of the General Conditions, the following subparagraph shall be incorporated: - The Contractor shall obtain all necessary federal, state, and local permits required for any dewatering and stormwater discharges necessary during construction. The Contractor shall also provide all monitoring and test reporting relating to the discharges. SC-6.10 TAXES. Add the following to paragraph to 6.10 of the General Conditions: - Construction items and materials included in the Project are exempt from State of Iowa and Local Option Sales and Use Taxes. Contractor is responsible for obtaining the exemption on items included, as provided by law or for applying for reimbursement for such taxes aid. - Contractor shall pay all other taxes required to be paid by Contractor in acco~nce v the laws and regulations of the place of the Project that are applicable during the ~r~A{ma~e of the Work. Contractor shall NOT include Sales and Use Tax in Contractor's,>t~ For'ore--n _ information on this exemption, please check the State of loom's' wefpsite:;~ www.state.ia.us/tax/business/Cantr-ExEnt-Index.html ~ ~=~ ``1 ~..~_j ~,.~ x*~ - SC 8.09 OWNER'S RESPONSIBILITY. Add the following to paragraph 8.09 ~t~ G~eral Conditions: ~, ~° Contractor and all subcontractors shall comply with the requirements d'9 CFR 1910 - (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. SC-12.04 LIQUIDATED DAMAGES. Add the following to Paragraph 12.04 of the General Conditions: Owner and the Contractor recognize that the Owner will suffer financial loss if the work is not completed within the time specified in the Advertisement for Bids, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also -' recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the Owner if the work is not completed on time. Accordingly,.instead of requiring any such proof, the Ovrmer and the Contractor agree that as liquidated damages - for delay (but not as a penalty) the Contractor shall pay the Owner the amount set forth in the Advertisement for Bids for each day that expires after the completion time specified in the Advertisement for Bids, plus any time extensions granted. SC-14.02.A.3 AMOUNT OF RETAINAGE. Add the following to Paragraph 14.02.A.3 of the General Conditions: The Owner shall retain from each monthly payment 5% of the amount which is determined to be due according to the recommendation of the Engineer. The retainage shall constitute a fund for the payment of claims for materials furnished and labor performed on the project "- and will be held and disposed of by the Owner as provided in Chapters 26 and 573 of the SUPPLEMENTARY CONDITIONS 00800 - 11 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa Code of Iowa, 2007, as amended. SC-14.07.C FINAL PAYMENT. Add the following to Paragraph 14.07.C of the General Conditions: Final payment of the retainage due the Contractorwill be made not earlierthan 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapters 26 and 573 of the Code of Iowa, 2007, as amended. ~,`: ,~~ ° -~ ~ cs '~> gym` - ~: i^ ,r ~s._. .'.~. _I. 4 ir' ~. _,___ t ~, ` ', C~ 4'^-J SUPPLEMENTARY CONDITIONS 00800 - 12 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL AID PROJECTS PROJECT NAME: TYPE OF WORK: ~- DATE OF LETTING: A resident bidder shall be allowed a preference as against anon-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder' is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the cas~gf a corporation, the above requirements apply as well as the requirement that the corpo(~tion h~ at least fifty percent of its common stock owned by residents of this state. `~' t7 c.._ ~~ This qualification as resident bidder shall be maintained by the bidder and his Cc1 r-~tors nand Subcontractors at the work site until the project is completed. ~ ~-- ,--I--j hereby certify that the undersigned is a resident bidder as defined above and will rert~ry~ucl~om °-~--' the start of the project until its completion. ~, ,~ COMPANY NAME: CORPORATE OFFICER: TITLE: ,~' ~, END OF THE SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS 00800 - 13 n~ ~ c ~n ~ ' `~~ Contr act ~-- ~ ,~~ ~ I C P r e c~ , ~J om Dance p ro a g r ~- .~ ~: ~~ CITY OF IOWA CITY TABLE OF CONTENTS PAGE SECTION I General Policy Statement CC-1 SECTION II Assurance of Compliance CC-2 SECTION III Suggested Steps to Assure Affirmative Action CC-9 SECTION IV Definitions CC-12 ~ _~l - .; , ', -' (T,? --- ,a SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to assure equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, subcontractors and vendors, and requires _" them to take affirmative action to ensure that applicants employed or seeking employment with them are treated equally without regard to race, color, creed, religion, national origin, sex, sexual preference, disability, marital status, and age. It is our intention to administer this policy in such a manner as to assist employers who are contractors or subcontractors with the City in designing and implementing Affirmative Action Programs so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All vendors requesting to do business with the City, and all City contractors, subcontrac~ors, and consultants, must submit an approved Equal Employment Opportunity Statem~t. 2. All City contractors, subcontractors or consultants with contracts of $25,000 ~~re ~' less required by another governmental agency) must abide by the requirements of t~~ity's Conty Compliance Program. Emergency contracts are exempt from this provision. ~ r.~~.._ '' rTl ~,~ ~ ~a_, 3. Contracting departments are responsible for assuring that City contractors, s'~ ~~'trar~grs a`P'f~ vendors are made aware of their EEO/Affirmative Action reporting responsibes anc,~.receive the appropriate reporting forms. A notification of requirements will be include many f~quests for proposal 4. Prior to commencement of work, the completed Equal Employment Opportunity Statement or required material must be received and approved by the City. 5. Contractor compliance during the course of the contract with the City of Iowa City will be monitored by the contracting department. 6. Contractors must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working," "Flagman Ahead," and instead use signs such as "Caution Construction." 7. Once a contractual relationship exists between a contractor and the City, as with any contractual provision, the City retains the right to withhold payment on a contract pending satisfactory - performance in the areas of Equal Opportunity and Affirmative Action outlined at the time of contract award and/or to disqualify a contractor from future bidding for a specified period of time. CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Affirmative Action Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 6 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. CONTRACTOR, PLEASE CHECK THE APPROPRIATE STATEMENT: 1. _ This contract is federally funded (paragraphs a-g apply) 2. _ This contract is not federally funded (paragraphs a-c apply) During the performance of this contract, the contractor agrees as follows: (For the purposes of these ~- minimum requirements, "contractor" shall include consultants and subcontractors.) a. The contractor will not discriminate against any employee or applicant for employment because of race, color, creed, religion, national origin, sex, sexual preference, disability, marital status, and age. The contractor will take affirmative action to ensure that applicants are employed, and ~J that employees are treated during employment, without regard to their race, color, religion, sex, ,-, national origin, sexual preference, disability, marital status and age. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or `-' recruitment advertising;. layoff or termination; rates of pay or other forms of compensation; and ~. selection doe training, including apprenticeship. The contractor agrees to post in conspicuous aces, available to employees and applicants for employment, notices to be provided by the ~- cantractirofficer setting forth the provisions of this nondiscrimination clause. °_:`l ._ t bf__~_~.f T:~e c~ractor will in all solicitations or advertisements for employees placed by or on behalf of ~- `T _.4 ttae c ractor, state that all qualified applicants will receive consideration for employment - =y wtthout~ regard to race, color, creed, religion, national origin, sex, sexual preference, disability, '--'- rt~~rita~-~t~4us, and age. ,_. ~ ~; yLL.~ c. ~'#~e conttor will send to each labor union or representative of workers with which he or she ._. has a collective bargaining agreement or other contract or understanding, a notice, to be __ provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitment under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. `J d. The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports required by Executive Order No. 11246 of r-- September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his or her books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain ~-. compliance with such rules, regulations, and orders. CC-2 ~, In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will include the provisions of paragraphs (a) through (f) in every subcontract or - purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such -- action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, "that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Yes No ^, O ~' ~n 3. Have you written an Equal Employment Opportunity ~'' ~ ,~_ --~-~ policy statement? ~, ~ i =~- r-- . i 1 r"=_~ `yam If YES, where is this statement posted? ~ ~ cry ` .. .~- r. Please provide a copy. NOTE: Sample statements are available upon request. 4. Please provide a copy of a blank employment application. 5. What is the name of your Company's Equal Employment Opportunity Officer? (Please print) --- Phone number CC-3 Yes No 6. The undersigned agrees to display the following posters at the worksite, conspicuously placed, for the duration of the contract. EEOC/OFCCP Poster Age Bias Poster Wage Discrimination Poster NOTE: The City can provide assistance in obtaining the necessary posters. 7. How long do you anticipate this project will take? weeks months 8. What is the dollar amount of this project? $ 9. How do you currently inform applicants, employees, and recruitment sources of your equal employment opportunity policy? s,, ~ _., ~~~ ,~°~' . , ,~ ',;~ ` ` ' ~~-~ Yes No 'fi~9-- Do yay~vide a working environment free of harassment and `~~~-- ~imidatiext for your female and minority employees? 11. Q~ you pride non-segregated facilities and company activities for all employees? 12. If you rely in whole or in part upon unions as a source of your workforce, are they aware of your commitment to affirmative action and equal employment? a. How do you make them aware of this commitment? CC-4 .. 13. Please complete the form on the following page. The above responses to questions 1 through 13, are true and correctly reflect our affirmative action and equal employment policies. The employment figures and goals contained within the Table (CC-6) are true and accurate and we will make every effort to achieve the goals which we set. Firm/Company Name Phone Number -- Signature Title -- Print Name Date NOTE - PAGES CC-2 THROUGH CC-6 ARE TO BE RETURNED TO THE CONTRACTING DEPARTMENT PRIOR TO EXECUTION OF THE CONTRACT. Q ~~ ~ .-- i C;: ,--~ ~9 ~„ ~C-1 ~~ "- ~~ °o 3~ ~° r °~4 ~', CC-5 ~~.~ ?j .....~_~ °^w ~. _.. W } V a O ' a a0 ~ wa LL z ~O w~ ~~ 00 v w a O ~ _ Z _ ~ _~: z ~ ,' ~_ ~ Y i.~t ~ O ~ m _ ~ ~ LL 'W ~~~ `jO ~ d a ~ W ~ z O ,Q1 ,V^ V! Q J MU W O e 0 L Q _~ C ~ O C L Y Y O~ L O N .Q ~ ~ U .O V ~ "O > ~. ~ ~ ~_ O C N (O N N ~,~, N ~ fL0 L ~[ . V O O ~ (6 ~ ~ ~ ~ E- ~ O ~ ~ U~ ~ tq Q Q~ O~ -Q ~ J~ ~ ~ (n Q ~ O CC-6 JOB CLASSIFICATION DEFINITIONS - TO BE USED IN COMPLETION OF QUESTION 13, pg. CC-5 1. Managers and Administrators: Occupations requiring administrative personnel who set broad policies, _" exercise overall responsibility for execution of these policies, and direct individual departments or special phases of a firm's operations. Includes: officials, executives, middle management, plant managers, department managers, superintendents, salaried supervisors who are members of management. 2. Professionals: Professionals are considered to be persons working in occupations requiring either college graduation or experience of such kind and amount as to provide a comparable background. 3. Technicians: Technicians are those whose work requires a combination of basic scientific knowledge and manual skill which can be obtained through about two years of post high school education, such as is offered in many technical schools and junior colleges, or through equivalent on-the-job training. 4. Office and Clerical: All clerical-type work regardless of the level of difficulty, where the activities are predominantly non-manual, though some manual work not directly involved with altering or transporting the products is included. Includes: bookkeepers, cashiers, collectors, messengers, office helper, office machines operator, shipping and receiving clerk, stenographers, typists, secretar{~teleph~e operators. ~ C7 c_ 5. Skilled Craft Workers: Manual workers of a relatively high skill level, h~'iin~ a iorot and comprehensive knowledge of the processes involved in their work. They~c rcise~ con rable independent judgment and usually receive an extensive period of training. Inds: buildinades, hourly paid supervisors and workers who are not members of management,F-rxhar~$:s a}~-;repair persons, skilled machinery occupations, electricians. { ~. ~ ~`--~ 1> .~- 6. Sales Workers: Occupations engaged wholly or primarily in direct selling. Ines: adv€rtising agents and sales agents, insurance agents and brokers, real estate agents and b ~ ers, sales agents and sales clerks, grocery clerks, cashier-checkers. 7. Operatives (Semi-skilled): Workers who operate machine or processing equipment or perform other factory-type duties of an intermediate skill level which can be mastered in a few weeks and require only -- limited training. Includes: apprentices, operatives, attendants, delivery and route drivers, truck and tractor drivers, dressmakers, weavers, welders. 8. Laborers (Unskilled): Workers in manual occupations which generally require no special training. They perform elementary duties which may be learned in a few days and which require the application of little or no independent judgment. Includes: garage laborers, car washers, gardeners, lumber workers, laborers performing lifting, digging, mixing, loading and pulling operations. 9. Service Workers: Workers in both protective and non-protective service occupations. Includes: attendants, clean-up workers, janitors, guards, waiters and waitresses. 10. Apprentices: Persons employed in a program including work training and related instruction to learn a __ trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 11. Trainees (On-the-iob): Production persons engaged in formal training for craftsperson when not trained under apprentice programs, operative laborer, and service occupations. MINORITY GROUP IDENTIFICATION CC-7 American Indian or Alaskan Native: all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal affiliation or community recognition. Asian and Pacific Islanders: all persons having origin in any of the original peoples of the Far East, Southwest Africa, the Indian Subcontinent, or the Pacific Islands. Black: all people having origins in any of the Black African racial groups not of Hispanic origin. Caucasian: (Not of Hispanic origin), includes persons having origins in any of the original peoples of Europe, North Africa, or the Middle East. Hispanic: all persons of Mexican, Puerto Rican, Cuban, South or Central American, or other Spanish Culture or origin, regardless of race. These definitions and identifications should be retained for future use. .~ ~~~ _. ~c ry` ~ ~= r ___... ' 1 C"`•1 CC-8 SECTION III -SUGGESTED STEPS TO ASSURE AFFIRMATIVE ACTION COMPANY POLICY Determine your company's policy regarding equal employment and affirmative action. Write this policy out and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. This responsibility should include: correcting any and all discriminatory practices and conditions which presently exist • taking appropriate remedial actions to correct past inequities • taking aresults-oriented approach, in other words, affirming the policy through actual~rpinority and female hires and by maintaining a "single standard" principle in your unit shat er~loyees are evaluated, recognized, developed and rewarded on a fair and equitable basis. ~ n c... -' In regards to dissemination of this policy, this can be done through the use of le~r~to a~M recrent sources and subcontractors, personal contacts, and employee meetings. .~ ~` ~-- 1 `~-l rr-~ ~. _ 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER ~ %~ cx~ ~ .~ .~- Designate an equal employment opportunity officer or at minimum someo should~6e given the responsibility of administering and promoting your company's affirmative actio~program. This person should be placed within your organizational structure so as to emphasize the importance of the program. 3. INSTRUCT STAFF Your company personnel staff should be aware of and required to abide by your affirmative action program. All employees authorized to hire, supervise, promote and discharge employees or recommend -- or are involved in such actions should be trained and made to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a). Let potential employees know you are an equal employment opportunity employer. This can be --- done by identifying yourself on all recruitment advertising as "an equal employment opportunity employer". (b). Use recruitment sources that are likely to yield minority and female group applicants. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Recruitment sources that fail to send minorities and females should be evaluated for continued use. Send all recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you hire minorities and females. CC-9 (c). Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. "~ (d). Select and train persons involved in the employment process to use objective standards and to support affirmative action goals. (e). Periodically review job descriptions to make sure they actually reflect major job functions and do not require higher qualifications. -, (f). Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's competence for performing the job applied for?" (g). Only use job-related tests which do not adversely affect any particular group of people. (h). Carefully monitor interviews and interviewees' actions. Biased and subjective judgments in personal interviews can be a major source of discrimination. 5. APPRENTICESHIP AND OTHER TRAINING Where applicable, you should assure that full use will be made of any existing labor/management sponsored programs designed for the purposes of recruiting and training minority and female applicants and employees. 6. MONITOR ALL POLICIES AND PRACTICES -~ _ In crier to as~,Sure your policy is effective, at least twice per year a review of the following should occur: T~ • ~'' AI~ANT FLOW - a record for each applicant, indicating the person's name, race, sex, `~ :~, re~erCaLsource, date of application, position applied for, and disposition (hired or not hired) a.~.i. _ Hlby race, sex, department, job title and starting salary ..--_~ ~ ~ PR~2K4bTIONS and TRANSFERS by race and sex '_„?__~ DI~£H~RGE and TERMINATIONS by race, sex, reason for discharge and termination. "- ~~ ~...: r l c~~ Revi@v~ of the~bove information will allow you to determine discrepancies that exist, if any, within your work `place. Such discrepancies could include different starting salaries for men and women doing similar Jobs, inconsistent and arbitrary discharges or promotions and transfers. Furthermore, a review of this information could indicate a need to either seek additional or new recruitment sources to obtain a wider selection of applicants. NOTE: Forms for monitoring practices and policies are available upon request from the City's Human Rights Coordinator. ~. 7. SET GOALS -- Once the policy has been determined, and the practices are monitored accordingly to determine actual results, goals may need to be set if your workforce still falls short of having a representative number of minorities and females relative to their availability in the community. Goals to hire or promote minorities and females should be set once per year and these goals should be communicated to the appropriate employees. Increasing and/or improving your minority and female workforce representation can also occur through ^, CC-10 improved hiring and selection procedures, which have already been discussed, and through non-biased promotion, transfer and training policies. In regards to the latter three, companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all employees to bid on them. ~_`~ ~> N G7 a ~~ -i L `!a `a.`r t 1 ~ ' ~ (~~'~' I t Cis ~ l'b _ }1-~rY~ y'+ CC-11 SECTION IV -DEFINITIONS AA: Affirmative Action AAP: ~-~ Affirmative Action Program - an active, planned effort to bring more minorities and women into the organization at all levels through non-discriminatory hiring and promotions, and to apply the same benefits and opportunities to all workers. The affirmative action program is the practical action taken to implement the equal employment policy. ADVERSE IMPACT: A company may have a policy which, although applied neutrally, has a negative or adverse impact upon a particular group of employees. An example would be a minimum height requirement that is not job-related and could possibly eliminate a high percentage of Orientals and women. APPLICANT FOR EMPLOYMENT: A person who completes a formal application form, or by some other means (resume, letter, request, etc.) ~-- indicates aspecific sire to be considered for employment. An APPLICANT LOG should record requests for employmerrbmade m~person whether or not an application form is completed. ~~, .. <,- APPJ..I,CAN~'FL~ATA OR APPLICANT LOG: A ntnca[l~omj~gtign of employment applicants showing the specific numbers of each racial, ethnic and sex gro~T{~;_~rho,.~ppli~~; each job title (or group of job titles requiring similar qualifications) during a specified time. __ ~ y ~ .... The percene orities or women who have the skills required for entry into a specific job or classification, or who are abl~e~cquiring the required skills. z._ BFOQ-Bona Fide Occupational Qualifications: The law allows employers to hire or promote by sex in rare cases where a worker of a certain sex is really needed for the job. This is interpreted narrowly, to mean that sex-related anatomy is required, for instance, it is legal to hire a man if you need a bass singer or a male model; a woman if you need a soprano or a model for women's clothes. It is not legal to specify a man for so-called "heavy" work; if it can be proved that there is no woman who can do the work; BFOQ may exist. The problem with the BFOQ is that employers may be trapped by stereotyped thinking into a belief that a job can only be done by one sex when that is not necessarily true, and the employer is then vulnerable to discrimination complaints. It is safer to test the capacity of individual applicants, regardless of sex, making sure that you test only for the qualities required by the job and not for more strength (or whatever) than is actually required. BLACK: The preferred term for people of Afro-American heritage. The term is a philosophy of life that indicates pride in the African heritage and culture, unlike the more outdated and sometimes derogatory terms "Negro" or "colored person." BUSINESS NECESSITY: A term sometimes used by employers who argue that sex is a BFOQ for a given job. Title VII gives "business CC-12 necessity" to the BFOO by saying, in Section 703(e): "It shall not be an unlawful employment practice for an employer to hire...classify...or employ any individual...on the basis of his religion, sex, or national origin in those certain instances where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of that particular business or enterprise." This is narrowly interpreted. For instance, one airline claimed flight attendants or stewardesses had to be women because a survey showed that passengers wanted comforting and friendliness from stewardesses, and women were better constituted than men to be comforting and friendly. The Court said this was not a business necessity. The airline was in business to transport people safely from one place to another. The flight attendant's job was not connected with the airline's major function and the "business necessity" arguments - could not be used. Even if the flight attendants were all male and all surly, the airline could carry on its normal operation of safe transport. -- CHICANO: A male Mexican-American. The female is called Chicana. Both are include SSA's, or Spanish-surnamed Americans. CIVIL RIGHTS ACT OF 1964: Overall, the Act outlaws discrimination against women and minorities __ accommodations, public education, the use of public facilities, etc. This is a Congress. r.~ C7 ~-~ d in the ~` gr ~p kn~vn as a -, r-- ~ 1 in emplq~t, ~Otin~;.-public Federal ~ passed by the U.S. ,~-- For affirmative action purposes, the point of interest is Title VII of the Act, which prohibits discrimination in employment and creates the federal Equal Employment Opportunity Commission (EEOC) for enforcement purposes. Title VII was amended in 1972 to broaden the number of private employers. In addition, the EEO Act included state and local governments and political subdivisions under Title VII coverage, prohibited discrimination in Federal employment with enforcement given to the U.S. Civil Service Commission, and created a central coordinating body between all anti-discrimination enforcement agencies. COMPLIANCE: - As used in this document, compliance refers to employment practices which are in line with the Iowa City Contract Compliance requirements. These requirements are indicated on pages 1-6. CONFIDENTIALIALITY: Information or reports obtained by or submitted to the Human Rights Coordinator in the course of monitoring the City of Iowa City Contract Compliance Program will not be disclosed to the public when such disclosure would serve no public purpose and would give advantage to competitors of the contractor from whom the report has been received; however, such information may be disclosed to a governmental agency conducting an investigation involving alleged illegal discriminatory practices and the contractor or parties charged in accordance with the Iowa City ordinance pertaining to Human Rights. CONTRACTING DEPARTMENT: The City of Iowa City department that is handling the particular contract. DEPARTMENTAL SENIORITY: In some companies, disadvantaged workers have traditionally been isolated in a few departments where jobs were poorly paid and promotional opportunities were nonexistent. The only way out was to transfer to another department, but some companies and unions specified as part of their collective bargaining agreements that workers who transferred could not carry their accrued seniority into the new departments. Instead, they had to begin as if they ware newly hired workers. Disadvantaged groups have challenged policies of departmental CC-13 seniority, saying the policies tend to lock them into the old departments and minimize their opportunity. Courts --, have generally agreed with the complaining workers. Furthermore, if the employer's intent is not discriminatory but the effect of the system is discriminatory, and if the employer is so notified but does not change the seniority system, the EEOC will deduce that the employer intended to discriminate. Anti-discrimination agencies and __ disadvantaged workers prefer plant-wide seniority, which allows workers to maintain the seniority they have earned from the date of hire if they transfer to new departments. ~-~ DISCRIMINATION: Illegal treatment of a person or group whether intentional or unintentional based on race, color, sex, age, national origin, religion, creed, marital status, sexual preference or disability. The term also includes the failure to remedy the effects of past discrimination. ~~ DISPARATE TREATMENT: Unequal or dissimilar treatment of employees similarly situated because of their race, sex, age, or other impermissible basis. EEO: A general term meaning "equal employment opportunity." EEOC: -~- -, The Equa~~mploy~Qent Opportunity Commission, a federal agency created by Title VII to enforce the Civil Rights Actc,~f 1~~4=fit also enforces the amendments passed in the EEO Act of 1972. The EEOC does not perPorili ror~tine c~rliance reviews. Generally, it acts only when a complaint is filed against an employer by an -, ag~rije~ed `job applf~nt, employee, group of employees, or organization authorized to represent aggrieved emplQ,~ee~ ~ 4 `~ ~~ p EEC-1 FOf~$A: A form whiff must ~ filled out by private employers with 100 or more employees and sent to the EEOC once `" a year. Employers report how many minorities and women they have as managers and administrators; .-, professionals; technicians; sales personnel; office and clerical workers; skilled craftsman; semi-skilled operatives; laborers; service workers. ~ - EEO-2 FORM: Corresponding form on apprentices in each trade or craft, broken out by race and sex. This report must be filled ~ - out annually by joint labor-management apprenticeship committees which have five or more apprentices, at least one supporting employer with more than 25 employees and at least one union sponsor with 25 or more members or a union hiring hall. , _ EEO-3 FORM: The same as EEO-2, but filled out each year by local unions. EXECUTIVE ORDER 11246: Issued by President Johnson in 1965. It says employers with government contracts or subcontracts may not discriminate on the basis of race, color, religion or national origin. Sex was omitted in this order, but added by Executive Order 11375. Therefore, many people refer to this order as "Executive Order 11246 as amended." GOAL: A target number or percent of women and minorities to be hired, promoted or transferred to various job `J classifications (as defined on pages 7 and 8) within a given period of time. The number is usually computed by r-- the number of available and qualified disadvantaged workers in the labor area. CC-14 A "goal" should not be confused with a "quota." A quota is a ceiling figure designed to require hiring a certain number of a particular group to the exclusion of others. "We will take Up t0 10% women in this job category but no more." A goal is a floor, a minimum number of people to be included in e.g., "we will take at least 10% women in this job category." A quota may be designed to keep things basically as they were, including only token numbers of the "others". A quota may or may not be appropriate under law, depending on whether past discrimination existed. A goal is designed to alter the status quo over time. Setting and achieving goals turns a company's equal employment opportunity into reality. GOOD FAITH EFFORT: - Employers sometimes say they have made a good faith effort in affirmative action but "we could not find any qualified...". Courts tend to look carefully at this defense on the basis that regardless of intent, if workers have been hurt the law must make them whole. Accordingly, good faith efforts should be made in all areas of employment including but not limited to: a. Employment advertisements _._ b. Internal and external dissemination of the company's EEO policy and affirmative ion program c. Designation of a company EEO officer v °' d. Development of and implementation of non-biased employment practiC~ ~iire~~prom~ions, transfers, discharges, employee benefits, etc.). n-~.. ~ r-= ~-~ -~ Employers must keep a written record of such actions in order to show good faith effort. ~ ~ ~ 1'- ~ -1 NOTE -For more detailed information please discuss this with the City's Human Rights Crdinat ~, .c- JOB-RELATED QUALIFICATIONS: `~•`ti If an employer says a High School degree is needed for the job, it must be true. The employer may have to prove that it is impossible for the large majority of workers to do the job adequately without a High School degree. At one time, employers often required higher skills than necessary in a conscious effort to keep out disadvantaged applicants; others required the higher skills without discriminatory intent but the result was the same. The new emphasis on job-related qualifications makes room for employers to demand the skills they do require, but forbids the old, unnecessary escalation. MINORITIES: All persons classified as American Indian, Alaskan Native, Asian or Pacific Islander, Black or Hispanic. NEW HIRE: A worker added to an establishment's payroll for the first time. OFCCP: The Office of Federal Contract Compliance Programs, U.S. Department of Labor. It is responsible for enforcing - Executive Order 11246 as amended. OLD BOY NETWORK: __ Slang term which refers to hiring by word of mouth, which used to be the way the good job openings were known only by white males. Therefore it was only white males who got them. The word "old" in this usage does not refer to age, but to long acquaintances. Affirmative action tries to weaken the exclusionary: effect of the __ network by requiring employers to actively recruit in minority and women's organizations and media, and by requiring goals for the hiring and promotion of minorities and women. PROTECTED CLASS CATEGORIES: Those groups of people protected by the laws against discrimination. In Iowa City, the protected categories are: CC-15 race, color, creed, religion, sex, age, national origin, disability, marital status and sexual preference. The latter ~, two categories are not included in the area of housing. (Sexual harassment has been determined to be a discriminatory practice affecting both males and females.) RECOMMENDATION FOR COMPLIANCE: The recommendation made by the -Human Rights Coordinator to the appropriate persons certifying that a contractor has satisfactorily completed all bid conditions, as specified by the City of Iowa City Contract Compliance Program. RECRUITMENT: A search for job applicants. Help wanted ads and contacting employment agencies are typical recruitment steps. _, REHIRE: To return a worker to the payroll after a complete break in service. REMEDIAL ACTION: Actions undertaken by an employer to remedy the effects of past discrimination. Often it is affirmative action but __~ in more stringent doses. For instances, if black workers are 25% of the workforce in a contractor's labor area, affirmative action `fight require that the contractor hire 25% black workers. Remedial action might be to hire 50% blaEworker~until the contractor is at parity, or 25% black workers in all job categories. -- RFQUIS S Thgse skims th~#-ke a person eligible for consideration for employment in a job. ,, m..a ,~ R~~iSED bRD~f~ Gtti~elines~=~ssu 1~t the OFCCP outlining what employers must do to comply with Executive Order 11246 as amended.{ ~ '~' -- C~7 ti,.,,,9 -..... ~~ REVISED ORDER 14: Internal guidelines issued by the OFCCP which instruct their own compliance officers in conducting a ~- compliance review. The order also outlines what documents employers must make available to the __ government's compliance officer. SELECTION: The hiring process which comes after recruitment and interviews. In this step the employer decides who will get the job. _ „ SSA: ^'. Spanish-surnamed American. _ ; SYSTEMATIC DISCRIMINATION: One or more practices which have many discriminatory off-shoots so that an entire organization screens out disadvantaged workers in the end. An example would be department seniority, described on page 13. TIMETABLES: ~ ~ -J A time frame within which an employer tries to reach the established affirmative action goals. ~- UNDERUTILIZATION: ` Employment of members of a race, ethnic or sex group in a job or job group at a rate below their availability within the company's recruitment area. Depending on the job, recruitment area may be local, regional or CC-16 national. VALIDATION: Process of determining whether tests given for employment in a certain job actually predict good or bad - performance on the job. (See "Job-Related Qualifications" on page 15.) Validation is designed to eliminate false criteria which screen out disadvantaged groups. At the same time, validation protects the employer's right to hire only those workers who are qualified. The validation is ordinarily done by an independent organization with expertise in that area. WORD-OF-MOUTH ADVERTISING: Similar to Ofd Boy Network. Employers run the risk of perpetuating the effects of past discriminatory practices if they maintain sword-of-mouth recruitment policy. Since this policy relies upon current employees informing friends and relatives of vacancies, and since past discrimination often has substantially restricted minority group representation in an employer's workforce, it follows that non-minorities will be included in the flow of information regarding job openings at a higher rate than minorities. Such discrimination may also result from word-of-mouth recruiting, as where information about job openings is disseminated by male department heads limiting the likelihood that females will be apprised of employment opportunities. 5/99 pweng\maslers\contract compliance.doc N C:7 D~ -i ~~ ``t -: r-.. ~~ ~t wJ ~~ ~~ ~.> .~"' .F" <.:;~ k1+ w ~~ }~ I 4~.~,. ~ \._.J CC-17 f `, ~~.h~; v~ ._.. .._..., j.... 1 ___.., i`..~ SSA ~ ~~ _,. . J SECTION 00850 LIST OF DRAWINGS PART 1 -GENERAL 1.1 LIST OF DRAWINGS Sheet No. Description S-1 Title Sheet, Location Plan, Index S-2 Abbreviations, General Notes, and Reference S tandards S-3 Roof Level Plan S-4 Roof Double-Tee Beam Repair Access ~ N S-5 Framing Plan at Elev. 728'-0" ~ ~ ~ S-6 Sections and Details ?> ~ ~~'" V -~ S-7 FRP Details t~ t ~--- S-8 Conceptual Catwalk Details =a {~ % _.. "~ --~--} -:.~ M-1 Mechanical Plan ;;:~ ~'~' r /'~~ ~ ~'"'~ M-2 Mechanical Details ~ ,., ~ .c- G-1 General Site Staging Plan E-1 Electrical Sheet Key Plan E-2 Electrical Enlarged Plan E-3 Electrical Enlarged Plan E-4 Electrical Enlarged Plan E-5 Electrical Enlarged Plan E-6 Electrical Enlarged Plan E-7 Electrical Details E-8 Electrical Details and Plan Notes END OF SECTION 00850 Iowa City Water Facility Improvements 00850-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 mxJ ^ ~r Y ;~ f 1 `, ~.y i'`- ......~~ ~ t , .. r t.l ,. _ .. Y~ .. ~ j t ~ ; 7 r'~ ,> ~ ~~ ~~ \ ~! .- -^3 Howard R. Green Company Project No. 526920) SECTION 01010 SUMMARY PART 1 GENERAL Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and -- Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY N G~ O ~ C";:1 A. This Section includes the following: ~ C7 ~, 1. Work covered by the Contract Documents. ^~ -'- ~1 2. Type of the Contract. ~ % ~ ce ~ 1 3. FRP Contractor Qualifications. ~ i - ~ 1 4. Work Phases. `~~ _ '~ `~u' 5. Use of Premises. y .,^~ crrn 6. Owner's Occupancy Requirements. y .~- 7. Work Restrictions. '~ 8. Contact Restrictions. 9. Specification Formats and Conventions. B. Related Sections include the following: 1. Division 1 Section 01800 "Expanded Summary of Work" for a more detailed description of the project scope and other requirements. 2. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.03 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Iowa City Water Facility Improvements, Double Tee Roof Beam FRP Repairs. 1. Project Location: Iowa City Water Division 2551 North Dubuque Street (Stephen Atkins Drive) Iowa City, Iowa 52245. B. Owner: City of Iowa City. C. Engineer: Wiss, Janney, Elstner Associates, Inc., 330 Pfingsten Road, Northbrook, I L 60062, 847.272.7400, FAX 847.291.9599. D. MEP Consultant: Howard R. Green Company, 4685 Merle Hay Road, Suite 106, Des Moines, IA 50322, 515.278.2913, FAX 515.278.1846. E. The Work consists of the following: SUMMARY 01010-1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1. Design, fabricate, and erect a permanent catwalk at selected, difficult to access locations within the plant. In other locations, erect scaffolding to access the underside of the double-tee beam stem end (Sheets S-4 and S-8). 2. Relocate selected electrical and mechanical utilities as shown on the E- and M- Sheets. 3. At double tee stem ends to be repaired, install an airtight, negative pressure dust enclosure. Exhaust fans, blowers, compressors to the exterior of the plant. Prepare the surfaces to receive the FRP through sandblasting, shotblasting, or miscellaneous grinding of the concrete surface. 4. Perform any miscellaneous concrete repairs and surface preparation that is required in order to achieve a continuous, planar surface. Conventional concrete repair products will be accepted for the small areas of patching that are required, if any. 5. Epoxy inject the existing diagonal cracks and longitudinal cracks present in the stem. 6. Install fiber-reinforced polymer (FRP) repairs on double tee stem ends as indicated on the repair plans. 7. €~ollowing FRP installation, the area repaired shall be coated with a coating that matches the existing concrete color of the double tee beams. Repair of ~=~ ~=deteriorating pre-cast concrete seat risers and treads, and stair risers and treads °'~~ `~~ "~~on the southeast, southwest and east balconies of the stadium. {- -~ ~~_~ ~a a , F`~` r?.more information on the work scope, consult Section 01800 -Expanded ~..,..~ ` ~ m..mary of Work. '1:04 ~YPCONTRACT t`] A.~:~ Project will be constructed under a single prime contract. 1.05 FRP CONTRACTOR QUALIFICATIONS A. Execution of a contract by the Owner will be contingent upon acceptance and approval by the Owner, upon recommendations by the Engineer, of the qualification submittals listed below. Reference shall be made to Section 06610 -Fiber Reinforced Polymer (FRP) Strengthening for further information. B. Contractor's Qualification Statement: Bidders shall prepare and submit a properly executed AIA Document A305, Contractor's Qualification Statement, along with their Bid Proposal. C. Present Project Workload (Supplement to AIA Document A305, Paragraph 3.4 (Modified)) Bidders shall also include a present workload summary along with their Bid Proposal. List a maximum of five (5) major construction projects the Bidder's organization has in progress, giving the name of project, owner, engineer/architect, contract amount, percent complete and scheduled completion date. State the value of all of these commitments in terms of the percentage of the Bidder's annual gross earnings. The Bidder shall demonstrate that they have available sufficient forces to complete this project within the stipulated construction time. If the Bidder's present project workload is in excess of 80 percent of their historical annual average gross SUMMARY 01010-2 .._. Howard R. Green Company Project No. 526920) earnings, the Bidder may be deemed this project. Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa unable to provide sufficient forces to complete D. Past Experience and References (Supplement to AIA Document A305, Paragraph 3.5 (Modified)): The Bidder, or its local office in the case of a large organization, shall have successfully completed fifteen (15) similar FRP composite strengthening projects using the Manufacturer's composite system during the previous three (3) years.. List the projects that most closely relate to this project in size, scope, and technical complexity, demonstrating continuous experience in FRP repair work. A successful project will be deemed to have been finished within the specified time period, without excessive time extensions, arbitration, or litigation in conjunction with any,,,,work awarded to it. The past projects must also include and demonstrate e~rienca~ the following work types associated with the FRP work: ~ ~ c._ 1. Concrete repair and rehabilitation work ~' _' ~~ ~ ~1 2. Epoxy injection work ~ _; ,!~ ~' _--~ c ~ E. List the projects by name and location, the total dollar amount of the con~i~yorfirm~~ administered in the project, percentage of the cost of the work perforr~~nriti~rour~'~ own forces, and the name and telephone number of a client represen eve currently employed by the client, who is familiar with your company's adminiation the project. Also, list the number of months to complete the project, and;t~ie name and telephone number of the Engineer of Record (EOR). F. Failure to show or provide adequate and documented continuous experience in FRP strengthening projects in the past three (3) years will be cause for bid rejection. G. Project Personnel: The contractor shall employ key personnel for this project who are experienced in this type and scope of work and who performed similar functions on the projects listed under the Firm's past experience. The Bidder shall list the management personnel and field superintendent employed by your company to be assigned to this project. List the name of the person and position the person would be assigned in the project, the number of years this person has served your company in this assigned position, and this person's total years of experience in the construction industry, by trade. The foreman must have worked on five (5) successful installations of the specified materials during the previous three (3) years. Key personnel must be committed to this project for its duration. If the superintendent, project engineer (management personnel), or both that are intended to work on this project are presently involved with another project, the Bidder must provide a statement enumerating the time commitment to this project. H. Other Experience: The Bidder may, at his discretion, submit (on separate AIA A305 forms or qualification listings consistent with the applicable specification section) the individual qualifications of key sub-contractors at the time of bid submission, as required in the individual specification sections (i.e. epoxy injection, etc.). Consideration of the qualifications of key subcontractors may be used by the Engineer to assess the overall qualifications of the Bidder's team. Otherwise, the individual qualifications of the sub-contractors shall be submitted under normal project submittal requirements, post award. SUMMARY 01010-3 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs _. Iowa City, Iowa I. Per Section 06610, the Manufacturer shall provide a technical representative to be on -. site full time immediately prior to and during installation in the first five repairs. Identify the FRP system manufacturer and the name of the individual serving as their technical ~~ representative. 1.06 WORK PHASES A. The Work shall be conducted in one phase. 1.07 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as indicated on Drawings by the Contract limits. B. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. C. Parking and material storage on site is only allowed in Owner approved designated areas. Refer to Drawings for locations. D. O~t'ier Occupancy: Allow for Owner occupancy of Project site. .~ '~. ,,,Dj`t~eways and Entrances: Keep driveways, parking lot, loading areas, and entrances F,_~ `~ ~~~ing premises clear and available to Owner, Owner's employees, and emergency _~ vfcles at all times. Do not use these areas for parking or storage of materials. >.. ~ ,.-. ,_u ~R. ;~c'I~dule deliveries to minimize use of driveways and entrances. .. - - `°~ G? ~~ ule deliveries to minimize space and time requirements for storage of materials ~`.~ _, ancquipment on-site. ~•~ 1.08 OWNER'S OCCUPANCY REQUIREMENTS A. Full Owner Occupancy: Owner will occupy the site and building during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere . with Owner's day-to-day operations. Maintain existing exits, unless otherwise indicated. B. Maintain access to existing ramps, stairs, walkways, aisles and exits and other adjacent occupied or used facilities. Do not close or obstruct walkways, aisles and exits, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. C. Provide not less than 72 hours notice to Owner of activities that will affect Owner's operations. _ _ D. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of WTP. ., SUMMARY 01010-4 _ Howard R. Green Company Project No. 526920) 1.09 WORK RESTRICTIONS Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. Hours: Work shall be performed during regular business hours of 7:00 a.m. to 5:00 p.m. Monday through Friday except when work is prohibited as noted above. B. Work may be performed before or after regular business hours of 7:00 a.m. to 5:00 p.m. or on weekends at the Contractor's option and at no additional expense to the Owner. Work to be performed during other than regular business hours must be indicated on the construction schedule and approved in advance by the Owner. C. Do not proceed with utility interruptions without Owner's written permission. D. In accordance with the memorandum attached as Appendix A, all contractor forces shall be required to attend and pass cone-hour Water Division Contractor ,~fety Orientation Course prior to starting work. O C7 ~-- E. Security: -~` -=--~ '.,_= _n 1. The Water Treatment Facility is maintained as a secure facility vVith limited.:. access to personnel other than facility employees. The Contractorvy~~e i`s~uec~--~-~ the necessary keys and keycard to the Contractor's desig ate~i csit~---, superintendent to allow access to the necessary portions of the fa~~Key~,and~' keycards will not be provided to all Contractor personnel. 2. The Contractor shall provide, in advance, a list of personnel and subcontractor's ,~,~.,. personnel designated to be on-site performing the work. ~; 3. The Owner shall be notified 24 hours in advance of any materials deliveries to the site. 1.10 CONTACT RESTRICTIONS A. There shall be no contact of any kind between any personnel connected with the work and any Water Division personnel, except for emergency or safety related issues. B. Contact for coordination purposed with Owner-designated personnel is allowed. C. There shall be no photography, videotaping or filming at any time except as directly related to the work. D. Failure to abide by these restrictions will be cause for removal of the offending personnel and/or Contractor from premises. 1.11 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 16-division format and CSI/CSC's "Master Format" numbering system. 1. Section Identification: The Specifications use Section numbers and titles to help cross-referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete because all available Section numbers are not used. Consult the table of contents at the beginning of SUMMARY 01010-5 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs --~ Iowa City, Iowa the Project Manual to determine numbers and names of Sections in the Contract Documents. 2. Division 1: Sections in Division 1 govern the execution of the Work of all V Sections in the Specifications. ~- B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract '- Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be --~ interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the -- Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the -- context, are implied where a colon (:) is used within a sentence or phrase. PART 2 PRODUCTS (NOT USED) PART 2 EXECUTION (NOT USED) ~y ,--, .. . _._ END OF SECTION 01100 .. , ~ ~ --~ . _. ,~ - . ~.._.. ..,_."~ ~ 9..... c:~~ .~ .. _ _ ~":T ~~ / - ~ ~ \~ ~~ ~1 SUMMARY 01010-6 ~-- -- Iowa City Water Facility Improve~inents Double Tee Roof Beam FRP Repairs -- City of Iowa City, Iowa December 2007 BIDDER (CONTRACTOR) QUALIFICATIONS FORMS for __ ~rm name, in large letters) The undersigned Bidder represents that these qualifications have been prepared in good faith in conformity -- with the Contract Documents, and AIA Document A305. The undersigned Bidder further represents that the information provided on these supplemental forms is true and sufficiently complete so as not to be misleading N to the City of Iowa City. C7 _ ~ C7 ~-- ~' ~ = "f'1 __ These forms are to accompany a completed AIA A305 document. ~ ~ -~-~ ~ ~~' .. ~ ~ y~ ~:. _-~~ ~__, ~~, Respectfully submitted by: D ~" ~.. (Company) (Seal - if bid is by a corporation; - Cover Sheet (Business Address) (Authorized Signature) (Printed Signature and Title) (Telephone Number) (FAX Number) (E-mail Address / Website) Total Pages of Forms (including cover page) L ~ ~ C ~ ~ L ~ E y N ~ ~ O 6l = N G ~ y+ L t1 s f ~ .D O C Y ~ ~ O ~ Y '- ~ a °' L ~ y E E- ~,~ ~ ~° z•- ~ ~~ ca ~' N - . o n- U ~ N r~ m U -p y O LL ~ O a~ O ~ ~ O y y ~ N ~ a. ~, ~ ~' E ~ ~ O s C O ~ ~ ~, O a o O L ~ ~ C. ~ ~ ~ ~U . ; p °.~~ a O o a E ~ a o. c L o O Q ~ s Y ~ . G ~ e O _ .b ,~, O O ~ O = V ~ ~ ~ ~ Z a~ p ~ ~ ~ o G ~ >' a~ a~ ~ Y O 'v ~ v U ~ .~ ~ ~~ ~ O C p U 0 . ~ O L py L b C ~ ¢ O ~ ~ ~ R. dD O C a~ y °c w v ~~ W .~-~, ~ c ~ ' ~ ~ ~ ,~ ° a. ~-~ ~'~ ~. _,.._ ~, .~ ~ wa ~ Q -E, w+ ,_ '~js= C -- s`~ ~,,.~ ~ -.. O O ~ "d ~. . O L U U ~ U ~i O ~ ~ o ,~ ~ ~y RI N N U C ~ Y ~ bA CA 'b p ~, W C 'O L ~ _ ~ Y ~ ea a b ~ 0~3 0 ~ ~ , ~ O ~ ~ ~ ~, '~ ~ w C C d 4„ ~ ~' ~ ~ O U ~ o w o s ~ aCi ~ ~ • ~ aCi ~ ~ ° .c U F'' O , ~ 3 Y ° ''Y O Q " O ~ c ~ 3 `° ~ ~ d V C o o ~ ~ _ ev w H Y 'D p ~ ~ O c N ° ' 'Y C~ ~+ z u W O Z o a~ ~ ~ W ~ O -o a ~ o ~ a W .~ a~ ,~. L Z z ~ ..o °' o T a . wa a ~y .: Q wa , - `~~~ ~~ 0 \° ~ 0 \° 0 ~~ 0 N M ~ vj ~~ 0 h v v O d v n ~0 n 0. y I 'o CL N .~ L W b N O S1 O f1 a~ 0 y O h 0 3 N 0 0 o. c a~ a~ oq c w O y ~ 4.. v o 0 ,~ ~ a - ~ ~ ~ x ~ - .a ~ ~ ~ O T ~ 3 ~ ~ N p ¢, ~ t ~ ~ ~.- OU N L LL [Z LL ~ p 4. ~ ~ ~ ~ O T ~ a ~ ~ (Q ~ = y ~ 3 - _ m ~ w v o o ~ O ~ _ ~ ~ ~~E~ ~ f0 ~ ~ ~ O _... ~ ~ T ~ ~ ~. ~ U ~ ~ 3 on ~ ~ ~ ~ W ~ ~ ~ a O ~ v iC Y y O .'~.+ i- ~ ti .~ ~ ~.No~ ~_ c ¢'~ .--~ C p S1 G N 'Z7 .- ~ c C A ~ y 'O > , ~~ ~ ~ ~ U - t T > ~ ~~~Y ~~ ~b ~~ Y~ ~ . ~ ~ ice. U N ° ~ .-. b 3 _ ° ~' a U C p _ 6! lirr ~ O cC +'~--~ ~ °~ "C ~ ¢ ~ o Y O , ~ ~ ~ ~ ~ o ° ~ U ~ T ~ ~ p O M ~" O _ O ~ ~ ~ . . d y ~ o o .~ 0 ~ ~ y ~' ~ p ~ . .~ ~ O 'U O a ~ ° ~ ~~ ~ ~/j o o ~ ~ W M U d ~- ca ~ -° ~ c 'y W y t a~ U ~ 'b uW,. ~ 3 ~ `~° o _... v ^ ~ „I y 4~ p V Q 0 ~ .N+ Y v O ' ` Z rti Q Q ~ . a~ " a~i C . o ° 0 W O 3 te °' ° i ~ aa ,, Z CG Y ~~ ~w ~ ~~~~ __ d' a ~'' ... 3 .o z Ww ~X~ o ~ a~ ~ c ~C:s° ~ ~«. ~ O p y ~ L ~ „~~ z = ~z ~D ~ C GL1 ~ " U ~ ~ O ~ w o ~ L d ~'. O 7 U Z ~ .~ -~ U ~ 6~ .Q +"~ .O ~~ ~ ~ OL. p" L C '~+ L y ~~+ O 7) p ~ E C•C•a~i ea ca W a z ~ ~, U .+ u p L O O 40. U ~ ~ i Q o o `- ~"" ^O L C ~ R ~ v ~ .~,, C O C U ~ ~ a ~ ~ OF b G ca ~ o e~ z~ ~~ ~~ ~o a 69 0 0 0 (V M 69 ~~ 0 N ~, h v C U ~~, 0 C o°io C h I _'1 . J 1 1 1 ~ i ~,! ( } 1 CI) .~ .~ .o a y \° o ~ O W b N 0 0 a. N 69 w O O s 3 O c 0 ~. a N E N bA C 0 a~ ,~ w ' ~ o a L ~ ~ ~ ~ ~ • O S O ~ c ~ C Q~ C n/ ~ a 7 ~ U ~ L.L d O 'er-' C v ~ (O L ~ `~ LL ~ ,^ 0. O x ~ ~ a o o s N = m y -v ~.. c i a o O ~ o ~'Y o ~ O ~ ~ o.Y = N cv o cti. o .~ H ~ ..y +Y ~ U ~ O `~ o ~ ro ~ U ° `~ '- o ~ a~ a ~ 0 3 ~ ~~~ ..~. " +f -+ '17 7 «+ ~ ~ cC ' y _ ~ ~ w..~ 0 G ... O _ U ~ to y y O. .o O . G. ~n A. ~ ~ ro ;Y `~ p vi ~ vi ~ y ~ ~ ,~ ~ '.~ `..' _.'~ ..,a,~ ~ g O _....,,. _ cd ~,- - 0. G.~ `' ~ O o ~~, FBI ~ T ~ ti ~ ~ , ^n .C ~ c~a .. ~ ~ M ~ p ~ y ~ ~ o y p_ ~ ,~ , Q L ~ a ~ y ~ ~ ~ ~ ~ N N a~' a ~ N U ~ ~~`~~ ~ ~ w ~~~~ Gw~o n 0 Ur, . a. ia~ Q' ~~ ~ a~ ~ ~-' '~ H ~ -o ~ a~ ~ ~ ~ z~ ~~ o~ -~~~,~ U c ~~~ o A z ° ° x W ~ J ~ ' =s-~~ o o. c A~ z b 3 ~~ ~ ,.., O Z , a, ~. s~ O a ~" ° ~b ~~ F" O ~ y ~ ~, . W a ~ ~ ° ~ ~ ~ ~ ca cd p 7 ~a w ,,.D ~ r, ~ ~ ~ o ~ ~ a v~ a ~ 3 ° ~ R L o F L y ~ ~ '~ ~ •~i U y ~ ~ O Fes- U u ~ o °: ~L •y ~, o a Q- x ~ c ~. ~ o, h ~ C H r.+ ~ u .+ °~ i ~ ~~ Cl, c., ~ O L a E o ~U zg +..~ a+ u ~ .i+ o c ~ o Q U C O ~ C ~ CQ ~ ,~ u ~ a~z ~o~ `~ U o u y ~ i U F o. as 0 L v a 69~69~ ~ 69~ 69~ b4 a ~' ~ ""' ~ ~ ~ ~ .0 . ~ ti •y ~ ; w W C ~ _ ry ~ w °' •~ w ~ ~ O ::.`. ri v 1'!'I~r~ TM p~ Document A305 -1986 Confractor's Qualification Statement The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED T0: ADDRESS: SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: [ ] Corporation __ [ ] Partnership [ ] Individual [ ] Joint Venture [ ] Other NAME OF PROJECT (if applicable): Iowa City Water Facility Improvements -Double Tee Roof Beam FRP Repairs TYPE OF WORK (file separate form for each Classification of Work): [ ] General Construction [ ] HVAC [ ] Electrical [ ] Plumbing [ ] Other (please specify) § 1.ORGANIZATION § 1.1 How many years has your organization been in business as a Contractor? § 1.2 How many years has your organization been in business under its present business name? § 1.2.1 Under what other or former names has your organization operated? ; ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as~revisions to the sta~rd form t~is available from thc~u~hef' and~hould be reviewe~+4y~tical~ in the-~et~ margin Q-fe-~~~his~tfocumgnt indieafes where ta~C or has added ~ - necess J ation and wh~e~ the author h~~dde or d~lei~ from the~~1">~ AIA~ct. This doc~~'e" nt has irgportant legal consequences. Con3~t tion with an attorne'encouraged with respect to its completion or modification. This form is approved and recommended by the American Institute of Architects (AIA) and The Associated General Contractors of America (AGC) for use in evaluating the qualifications of contractors. No endorsement of the submitting party or verification of the information is made by AIA or AGC. § 1.3 If your organization is a corporation, answer the following: § 1.3.1 Date of incorporation: AIA Document A305T"" -1986. Copyright ©1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. `NARNiNCs: 1 his 1i3A` tocument is frrots.ea^~ Ly d3 .. C,ro rscah t r a z,'td lnfe rna#[c~n e ~roductson or dfstribs ~, ;' ~ti Aid ~ uocument, n~ ar.y por9ioia o~f 'Pt, racy rp.,!~11 ~ sr,vere c, a~i rr.ct x~: iia~R7a! pr~n:~1t~ ~r„ ~~ ~., , ~ ~ tr k> ~~r:, rTZrixonuE~ raxtent fro xt:n unclr*, 3trr.„ r.~~u. This document was produced by AIA software at 09:16:37 on 12/11/2007 under Order No.1000281362_t which expires on 1/24/2008, and is not for resale. User Notes: (1712245133) § 1.3.2 State of incorporation: § 1.3.3 President's name: ; § 1.3.4 Vice-president's name(s) § 1.3.5 Secretazy's name: § 1.3,6 Treasurer's name: § 1.4 If your organization is a partnership, answer the following: § 1.4.1 Date of organization: § 1.4.2 Type of partnership (if applicable): § 1.4.3 Name(s) of general partner(s) § 1.5 If your organization is individually owned, answer the following: § 1.5.1 Date of organization: § 1.53 Name of owner: " § 1.6 If the form of your organization is other than those listed above, describe it and name the principals: § 2. UCENSIM,~„C~$~~ § 2.4 List jurT~ictions and trade categories in which your organization is legally qualified to do business, and in~cate regi~fation or-license numbers, if applicable. •~ ~~. "_ .~ ~ .;.,~ ^~~ a § 2.2 L1st•'~c~ctions in which your organization's partnership or trade name is filed. _, ~, '. ~ ~_. w § 3.,F,~PERIE~N .--. § 3.1~,ist the categories of work that your organization normally performs with its own forces. c.ys § 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) § 3.2.1 Has your organization ever failed to complete any work awarded to it? § 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? § 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? , AIA Document A305T"" - 1986. Copyright ©1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. '<' AuNltdG: 1i~i ; A6~;`" ur t is prateefed by U.S. Gapyrighi law and Internaiionaf Treaiies, ~ h~^suthorired reprc~di.iotion ar dPstrihution of tkti A!P ,-., amen°., or aEr/ ~ ~~ pr r st. rt~ay resuCl in sauere :.wii wsnv rr~itrtint~] penalties, and will t~N Ktia °a .eci3r=>d to the rr~axirrx~rr~~ rxtenT posslhio urxi... f: .-,.. This document was produced by AIA software at 09:16:37 on 12/11 /2007 under Order No.1000281362 1 which expires on 1 /24/2008, and is not for resale. ---- User Notes: - (1712245133) § 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) § 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. § 3.4.1 State total worth of work in progress and under contract: § 3.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. -- r~.~ ca § 3.5.1 State average annual amount of construction work performed during the past five ye~s~'7 ~ 1' _=; °~ indivi~f yob resent commitments of the ke erience and t ti t th h li 3 6 O l~ i y p ruc on exp e cons n a separate s eet, s § . -- organization. ;=~ ~ i`~ . ~ GD _ ~ *~ ~ ~ ~_,., - § 4. REFERENCES ' u7 § 4.1 Trade References: § 4.2 Bank References: § 4.3 Surety: § 4.3.1 Name of bonding company: § 4.3.2 Name and address of agent: - § 5. FINANCING § 5.1 Financial Statement. § 5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; _ AIA Document A305T"' -1986. Copyright ©1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. VLrARNING: This Alr~." itocurn~r~ .:, , , L.;,_ C;~nnYright haw ~ :' 1 ~ ~ ~ _, ulna+s?F~artzed r~„priadnction or di ,t; ib~stiors c9 fhi> .AIA ` Gocumenk, or any 3 czc>r.a~,~•~ of ~~. ~ ~~vc~t'c, r"sviE ant9 cr3 ., „~~,- J r f ;asea:xi.~td to the s~ra<zxirnuna p:~trtnt pi<.>ssrt7lt: Axt-~cic:r ttrr: idw. This document was produced by AIA software at 09:16:37 on 12/11/2007 under Order No 1000281362_1 which expires on 1 /24/2008, and is not for resale. User Notes: (1712245133) Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capita] stock, authorized and outstanding shares par values, earned surplus and retained earnings). § 5.1.2 Name and address of firm preparing attached financial statement, and date thereof: § 5.1.3 Is the attached financial statement for the identical organization named on page one? § 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). § 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? § 6. SIGNATURE § 6.1 Dated at this day of Name of Organization: ~:~ By: `l' -`~ Titlrr:` ~~=. ~..~ _~ i~ ..~~ M ~`m> being-d~sworn deposes and says that the information provided herein is true and sufficiently complete so ~~ as ncatao be mi ding. ~ .,9 Subscribed and sworn before me this day of 20 Notary Public: My Comnussion Expires: AIA Document A305TM - 1986. Copyright ©1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. i^JAT~N€NC: T hr~a AtA" narument 1s prptpcted by 0 a ~opyrigftt Law and Interr~at~anai Cr~ati s, S,h9authoriaed ~~;aroduction a destr~hu aon n4 tl~i AIA' Cocument, or at~u 4 pc>rS on o6 SL ataxy reSUit it .-.w .~_~ raviE an€; ci~ir7~inal pen.tlrics, ano wdf r.N usa~F:ie:ut:d -cs ttro m:axidtrsm3 cxt~,~t {><:~.> ;~bi~, tenar* #hc 1~srJ. This document was produced by AIA software at 09:16:37 on 12/11 /2007 under Order No.1000281362_1 which expires on 1 /24/2008, and is not for resale. User Notes: (1712245133) Additions and Deletions Report for AIA®Document A3O5rM - 1986 This Additions and Deletions Report, as defined on page 1 of the associated document, reproduces below all text the author has added to the standard form AIA document in order to complete it, as well as any text the author may have added to or deleted from the original AIA text. Added text is shown underlined. Deleted text is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated AIA document. This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 09:16:37 on 12/11/2007. PAGE 1 NAME OF PROJECT (if applicable): Iowa City Water Facility Improvements -Double Tee Roof Beam FRP Repairs PAGE 4 Subscribed and sworn before me this day of 29-20 rv c~ Q n css ~' ~ t~~ ~ ~ r.._.. T1 .~..~ ~ ..ss. ~.,.J ~ ~ CJ7 "" t> ; Additions and Deletions Report for AIA Document A305TM - 1988. Copyright ©1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. wARtdit~tC'~: `ihi. A(A' D©cumt ~ ~° prrrected by s.1.5. Cuo~ ~ F +w a,-- I rr:3ittn~,, free, . ~ ~c~iixaf~sze:f re~rocl~~ctiua~ u~ 1 dtq r~i;r ~ AIA" E-rcurnent_ car s~r7y !,rut ... .. ,, s~~aY ~c~ult in seu..,. .'; > ..r .. ,, „ ,, i,:;;ir..., ,. , r.;a~r.utcc4 try the; maxirnm~Aa ,.-:.,- t trip; ,: exler-,t r. <rica- Gmderr ttrc~ Ih~. This document was produced by AIA software at 09:16:37 on 12/11/2007 under Order No.1000281362_t which expires on 1/24/2008, and is not for resale. User Notes: (1712245133) Certification of Document's Authenticity AIA® Document D401 TM - 2003 I, Pedersen, hereby certify, to the best of my knowledge, information and belief, that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 09:16:37 on 12/11/2007 under Order No. 1000281362_1 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA® Document A305TM - 1986 -Contractor's Qualification Statement, as published by the AIA in its software, other than those additions and deletions shown in the associated Additions and Deletions Report. (Signed) (Title) (Dated) ~~ ~. ~~ := . ~ _.~ ~ ~ r. _;_'._. !J _.m ... . ~ s_,. vT. , _ <. '.~ r _._.., :....... .t.. .- , , - .a} .__> - r :~ ~ ~~ ,~ ___ c-W AIA Document D401 TM - 2003. Copyright ©1992 and 2003 by The American Institute of Architects. All rights reserved. W ARN~NG: 1 his AIA'' Document is protect b~ , ~rrrnht Lavr and internatiuna! Treaties. Unauthorized reproduction ar drskr ~bukron of rhos AIA" Document, or any pn!1iUn of 9z. mau re.,ulk r;~ ~ ~ ~ 3 r.rtrnina! peiaaitre ,, anti veil! kze c~rasecuted to the ni«~ximurx? exte rat ~e.:~sihlr. G.: cke.~ lhn, IFAMf. This document was produced by AIA software at 09:16:37 on 12/11/2007 under Order No.1000281362_1 which expires on 1 /24/2008, and is not for resale. User Notes: (1712245133) Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Coordination. 2. Field engineering. i3 ~~ 3. Alteration project procedures. ~. 4. Cutting and patching. ~~ ~~ -~(~ 5. Preconstruction conference. ~ -`= ~ ~---"° 6. Progress meetings. ~~ r--~~~ 1.02 COORDINATION ~ ~ ~ ~~ ~ A. Coordinate scheduling, submittals, and Work of the various Sections of ~cificatl~,is to assure efficient and orderly sequence of installation of interdepend construction elements. - B. Verify that utility requirement characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. D. All Work for this Project must be properly coordinated with the Water Treatment Plant Superintendent to assure that progression of work is compatible with treatment plant operations. Adequate advance notice must be provided for all Work segments to enable plant personnel time to make necessary accommodations to allow construction to proceed. Failure to coordinate Work with the Plant Superintendent shall constitute cause for stopping the Work and discontinuing work until coordination issues are properly resolved. 1.03 FIELD ENGINEERING A. Contractor to locate and protect survey control and reference points. B. Control datum for survey is that established by Owner provided survey. C. Provide field-engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.04 ALTERATION PROJECT PROCEDURES COORDINATION AND MEETINGS 01039 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. Materials: As specified in product Sections, match existing products and work for patching and extending work. B. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. C. Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original or specified condition. D. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. E. Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. F. When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Architect/Engineer. G. Where a change of plane of 1/4 inch or more occurs, submit recommendation for providing a s[r~ooth transition for Architect/Engineer review. t~;-, :~i. Poch or replace portions of existing surfaces which are damaged, lifted, discolored, or ~;~'~ ~sfwing other imperfections. .J;' , °'t _~Fi~xish surfaces as specified in individual product Sections. x g1.05~ ~'I~TING AND PATCHING _~~ ~, ~; En~~oy skilled and experienced installer to perform cutting and patching. ,.. ,.Y 4,`-j B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight-exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non-conforming-Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. COORDINATION AND MEETINGS 01039 - 2 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. ra I. Refinish surfaces to match adjacent finishes. For continuous surfaces, r~nish to`_~earest intersection. For an assembly, refinish entire unit. ~ ~ c.._ J. Identify any hazardous substance or condition exposed during the World-fPre E~ine~=- for decision or remedy. =--i "~~ ;-~-j ~. r .. ~~ ` ~' 1.06 PRECONSTRUCTION CONFERENCE ~-~; A. Owner will schedule a conference after Notice of Award. ~"y .r~ B. Attendance Required: Owner, Engineer, Contractor, Contractor's Superintendent, and major Subcontractors. C. Agenda: 1. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 2. Designation of personnel representing the parties in Contract and the Engineer. 3. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 4. Use of premises by Owner and Contractor. 5. Owner's requirements. 6. Facilities and controls provided by Owner. 7. Temporary utilities provided by Owner. 8. Security and housekeeping procedures. 9. Schedules. 10. Procedures for testing. 11. Procedures for maintaining record documents. 1.07 PROGRESS MEETINGS A. Contractor to schedule and administer meetings throughout progress of the Work at maximum two-week intervals. B. Contractor to make arrangements for meetings, prepare agenda with copies for COORDINATION AND MEETINGS 01039 - 3 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa ._ participants, preside at meetings, record minutes in writing, and distribute copies within •-- two days to Engineer, Owner, participants, and those affected by decisions made. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, and -: Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. ~ J 2. Address public concerns and complaints. 3. Review of Work progress. 4. Field observations, problems, and decisions. ~ " 5. Identification of problems which impede planned progress. __ 6. Review of submittals schedule and status of submittals. 7. Review of off-site fabrication and delivery schedules. -- 8. Maintenance of progress schedule. 9. Corrective measures to regain projected schedules. ~1 10. Planned progress during succeeding work period. ~~ 11. Coordination of projected progress. 12. Maintenance of quality and work standards. ~~ 13. Effect of proposed changes on progress schedule and coordination. 14. Other business relating to Work. E. Meeting Minutes: 1. Contractor will prepare and disseminate minutes at the meetings to all attendees. ~ " •~. Lo.~ation: `~' 1.;; .Owner shall provide and designate an on-site location to hold progress meetings. " ~~, sPA' 2 IODUCTS ....._ , ,..,}_ _ , _.._._ _ -__~ dot Ap~l~ble _._ . ._ ~ ~ -=C PAR'T3 E`~i1TION ` <.~. _ :_ _--_ Nn`t Applicable --- END OF SECTION 01039 COORDINATION AND MEETINGS 01039 - 4 Howard R. Green Company Project No. 526920) SECTION 01070 ABBREVIATIONS PART 1 GENERAL 1.01 GENERAL Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. Wherever in these Specifications references are made to the standards, specifications, or _ other published data of the various international, national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these Specifications, the following acronyms or abbreviations which may appear in these Specifications shall have the meanings indicated herein. 1.02 ABBREVIATIONS AAMA AASHTO AATCC ACI AFBMA AGA ALMA AI AIA AISC AISI AITC AMCA ANS ANSI APA API APWA ASA ASAE ASCE ASHRAE ASME ASQC ASSE ASTM AW PA AW PI AWS AW WA Architectural Aluminum Manufacturer's Association American Association of State Highway and Transportati on-Official American Association of Textile Chemists and Colorists ~ American Concrete Institute ~. n ~ ~ -.~-~ Anti-Friction Bearing Manufacturer's Association, Inc. ,.--~ --_ , _~-- American Gas Association `~ ~~ --~ American Gear Manufacturers Association _ = ; ~.,-~ ~,A ~.~ .r~ The Asphalt Institute ~-~ ~? ="~ ~_~.. American Institute of Architects ~= '`` ~' American Institute of Steel Construction Y ~- American Iron and Steel Institute ,.,~~. ~~ American Institute of Timber Construction Air Moving and Conditioning Association American Nuclear Society American National Standards Institute, Inc. American Plywood Association American Petroleum Institute American Public Works Association Acoustical Society of America American Society of Agricultural Engineers American Society of Civil Engineers American Society of Heating, Refrigerating, and Air Condi tioning Engineers American Society of Mechanical Engineers American Society for Quality Control American Society of Sanitary Engineers American Society for Testing and Materials American Wood Preservers Association American Wood Preservers Institute American Welding Society American Water Works Association __ ABBREVIATIONS 01070 - 1 Howard R. Green Company Project No. 526920) ,~~, ~~ w~'~ ~;~ I .._~ ° ~ _... 1 __~ ~, BBC BHMA CBM CEMA CGA CMA CRSI EIA ETL EPA FM FPL HI IAPMO ICBO IEEE IES IME IP IP% I S A '?-IA .~ ~~A M NB NEC NEMA NFPA NFPA NLGI NMA NSF NWMA OSHA PCA PPI RCRA RVIA RW MA SAE SAMA ABBREVIATIONS Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa Basic Building Code, Building Officials and Code Administrators International Builders Hardware Manufacturer's Association Certified Ballast Manufacturers Conveyors Equipment Manufacturer's Association Compressed Gas Association Concrete Masonry Association Concrete Reinforcing Steel Institute Electronic Industries Association Electrical Test Laboratories Environmental Protection Agency Factory Mutual System Forest Products Laboratory Hydronics Institute International Association of Plumbing and Mechanical Officials International Conference of Building Officials Institute of Electrical and Electronics Engineers Illuminating Engineering Society Institute of Makers of Explosives Institute of Petroleum (London) Institute of Printed Circuits Instrument Society of America International Organization for Standardization Institute of Traffic Engineers Metal Building Manufacturer's Association Mechanical Power Transmission Association Manufacturing Standardization Society National Association of Architectural Metal Manufacturer's National Association of Corrosion Engineers National Bureau of Standards National Electrical Code National Electrical Manufacturer's Association National Fire Protection Association National Forest Products Association National Lubricating Grease Institute National Microfilm Association National Sanitation Foundation National Woodwork Manufacturers Association Occupational Safety and Health Administration Portland Cement Association Plastics Pipe Institute Resource Conservation and Recovery Act Recreational Vehicle Industry Association Resistance Welder Manufacturer's Association Society of Automotive Engineers Scientific Apparatus Makers Association 01070 - 2 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa SMA Screen Manufacturers Association SMACCNA Sheet Metal and Air Conditioning Contractors National Association SPI Society of the Plastics Industry, Inc. SPIB Southern Pine Inspection Bureau SPR Simplified Practice Recommendation SSBC Southern Standard Building Code, Southern Building Code Congress SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction UBC Uniform Building Code UL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute WEF Water Environment Federation WIC Woodwork Institute of California WRI Wire Reinforcement Institute, Inc. WWPA Western Wood Products Association PART 2 -PRODUCTS Not Applicable PART 3 -EXECUTION -- Not Applicable ra t_ O C'.:'> GJ "~ ~ L~ ~-. ~`~ .. ~: r_.,:~ . ~` 1 . ~~~ c.n r.'~]. END OF SECTION 01070 ABBREVIATIONS 01070 - 3 ,„~ ~` - -`~ .,_.~. -+_~ ,a i.._ _i ;-= - _! ~ U ,~ ~: .~ ~=' r _~ 4:a Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.01 GENERAL A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said stand~ds or requirements may be in conflict with applicable laws, ordinances, or gove^ g codes. No requirements set forth herein or shown on the Drawings shall be waived~~~use~# anY~, provision of, or omission from, said standards or requirements. ~ .~ =~~ _ ± C. Specialists, Assignments: In certain instances, specification text requires.~rnmplies~ th~t i;~ l specific work is to be assigned to specialists or expert entities, who must~~r~gaged fob the performance of that work. Such assignments shall be recogni~cPas ~ecial requirements over which the Contractor has no choice or option. Thes~~-equirecnents shall not be interpreted so as to conflict with the enforcement of building cSades and`similar regulations governing the Work; also they are not intended to interfere'~'w~'ith local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Concrete Institute (ACI). 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications (IDOT) and current Supplemental Specifications 5. American National Standards Institute (ANSI). 6. American Water Works Association (AWWA). 7. American Welding Society (AWS). REFERENCE STANDARDS 01090 - 1 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa 8. Federal Specifications (FS). 9. National Electrical Safety Code (NESC). 10. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 11. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 12. American Disabilities Act (ADA). 13. Standards and Codes of the State of Iowa and the Ordinances of the City of Iowa City, Iowa. 14. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. B. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. D. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The Contractor is responsible that all work included in the Contract Documents, regardless if sht~~nr'n or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, ~~ Stata~ and Local Regulations governing the storage and conveyance of hazardous I,~4-~ matals, including petroleum products. _. ,.. , _~ ~ ~., __ :~ REFERENCE STANDARDS 01090 - 2 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. PART 2 -PRODUCTS Not Applicable PART 3 -EXECUTION Not Applicable END OF SECTION 01090 N O [:~ --~ '~ ~-7 _. i n -~ ~ __. __ r''°i '~"" ~- -: - -::.~ V =i<~ ! ~ .. ' ~1 V~ REFERENCE STANDARDS 01090 - 3 ' ~ ~~ / ___ ~.~ ~ .r r~ --, ~.~ SECTION 01125 UNIT PRICE WORK PART 1 GENERAL ' 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions, and other Technical Specifications, apply to this Section. 1.2 SUMMARY A. Initially, the Contract Sum will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity for each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for thaLOmparn of Bids and determining an initial Contract Sum. C7 C 7 t~ ~-- _«R ;• ^~ B. Determinations of the actual quantities and classifications of Unit Price Wor P~!forri7`ed by~ Contractor will be made by Owner's Representative, who will review witl,e~tracl~- hi~"~ preliminary determinations on such matters before rendering a written .~>~c#~on own arl~1 Application for Payment. The written decision thereon will be final and bind~~on >~vne~ J and Contractor, unless within ten days after the date of any such decision, eithe~p~ty dQ]Ivers to the other party to the Agreement written notice of intention to appeal. ~-y -~' c.n ;,,, C. Each unit price WILL BE DEEMED TO INCLUDE an amount considered`• Contractor to be adequate to cover Contractor's OVERHEAD AND PROFIT FOR EACH SEPARATELY IDENTIFIED ITEM. D. For the purpose of this Section, major pay items are defined as any contract pay items having - an original amount bid in excess of 5% of the total original Contract Sum. Adjustments in unit prices for increased or decreased quantities of major pay items will be governed as follows: -- 1. If the quantity of any major pay item of Work required to complete the project varies from the original contract quantity by 25% or less, payment will be made at the contract unit price. 2. Should the original contract quantity of any major pay item of Work be increased or decreased by more than 25%, either party to the Agreement may request in writing within fifteen (15) days that a Change Order be negotiated with an adjustment of contract unit - prices satisfactory to both parties. a. Where the original contract quantity of a major pay item is increased, the adjusted contract price will apply only to that portion of the pay item which is in excess of - 125% of the original contract quantity. The adjusted contract unit price for the quantity of the major pay item which is in excess of :125% of the original contract quantity will be negotiated on the basis of the actual cost of the entire item, __ complete, in place, plus the allowance stipulated in the Supplementary Conditions for profit and applicable overhead costs. Iowa City Water Facility Improvements 01125-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 b. In the case where a major pay item is decreased by more than 25% from the original contract quantity, the adjusted contract unit price will apply to the quantity -- measured and accepted for payment. At the request of the Contractor, adjustment of the contract unit price for the quantity of any item which is less than 75% of the ( l original contract quantity will be considered, insofar as it justifies an increase in the pro rata share of the fixed expense chargeable to such pay item because of the decreased quantity of the item. However, total payments of the pay item shall not ^' exceed that amount which would be paid for 75% of the original contract quantity for the pay item at the original contract unit price. c. If neither party requests in writing an adjustment of unit prices for major pay items -- of Work within fifteen (15) days of proposed adjustment, then the contract unit prices will govern. `-" d. No contract unit price adjustment as provided for herein will be made for any major pay item of Work for which the total amount of the adjustment is less than $1,000.00. E. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by unit prices, and the Contact Sum will be : correspondingly adjusted. PART 2 PRODUCTS - (NOT APPLICABLE) '__ PART 3 EXECUTION .~ 3.1 UNIT PRICE SCHEDULE ~- A. Refer to the Bid Proposal Form for required unit prices under the following major headings for the base bid. These items are as follows with means of measurement given where --- appropriate. B. -Item - Work Description ~ ~ ~ _Measurement ~~ ~:::~; Unit Supply and install scaffold access to the double tee stem .~ ,, ~ ~~ ends identified as "A" and "B" runs on Sheet S-4 lump '__: _` ~ .~ f `' '~; ~"~ 3_ ' Supply and install a new permanent catwalk /work --~ ~t ~ ;` ` ~ ~ platform along side the existing CIP concrete beams, _ , _ _,._.`t t t,~ _ beneath the double-tee stems identified as "C" runs on lump .- .. -~ !S' Sheet S-4 3 '~~} '4~-- _ _ __ --.- __ _- _ __. _--- -- Supply and install temporary protection below the work i ~-~ areas to protect open water tanks, equipment, and lump ~' ~ electronic controls for the plant. 5 Locate delaminated/deteriorated concrete, remove ^~~ unsound and sound concrete materials, and debris disposal sq ft `y (see Item 6 for measurement basis).. ^ Iowa City Water Facility Improvements 01125-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~- Item Work Description Measurement Unit 6 Surface preparation, cleaning and field epoxy coating reinforcing steel, forming, placing, and curing concrete to original profile for full depth repair on tee stem (Concrete repairs shall be paid on a square foot basis assuming the sq ft entire double tee stem width will be replaced. Measurement shall be a vertical area on one side of the tee stem). __ 7 Provide negative pressure dust enclosures around the lump specific work area to contain all surface preparation spoils _ _ ~ _____ _ 8 Surface preparation of the double tee stem ends to receive the FRP repairs, including grinding corners to a radius, lump grinding protrusions, and / or providing epoxy filler paste to even out uneven concrete surfaces. ~-,~ 9 Clean out existing cracks, supply all materials, and inject C; epoxy resin under pressure into existing double tee stem ~ ~ ~-- _ ~~ cracks that will be located in the FRP repair area (The '' =~-~ ~ ! ~ -> -1"m ft ~ r crack length for measurement shall be the vertical side ti ,,,~ {"~" ` length on one side of the tee stem measured in length ~ {~--' 'mil units, as desi ated ~ ~ ~_ ~..J ` 10 Remove and replace in-kind the CMU in-fill firewall that 3 i~ may interfere with the FRP repair installations along ~' s ft ~ Column Line 2 or Column Line C.l from Column Lines 1 q to 2. 11 Supply all materials and labor to install FRP repairs on the double tee stem ends. This item includes the entire system of epoxy resins, carbon fiber sheets, and final sq ft aesthetic coating (FRP repairs shall be paid on a square foot. Measurement shall be on two sides of the tee stem). 12 Surface preparation, and supply all materials and labor to coat the existing and new CMU in-fill firewall affected by sq ft the FRP repairs on the double tee stem ends. 13 Supply and install new firestop joint seal in properly prepared joints adjacent to the double tee stem or flange lin ft ends_ (generally where CMU was replaced in kind) 14 Supply and install new backer rod and polyurethane sealant in miscellaneous locations identified by the lin ft Engineer (this does not include flange-to-flange sealant joints damaged by the Contractor). _ 15 Modifications to the existing mechanical systems per the lum M- Sheets to accommodate the structural repairs. 16 Modifications to the existing electrical systems per the E- lump Sheets to accommodate the structural repairs. 1 ~ Addition of the new beam mounted duplex receptacles lum p and appurtenances per the E- Sheets Iowa City Water Facility Improvements 01125-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 -Item Work Description Measurement Unit 18 Provide all engineering labor and expenses necessary to visit the WTP two (2) years after substantial completion to inspect the FRP installations and prepare a certification letter to the City of Iowa City reporting on the FRP condition. This report shall also comment on the lump sum allowance necessity of follow-up repairs to correct defective work of $5,000 manifesting itself after the two (2) year period. This work shall be conducted by the FRP manufacturer or an authorized representative thereof. Payment to be made upon receipt _of letter. 19 Provide all engineering labor and expenses necessary to visit the WTP five (5) years after substantial completion to inspect the FRP installations and prepare a certification letter to the City of Iowa City reporting on the FRP condition. This report shall also comment on the necessity of follow-up repairs to correct defective work lump sum allowance manifesting itself after the five (5) year period. This work of $5,500 shall be conducted by the FRP manufacturer or an authorized representative thereof. This work shall be conducted prior to expiration of the five (5) year warranty for the FRP system. Payment to be made upon receipt of letter. 3.2 ALTERNATES A. In accordance with Alternate No. 1, the Contractor shall provide all material, equipment, and labor necessary to remove the existing needle beam shoring presently in-place at double-tee bearp ~To. 26. Removal shall be accomplished following the FRP repair of the double-tee stems .-~ in th~ area. The salvage value of the steel will be accounted in the bid price. ~~~~~B. ~~Y.sordance with Alternate No. 2, the Contractor shall provide all material, equipment, and _, ' W ~i~fjor~necessary to provide welded end caps to the structural steel tube (HSS) sections. ;, ~ I ~ Fc~le3°wing the "touch-up" fabrication work required in the field, the existing steel shall be left ,.:...! t in-p~e and coated with an approved intermediate and top coat of paint. The tube interiors s;tallJ~e coated with a clear rust sealer prior to sealing with the steel end caps. 4~;~- ~~. The icy of Iowa City will select one of the two alternates from above based on the bid prices =~ received. END OF SECTION 01125 Iowa City Water Facility Improvements 01125-4 _ December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ,~ Howard R. Green Company Project No. 526920) SECTION 01300 SUBMITTALS Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Submittal procedures. _ 2. Construction progress schedules. 3. Proposed products list. 4. Shop drawings. ~ ~' 5. Product data. ~-, _ -.-j-j ~ 6. Samples. --~ *~ " m-~-_ " ' 7. Manufacturers' instructions. -I ~-~; . a ~^_ - 8. Manufacturers' certificates. ,1 ~.a ~~ ?___, r* ~ ~-.: ~~ 1.02 SUBMITTAL PROCEDURES =~ r ~' ,. ~' _ y .c~- A. Transmit each submittal on Owner's standard submittal form (attached at~tJ4e end o~'t~is section). °' B. Sequentially number the transmittal forms. Re-submittals to have original numberwith an alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Engineer review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. SUBMITTALS 01300 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.03 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date of Owner-Contractor Agreement for Engineer review. B. Revise and resubmit as required. C. Submit revised schedules with Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E. 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. F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by Owner and under Allowances. 1.04 PROPOSED PRODUCTS LIST A. Within 15 days after date of Owner-Contractor Agreement, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each .product. ~' Foroducts specified only by reference standards, give manufacturer, trade name, model `~'' o~log designation, and reference standards. ___ _._W ,.._ ,_..~wn _. ~ , ~..'.~.05~Lip ~ DRAWINGS w.__~ i ~~~ iJ a _ A. - S;1~ikar~it five (5) copies to the Owner's Engineering Consultant in addition to the copies =- j n~ad~~tl by the Contractor. ~- ~ y 1..~ B~~ After review, reproduce and distribute in accordance with Article on Procedures above and for Record Documents described in Section 01700 -Contract Closeout. C. Provide panel and cabinet layout drawings and panel and cabinet electrical schematics in _~ submittals. 1.06 PRODUCT DATA A. Submit five (5) copies to the Owner's Engineering Consultant in addition to the copies - needed by the Contractor. SUBMITTALS 01300 - 2 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. D. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 -Contract Closeout. 1.07 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. -- B. Submit samples of finishes from the full range of manufacturers'standard colors, textures, and patterns for Engineer's selection. C. Include identification on each sample, with full Project information. _ D. Submit three (3) samples to the Owner as specified in individual specification~cfions~ar~d two (2) copies to the Owner's Engineering Consultant. ~' ~ =~- ~ n ~ ==' E. Reviewed samples which maybe used in the Work are indicated in individuaL'.~~~ification 1'j`j Sections. ~T ~ ~~; J ~. c.? 1.08 MANUFACTURER'S INSTRUCTIONS y .~-- _~ c= .. A. When specified in individual specification Sections, submit manufactrtt ' rs' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Submit three (3) copies of the manufacturers' instructions to the Owner and one (1) copy to the Owner's Engineering Consultant. 1.09 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. SUBMITTALS 01300 - 3 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa C. Certificates may be recent or previous test results on material or Product, but must be __ acceptable to Engineer. D. Submit three (3) copies of the Warranty information to the Owner and one (1) copy to the Owner's Engineering Consultant. 1.10 MOCK -UPS A. As part of the submittals for certain sections contained herein, mock-ups will be required _. on-site. Their installations will be coordinated with the Owner and Engineer. Major work items requiring mock-ups include: --~ 1. FRP repairs '-' 2. Structural steel catwalk. B. Before beginning primary work for the FRP repairs, at a location acceptable to the Engineer, provide an on-site mock-up of typical FRP repair and obtain Engineer's ~~ acceptance for: 1. Surface preparation of the existing precast concrete double-tee beams _ including cutting of any slots necessary to anchor the FRP reinforcement _. and creating a smooth radius at any interior or exterior corners. ~- ,~, __~ 2. Cleaning of the concrete surface prior to application of the epoxy resin system. ,_y~~ ~ ~. ~ 3. Mixing and application of the epoxy resin. __ '~ ~°~+ ~~ ,= 4. Application of the epoxy resin and FRP reinforcement. "_~ "~; c. s ~,:= 5. Coordination with other work -- -~ , ~ ~ ~--~ 6. Appearance of the final completed repair installation. ~~, ti C. TI4~process and final installation of the FRP repairs shall be recorded and __ ``~ memorialized with digital photographs, in addition to the completed installation. The - digital photographs and completed installation shall serve as the basis of acceptance for this work. `-~ PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01300 SUBMITTALS 01300 - 4 --, -. o n m ~ ~ o o p p °~ °~ N O a Z ~ or =1 ~ ~ ~ °' W D C7 C7 C7 <'n ~ `< a O O O c n ~ Q ~ II7.. ~ ~ ~. m ~ ~ ~ Z ~ ~ ~ a a I - ~ o~ n n n D m- ~ v O O O o ~• a p ~ Z7 ~1 .Z1 N y ~ co m p ~ Z ~ O N ~ m 7 Z N N N y Z 7 C o m ~ ~ n O ~~ c Z °-'. ~ N n `D z o S p D C~ p m m O ~ n ~ o -~ cn n 0 ~ tea, Z~~ ~ y N ~ ~ ~ N S, 3 m 3~ m o m ~ ~ n O ra Z o ~ ~ n ~ ~ ~ ~ ' ~:~ ~ 0 O ~ ~, ~ o ` ~~, _., ~ ~ --f r ~- i~ `~•+ YI t J m z `'r ~ O `'':'~ n -o Z m m ~- m m ~ cn ~ _I o ~ ~ C7 n Z m r = p D ~ ~ Q ~ m ,~ ~ o ~~v ~ ~~a p W ~ ~~N n a d ` CD ~ ~ °' ~ ~' o ~ ~ m o z ~ N N ~ ~ n~ n Z m m Z n ~ o o ~ ~ D ;U T7 = T A _ OmiU' _~ N m n p -1 O N ~ °• y T coo ~ y ~ ~ d ~ ~ o ~ c ~ ~. N - >~~ ~ ~ 3. o a~ Z Z m c ~ z ~ ~ ~ o _ ' ~ c O O ~ ~ ~ ~ ~ ~ < _ m F ~ ' 0.+ (Q ti` 4~ 4~=~ ~_, e.. w.~ k n.,. ~~ .,. __._ ~._ R . <,) r~ y ;~ s._.-'+ ~~ ......_ C'~,7 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SE CTION INCLUDES A. Temporary utilities. B. Temporary telephone service. C. Temporary sanitary facilities. D. Temporary Controls: Barriers and fencing. r., E. Security requirements. O ~ ~~ ~; _. F. Vehicular access and parking. ~ ~i .~.. G. Waste removal facilities and services. C7 =-$ ~~~ ~ -~ _ 1.02 TE MPORARY UTILITIES , G r--.. ~' ' A. The Owner will provide and pay for all electrical power, lighting, water, aA~ gen era - facility ventilation required for construction purposes. ~' ~_, B. Use of water will be restricted and coordinated with the Owne -: h, r to prevent"possi ble contamination of water processes. C. The Contractor may place a construction trailer on-site, at Contractor's option, at designated Contractor vehicle parking area for the purposes of providing secure storage for materials and equipment. However, no utilities, such as electricity, water, telephone, etc., will be provided or allowed to be installed to serve the trailer. 1.03 TEMPORARY TELEPHONE SERVICE A. Provide, maintain, and pay for mobile phone service for the field superintendent or other Contractor field representative. 1.04 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures for use by Contractor Personnel. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. 1.05 BARRIERS i~i~i t---, `~ 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 operations and demolition. B. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.06 FENCING A. Construction: Contractor's option to provide fencing in designated lay-down area to secure materials stored outside. TEMPORARY FACILITIES AND CONTROLS 01500 - 1 Howard R. Green Company Iowa City Water Facility Improvements ~. Project No. 526920) Double Tee Roof Beam FRP Repairs ._ Iowa City, Iowa 1.07 SECURITY -- A. Provide security and facilities to protect Work, existing facilities, and Owner's `-' operations from unauthorized entry, vandalism, or theft. B. Refer to Section 01010, Summary, for additional security requirements. 1.08 VEHICULAR ACCESS AND PARKING A. Contractor vehicles shall park in designated areas. Refer to Drawings. B. Coordinate access and haul routes with governing authorities and Owner. C. Provide means of removing mud from vehicle wheels before entering streets. 1.09 WASTE REMOVAL `l A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. ~- B. Provide containers with lids. Remove trash from site periodically. -- C. If materials to be recycled or re-used on the project must be stored on-site, provide ~- suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate `~" containers with lids. 1.10 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS ;J A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B. Remove underground installations to a minimum depth of 2 feet (600 mm). Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. : _ D. Restore existing facilities used during construction to original condition. PART 2 PRt~DUCTS -NOT USED PAF~T 3 EUTION -NOT USED ^ .,.~ t.~ ~ - END OF SECTION ~-~ ,. _~ ` , t~ _ ~J ~ - .-,-R ~`~ y TEMPORARY FACILITIES AND CONTROLS 01500 - 2 Howard R. Green Company Project No. 526920) SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 SUMMARY Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa ~~ A. Section Includes: e} 1. Closeout procedures. 'Z n ~- _ 2. Project record documents. ~' ~ ~°-~'= ~,.`...~ 3. Spare parts and maintenance materials. ~ ~ ~ ~_ 4. Record Drawings ~ ~ ~ e ~; ~~ 1.02 CLOSEOUT PROCEDURES J ~ r.? a ~-- A. Submit written certification that Contract Documents have been reviewed, ~ork hasi~en inspected, and that Work is complete in accordance with Contract Docum~ts and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D. Submit Contractor's Statement listing all Iowa sales/use taxes, waivers of liens from all Subcontractors and suppliers, and other items required by the Contract Documents. 1.03 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, CONTRACT CLOSEOUT 01700 - 1 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract Drawings. E. Submit documents to Engineer prior to claim for final Application for Payment. 1.04 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to Owner prior to substantial completion. 1.05 RECORD DRAWINGS A. Make a record of all field changes, including material and physical changes, to the Drawings. Provide to the Engineer a copy of the original drawings with all the changes delineated. 1.06 FOLLOW-UP INSPECTIONS A. The qualified Iowa Professional Structural Engineer(s) retained by the Contractor for the catwalk and FRP repair system shall visit the site upon substantial completion of the work and certify that the construction is in accordance with their design reflected on the calculations and shop drawings for the respective two designs. B. TheRP manufacturer or an authorized representative thereof shall visit the WTP two (2) - year f after substantial completion to inspect the FRP installations and prepare a r°' cecation letter to the City of Iowa City reporting on the FRP condition. This report shall ,.,~ '~~~` tsjcomment on the necessity of follow-up repairs to correct defective work manifesting ,, ,, M i$~e~after the two (2) year period. Payment to be made upon receipt of letter. _._ ~ _~'~ _..Lj ~. fiFi~RP manufacturer or an authorized representative thereof shall visit the WTP five (5) ','._a j~ear_~ after substantial completion to inspect the FRP installations and prepare a =-:y ceif)~cation letter to the City of Iowa City reporting on the FRP condition. This report shall ~~~ alsd.:~mment on the necessity of follow-up repairs to correct defective work manifesting ~~°~ itself after the five (5) year period. This work shall be conducted prior to expiration of the five (5) year warranty for the FRP system. Payment to be made upon receipt of letter. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable CONTRACT CLOSEOUT 01700 - 2 r-, Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa END OF SECTION 01700 _ D ~ C~ t ~..~ ~"; J _ t~ j.: ~ _ " ~'~~ ~.) "...~ }I ~ CONTRACT CLOSEOUT 01700 - 3 ~~;~ - ~' -~.~ ;~ _~ jw.~. i:.! r f ~ .~._..~ ~.. , ~- ~ 1~.._ .,, ,.. t C: 7 :>- _ ~-~ ~' [~~ _~ Howard R. Green Company Project No. 526920) SECTION 01710 CLEANING Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Cleaning during the progress at the completion of the Work as required by General Conditions. h1 1.02 DISPOSAL REQUIREMENTS ~' O ~~ A. Conduct cleaning and disposal operations to comply with codes, ordinance~'r~ulatns, °T~ and anti-pollution laws. C7 ~ ~ ~~~ 1.03 RESPONSIBILITIES AND COORDINATION BETWEEN PRIME CONTRaG`~~RS~ ~;-~~ ~~~. A. Contractor responsible for cleaning his own installed materials and equipme both d ~ g and at the completion of construction. Each Contractor responsible for r~moving.,and disposing waste, rubbish, and debris off the site in an approved landfill ark B. If the Contractor fails to clean exposed surfaces and/or remove debris from site, the Owner may clean up and charge the cost to the Contractor responsible as the Owner determines to be just. C. Contractor responsible for final cleaning of floors, walks, and grounds. PART 2 PRODUCTS 2.01 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials onlyon surfaces recommended by cleaning material manufacturer. CLEANING 01710 - 1 Howard R. Green Company Project No. 526920) PART 3 EXECUTION 3.01 DURING CONSTRUCTION Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. Execute periodic cleaning to keep the work, the site, and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Remove waste materials, debris, and rubbish from the site periodically and dispose of at legal disposal areas away from the site. C. After painting begins or permanent heating system is started, use vacuum cleaning in lieu of broom cleaning methods. 3.02 FINAL CLEANING A. In addition to the requirements for clean-up as specified in the General Conditions, the Contractor shall remove to the Owner's satisfaction, all asphalt or concrete spilled on or around the buildings. Dispose of all rubbish and debris from the site in an approved landfill area. B. Employ skilled workmen for final cleaning. C. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and otherforeign materials from sight-exposed interior and exterior surfaces. D. Wash and shine glazing and mirrors. E. Polish glossy surfaces to a clear shine. F. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. G. Fir'"wr to final completion, or Owner occupancy, the Contractor shall conduct an inspection pull interior and exterior surfaces, and all work areas, to verify that the entire work is ,e1~an. .._tl~t -_ ~, .~_ r' ' ;` ~ -'.." END OF SECTION 01710 .. ! t ~_' __ - _i~ --, ;,~,) 't CLEANING 01710 - 2 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 01730 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.01 SUMMARY A. Section Includes _ 1. Complete product data and related information appropriate for Owner's maintenance and operation of products furnished under Agreement. 2. Prepare operating and maintenance data as specified in this section and as referenced in other pertinent sections of Specifications. 3. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. ~_ - 1.02 SUBMITTALS U .~.. ~ ~- A. Prepare data in form of an instructional manual for use by Owner's personeT' ~~~'* ~~I B. Format: ~ ~J ., ~~'i 1. Size 8-1 /2" x 11 ". • ~ ~ ` r__, ~j~~ ~..~ __ 2. Paper: 20 Ib minimum, white, for typed pages. ,-T- ~ ~ a> 3. Test: Manufacturer's printed data, or neatly typewritten. y ,,~ 4. Drawings: ~~ '-' __ a. Provide reinforced punched binder tab, bind in with text. b. Fold larger drawings to size of text pages. 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. -- b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS." List: -- a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in manual. _ 7. Binders: a. Commercial quality 3-ring binders with durable and cleanable plastic covers. b. Maximum ring size: 3". c. When multiple binders are used, correlate data into related consistent groupings. C. Submittal Schedule: 1. Submit 2 copies of preliminary draft of Submittal Schedules prior to start of work. Owner's Engineering Consultant will review draft and return 1 copy with comments. 2. Submit 1 copy of completed data in final form 45 days prior to final inspection or acceptance. Copy will be returned after final inspection or acceptance, with comments. OPERATION AND MAINTENANCE DATA 01730 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa 3. Submit 3 copies of approved data in final form prior to final inspection or acceptance. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this section. 3. Skilled as technical writers to extent required to communicate essential data. 4. Skilled as draftsmen competent to prepare required drawings. 1.04 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. Contractor, name of responsible principal, address, and telephone number. 2. List of each product required to be included, indexed to content of volume. 3. List, with each product, name, address, and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement and list of recommended spare parts. 4. Identify each product byproduct name and other identifying symbols as set forth in Contract documents, including nameplate information and shop order numbers for each item of equipment furnished. B. Product data: ~,__ 1. `w{riclude only those sheets which are pertinent to specific product. ~~ 2. -.2Annotate each sheet to: -s ~_~.~ =~:~a. Clearly identify specific product or part installed. `~ ~~-~. Clearly identify data applicable to installation. ~ ~ ~` i .~-e. Delete references to inapplicable information. ;~ r4~. l "" ~`W ~ 1 f--'~u lement roduct data with Drawin s as necessa to clear) illustrate: ~~. Relations of component parts of equipment and systems. ~~~; `~. Control and flow diagrams. 2. Coordinate Drawings with information in Project record documents to assure correct illustration of completed installation. 3. Do not use Project record documents as maintenance Drawings. D. Written text, as required to supplement product data for particular installation. 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instructions for each procedure. E. Copy of each warranty, Bond, and service contract issued. Provide information sheet for OWNER's personnel, giving: 1. Proper procedures in event of failure. 2. Instances which might affect validity of warranties or Bonds. OPERATION AND MAINTENANCE DATA 01730 - 2 ;; Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.05 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit 3 copies of complete Operation and Maintenance manual in final form. B. Contents, for each unit of equipment and system, as appropriate: 1. Description of unit and component parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Startup, break-in, routine, and normal operating instructions. b. Regulations, control, stopping, shutdown, and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. (~ 3. Maintenance procedures: ~ C7 ~ _ a. Routine operations. ~`' __; =c`" ~~ ~ b. Guide to "trouble-shooting." ~ _~ ! ~ I_~ c. Disassembly, repair, and reassembly. :.~ ~' ~~"-j d. Alignment, adjusting, and checking. ~~ ~ `: 4. Servicing and lubrication schedule; List of lubricants required. ~ ~~: rn 5. Manufacturer's printed operating and maintenance instructions. y ,~ 6. Description of sequence of operation by control manufacturer. --' ~-. 7. Original manufacturer's parts list, illustrations, assembly drawing~Y.nd diagrams required for maintenance. a. Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. 8. As-installed control diagrams by controls manufacturer. 9. Each contractor's coordination Drawings. As-installed color-coded piping diagrams. 10. Chart of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of Specifications. C. Content, for each electrical and electronic system, as appropriate. 1. Description of system and component parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. c. Complete nomenclature and commercial number of replacement parts. 2. Circuit directories of panel boards: a. Electrical service. b. Controls. c. Communications. 3. As-installed color-coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. OPERATION AND MAINTENANCE DATA 01730 - 3 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs ~ -- Iowa City, Iowa c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to "trouble-shooting." c. Disassembly, repair, and assembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of Specifications. D. Prepare and include additional data when need for such data becomes apparent during instruction of Owner's personnel. E. Additional requirements for operating and maintenance data: Respective sections of Specifications. F. Provide complete information for products specified in: 1.06 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Manual for equipment and systems shall constitute basis of instruction. Review contents of.rr~anual with personnel in full detail to explain all aspects of operations and m~tenance. f - - PAt3T 2 ~RQDUCTS ~_~ .- ... ~..! w ,. ~7 ~....._ ...___LL `Not A~pfu~able PAR'S 3 EX~UTION ~~ Not Applicable END OF SECTION 01730 OPERATION AND MAINTENANCE DATA 01730 - 4 ;: SECTION 01740 GUARANTEES PART 1 GENERAL 1.1 GUARANTEES A. Work guaranteed for a period greater than that described in the General Conditions shall have a written guarantee. This guarantee will be as described in the relat ed specification section governing that work. 1.2 SUBMITTALS A. All guarantees shall be submitted in writing to the Owner prior to final payment for the project. 1.3 RELATED WORK A. Section 03604 -Epoxy Injection B. Section 06610 -Fiber Reinforced Polymer (FRP) Strengthening ~~ ~} 1.4 GUARANTEE PERIOD c_> ~- -r' ~ ~' ~~T( ~~ .-. __ C~ -`: A. Epoxy Injection - 5 years ~--~ f_.,.' "`1 --a •~ B. Galvanized Coating on Catwalk Steel - 5 years ~ T s,~. ._.,, ~ f-". ~ ~~--J C. Acrylic Coating over FRP Repairs - 20 years ~'' ~ -.a `~" ~~~ ~~ D. FRP Repair - 5 years END OF SECTION 01740 Iowa City Water Facility Improvements 01740-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~~ ~~ _~,~ ti ~: u -.-„ i ~.~ __~,W_ - r~- ,~ ~ ~_~ ~,,~ ~. SECTION 01800 EXPANDED SUMMARY OF WORK PART 1 GENERAL 1.1 DESCRIPTION OF THE FACILITY A. The Iowa City Water Treatment Plant (WTP) building is a hybrid structure consisting of structural steel and cast-in-place and precast concrete construction. The office and garage areas are framed in structural steel with metal deck used for the floors and roof. The remainder of the structure is concrete framed with a majority of the building clad in precast sandwich wall panels. Precast, prestressed concrete double- tee beams are the roof structural system over the circular steel tank area and the np room. Double-tee beams were also used as walkways at various lei withihe tank room. ~= ~ ` %'' - -x ~~ °-TYI B. The roof plan, reference elevation of 741 ft-0 in., is shown on Sheet S ~ ~ e ro~f is ~'~' approximately rectangular in plan with overall dimensions of 127 ft (n outh~by ~~~1 231 ft (east-west). The pump room is located m the northeast sectiox~-betv¢s~en Column Lines 1 and 2 and A.9 and C.1, and has dimensions of about 5~~t;by 5~.5 ft. The roof structure contains 48 double-tee beams, which are nurn~red in.t~e drawings. This numbering convention was established by WJE, a~-,dome of ~e double-tee piece numbers (T28 designations) were repeated in the precast shop drawings; thus the piece numbers did not provide a unique, individual number identifying location. C. Double-tee roof beams from Column Lines 1 to 5 are 28 in. deep, and span either 59 ft (Bay 1 to 2), 63 ft-11 in. (Bays 3 to 4 and 4 to 5), or 72 ft (Bay 2-3). In the westernmost bay, defined by Column Lines 5 to 6, the double-tee beams span 31 ft-6 in. and are only 24 in. deep. The flange widths of the beams are nominally 12 ft, but narrow to 8 ft-5 in. at the south bay of the building. The flange thickness is nominally 2 in. D. Each double tee was designed with (16), %-in. diameter special, low-lax strands, 8 strands per stem. The flange was reinforced with 12x4 by W2.1xW4.0 welded wire reinforcement (WWR), with the close wire spacing in the transverse direction. Web reinforcement was called out as "Dura Web" and was to be placed full-length in the double-tee stem. P-12-Dur-O-WebTM, as it is actually known, is a propriety shear reinforcement manufactured by Dayton Superior, a precast concrete accessory / material supplier. E. Each double-tee roof beam stem was dapped at the ends. For the 28-in. deep double tee, the dap dimensions from the drawings were 1 ft-4'/z in. long (parallel to the beam's longitudinal axis) and the top of the dap is 10'/2 in. above the tee stem soffit. The dap region contained special reinforcement details, consisting of a steel bearing plate with a bar welded to the plate and running horizontally at the level of the dap top into the beam web and vertical reinforcing bars also presumably welded to the Iowa City Water Facility Improvements 01800-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 plate. In addition, a pair of full-depth "C" shaped bars were detailed adjacent to the dap to provide so-called "hanger reinforcement." This dap reinforcement is shown conceptually on the shop drawings, but details regarding its fabrication and placement are unclear because piece drawings and plate details of the dap region were not located in the documents retained by the City. 1.2 DESCRIPTION OF EXISTING CONDITIONS A. The double-tee roof beams at the Iowa City Water Treatment Plant form the roof structure over the main water treatment area. These double tees exhibit shear cracking structural distress at their ends. In a field survey, WJE examined 41 double- tee stem ends in the plant. For the total roof structure, there are 48 double-tee roof beams and thus a total of 192 (= 48 x 4) support points for the double tees. A 2007 WJE survey looked at 21 percent of the ends of the double-tee stems. Of these 41 stems, 36 stems had the WWR shear reinforcement terminated 4 to 6 ft away from the dap at the end of the double tee. Deficient shear reinforcing therefore exists in 88 percent of the stem ends surveyed. Because the area where we took our samples was fairly representative of the entire roof structure, we believe that 165 to 170 of the 192 double-tee stem ends could be deficient in end shear reinforcement. B. The mesh reinforcement placed in the stems of double tees also provides some confinement, or horizontal splitting crack control, for the deformed bar reinforcing and prestressing strand steel at the end of the double-tee stem. When the prestressing strand force is transferred to the concrete at the end of the member (transfer length), the prestressing force will tend to induce splitting cracks that run parallel to the prestressing strand axis. The same characteristic can occur for deformed bar reinforcement as it develops bond to the concrete. On a number of the double-tee stems, these splitting cracks were observed. In addition, because the (2) #6 hanger bars, in some instances, were placed with very little side concrete cover, inadequate ,`:,bond development of these deformed bars would also contribute to the observed `~~ansverse splitting cracks. ~~ •~ ~., ~~"-The present condition of the double-tee beams containing diagonal cracking in the ~'~~~. _ ~~" `r`eaction support area has been identified by WJE as a structural concern. Given that y F~;~'~; ;.many members already exhibit diagonally oriented cracks and in most cases the i ,.~~.. "r -°-- ~~ -~ ~:~ecified WWR shear reinforcement was not provided, it is difficult to reliably assign rF 7, ~ ° `~ concrete shear capacity to these members. Splitting cracks also are present, '" ` ~ ~,~ ducing the bond transfer capability of embedded reinforcement. Because of these ~-~ t=e~acking conditions, the shear capacity of the double-tee beams has been < _ ;: t.~ compromised from the original design intent. Based on this information, WJE recommended supplemental shear reinforcement be provided to the double-tee roof beams at this facility. The work enumerated herein is intended to provide this supplemental reinforcement. 1.3 AVAILABLE DOCUMENTS A. The original design documents for the project will be made available to the Contractor for informational purposes. This includes the original design drawings, original specifications, and precast shop drawings and details. Iowa City Water Facility Improvements 01800-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 B. Original Drawings, prepared by Howard R. Green Company: Iowa City Water Facility Improvements Division 1: Water Treatment Plant, Iowa City, Iowa 1999 Copies of the drawings will be available subject to a nominal reproduction fee from the City of Iowa City. C. Original project Specifications, prepared by Howard R. Green Company: Project Manual for Iowa City Water Facility Improvements Division 1: Water Treatment Plant, Division 2: Well Houses Iowa City, Iowa 1999 Volume 1 The specification can be reviewed by contacting the City of Iowa City. D. The original precast shop drawings, details, and calculations as prepared by the precast concrete manufacturer Raider Precast of West Burlington, Iowa. Raider Precast has gone out of business since this project was completed. These documents are available in Adobe PDF from the Engineer or City of Iowa City. 1.4 REVIEW OF JOB-SITE CONDITIONS A. The water treatment plant areas impacted by this work may be examined at any time during normal working hours. The Iowa City WTP is a controlled public facility and must be viewed with escort. Please contact the Project Enginee Mr. Sin Bradbury, for visit arrangements. He can be contacted using the inforltion bev. ~~,. Access to any locked areas may be obtained at that time also. y,. @ ~` B. For specific condition questions, contacts for the project are: _..i C- ..,~ i"~' -~ r_°- .._~..~ Iowa City Dot. of Public Works Iowa City Water Division J ~;, i ~' ~` Mr. Shaun Bradbury Mr. Edward Moreno ~~ .~' City of Iowa City -~ Public Works Department 410 East Washington Street Iowa City, Iowa 52240 (319) 356-5140 (319) 356-5007 Fax Shaun-bradbury@iowa-city. org PART 2 SCOPE OF WORK 2.1 OBJECTIVES Water Superintendent r^::~ Iowa City Water Divisior 2551 N. Dubuque Street Iowa City, Iowa 52245 (319) 356-5164 www.icgov.org/water A. This work generally consists of the fiber reinforced polymer (FRP) repair of the double-tee beam stems for the roof structure of the Iowa City WTP. We envision that the work will progress in the following steps: Iowa City Water Facility Improvements 01800-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1. Erect the permanent catwalk at selected, difficult to access locations within the plant. In other locations that presently have a walkway below, erect scaffolding to access the underside of the double-tee beam stem end. 2. At the double-tee stem ends to be repaired, install a airtight, negative pressure dust enclosure that encapsulates the ends of the double tee beam stems. Exhaust the fans, blowers, compressors to the exterior of the plant. The Iowa City Water Treatment Plant shall be treated similar to a food processing facility and therefore, strict adherence to the dust enclosure requirements is imperative. 3. Prepare the surfaces to receive the FRP through sandblasting, shotblasting/or miscellaneous grinding of the concrete surface. Grind all ninety degree (90°) corners (+/-) to a minimum radius of 3/4 to 1 inch to prevent stress concentrations in the FRP. Thoroughly vacuum the surface of the double tees in order to remove all dust. Compressed air is not recommended, as this will just redistribute the dust and tend to drive the dust particles into the opened or cleaned concrete pores. 4. Perform any miscellaneous concrete repairs that are required in order to achieve a continuous, planar surface. Conventional concrete repair products will be accepted for the small areas of patching that are required, if any. 5. Epoxy inject the existing diagonal cracks and longitudinal cracks present in the stem. 6. Following cure of the epoxy injected in the cracks, grind all surface epoxy and injection ports flush to the concrete surface. Perform any remedial sandblasting or additional surface preparation necessary to correct any blemishes or defects caused by the epoxy injection operations. 7. Apply FRP primer followed by the installation of the FRP sheets. The Contractor shall be cognizant of the fumes and smells generated by this operation and may ~'°" be required to provide additional ventilation of the fumes to the exterior of the '~~ ~`~ ' building. Following FRP installation, the entire area that was repaired shall be --~, :~ , ,,_=',-=~ coated with a coating that matches the existing concrete color of the double-tee _ ~._ _~ _ ~. i beams i ~-._ ;..i_ . `=`~ s _~B.ij Re sponsibilities of the Engineer during the work progress include the following: erg ';---- =--?-1. Following the surface preparation of the double-tee stems, the engineer will be --~ allowed to examine the surfaces to document the extent of cracking and measure ,~.~; "" selected crack widths. The Engineer shall also inspect the level of surface preparation to determine its acceptability for the crack injection work and the FRP installation. The Engineer will also perform anon-destructive survey to determine the location of the existing web reinforcement and/or cover over the horizontal bar at the lower elevation of the tee stem. 2. Upon locating the vertical reinforcement position, the engineer will provide the contractor with the field sheets for that particular location. The Engineer and the Contractor will then coordinate the repair type and / or length required at the specific location. It is anticipated that 1 or 2 lengths will be selected to cover the range of conditions observed in a given bay for the double-tee stems. 3. After epoxy injection and cleaning of the surface epoxy and ports from the concrete surface, the Engineer will inspect the epoxy injection installation. Random locations will be selected along the crack length on selected tee beam stems in order to procure small diameter cores. These cores will be used to determine the epoxy injection effectiveness and penetration into the crack. Iowa City Water Facility Improvements 01800-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 4. The Engineer will monitor the installation of the FRP reinforcement system. At selective locations the contractor will be asked to demonstrate the suitability of the epoxy bonding system. This will be achieved by use of a pull-off test to a specified load in order to demonstrate that the epoxy is providing the necessary adhesion for the embedded composite. 5. Following installation of the FRP system the engineer will inspect the completed installations through visual observations and through light hammer tapping in order to detect any debonding of the FRP system. Any installation problems found will be identified and the contractor shall be notified of their location. The contractor shall then be responsible for their repair. 2.2 DESIGN PARAMETERS A. In recognition of the potential proprietary nature of the FRP system selected, the FRP system supplier/installer shall be responsible for the repair design based on the mechanical properties and performance of their specific product. Specific requirements are enumerated in Section 06610 and the Drawings. B C. D E F For purposes of design, the FRP repairs are required to address a beam shear deficiency brought about by the presence of diagonal cracking at the double-tee stem edge. _ ~> The FRP repairs at the immediate ends of the dap shall also provide cori~n}ent ~x the dap hangar reinforcement, consisting of a pair of #6 "C-shaped" bars,~s~ow the project drawings. C7 J`` ~ `.._3 4TH r...~ To aid in the shear design of the FRP system, the following service loads~~uz ~ctot loads) reactions per stem end are provided to the Contractor: ~ ~ ~ i -Bay Span (ft) Service Load: Reactions (kips) t-- ,..~ Self Weight DL Superimposed,DL Live Load Total-Load 1-2 58 ft-llin. 10.3 0.9 6.5 17.7 2-3 72 ft-lin 12.5 1.1 8.0 21.6 3-4 63 ft-llin 11.2 1.0 7.1 19.2 4-5 63 ft-llin 11.2 1.0 7.1 19.2 5-6 31 ft-Oin 5.0 0.5 3.5 9.0 The FRP repairs shall be designed to carry the total load reactions given above with a margin of safety, in addition to providing confinement to the hanger bars. Double-tees in Bays 1 to 5 are 28 in. deep. The double-tees are 24 in. deep in Bay 5 to 6. 2.3 SPECIAL JOB-SITE CONDITIONS /CONTROLS A. Sandblast preparation of the existing concrete double-tee stem surfaces is required. All surface preparations must be fully contained to prevent contamination of the City ~I i :.~. i4~~ ~~ Iowa City Water Facility Improvements 01800-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 of Iowa City water supply. The Contractor shall supply and install a fully sealed, negative pressure enclosure to contain all spent surface preparation residues. B. The Contractor shall make every effort to protect from dust the electronic control equipment in the facility. Suggested protection means may consist of individual polyethylene dust enclosures, taped polyethylene (Visqueen) enclosures, draped tarpaulins, or another Contractor selected means. Damage to or rendering the equipment inoperational will be the Contractor's responsibility. Repair or replacement costs shall be borne by the Contractor. C. The Contractor shall take all necessary precautions to prevent overloading of the existing structure with normal equipment, manlift equipment, material storage, shoring, or any delivery means. The Engineer /Architectural Consultant reserve the right to request structural calculations of load "take-offs" for any and all assemblies that appear questionable with respect to their loadings on the existing structure. D. Upon completion of the work activities, the surrounding work area shall be cleaned. Damage to existing installations by the current work activities shall be repaired by the Contractor. E. In accordance with the memorandum attached as Appendix A, all contractor forces shall be required to attend and pass aone-hour Water Division Contractor Safety Orientation Course prior to starting work. PART 3 EXECUTION 3.1 REMOVAL AND REPLACEMENT OF DELAMINATED / DETERIORATED CONCRETE A. I~4~laminated concrete removal, Section 02212. o The Contractor shall sound all double-tee stem end surfaces using hammer --- ~L tapping and shall mark all areas of delaminated and unsound concrete. The ~-, ..,~ =~ = ~ Engineer or Owner's Representative will verify all areas of unsound material. ~, ~- ~~ The Contractor shall keep a record of the removal area quantity. ~x ~ i-i. ~ ~ Concrete repair shall consist of removal of the delaminated or damaged ~ ~' - U concrete to the underlying sound concrete. Debris or sandblasting grit shall be ~ LL ; ~':: ~ prohibited from falling through the work platform. Consult the Engineer on -~ U ,7 specific conditions. U3 Concrete shall be removed in rectangular areas. Sawcuts '/4 in. deep (or less, c in accordance with the drawings) shall be made a minimum of 2 in. beyond the unsound area and removal of material shall be made to the sawcut edge. 4. Existing reinforcement shall be left in place and cleaned by sandblasting. Exposed reinforcing shall be field-coated with epoxy, see Section 03603. 5. Supplemental reinforcing bars shall be added as directed by the Engineer to provide additional mechanical anchorage to the patch. B. Replacement concrete. Sections 03361 and 03365. 1. Replacement concrete shall be one of the options listed below: a. A proprietary, pre-bagged concrete mix in accordance with these specifications. b. An approved equal material. Iowa City Water Facility Improvements 01800-6 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2. Prior to concrete placement, the surfaces on which the patching concrete is placed shall be sandblasted to enhance the bond between the substrate and the replacement concrete. 3. The patching concrete shall be vibrated to ensure proper consolidation. Placement of the concrete shall be a continuous operation throughout the pour. The patching concrete shall receive a formed finish. 4. The patching concrete shall be cured with wet burlap and polyethylene sheet for a period of not less than seven (7) days. 3.2 REMOVAL AND REINSTALLATION OF MECHANICAL, SECTION 15050 A. The mechanical work consists of relocation of plant service water piping, removal and replacement of unit heater vents, and removal and replacement of natural gas piping. B. The relocation and removal work shall allow sufficient working space to perform the - structural repairs and reinforcement of the existing roof structure. The plant service water piping shall be permanently relocated to outside of the required working space. The unit heater vents and the natural gas piping shall be replaced to the -- original location. C. The clearances indicated on the drawings are considered minimum. Additional clearance may be required to accommodate the structural repair work. The mechanical contractor shall coordinate with the structural repairs contractor prior,tQ, relocating the electrical equipment to accommodate any additional~earanc~ required. :~ ~; c_. ~~~ ~~. D. The final mechanical installations shall not have any support systems Cix7fas'tene~N attached to the precast double-tee stems in the repair areas. Hangers suds a1T-~ thread rods attached to the roof deck will be allowed within the outer portioinT of tl working clearance area to facilitate support of conduit. ~ ;,;~ ~ ,~ .. E. All mechanical work shall be scheduled and coordinated with the owr~er' prior performing the work. The work shall be performed in stages to rtmize the number of building facilities or processes shut down or affected at any one time. The work shall be performed in a timely manner to minimize the downtime of the affected facility or process. 3.3 REMOVAL AND REINSTALLATION OF ELECTRICAL, DIVISION 16 A. The electrical work consists of relocating selected existing electrical conduit and --- equipment to allow sufficient working space to perform the structural repairs and reinforcement of the existing roof structure described herein. B. The existing conduit and equipment indicated will be permanently relocated outside of the required working space. Some electrical equipment indicated, such as lighting fixtures, will require only removal and replacement back in the original location to provide working space during the structural repairs. C. The clearances indicated on the drawings are considered minimum. Additional clearance may be required to accommodate the structural repair work. The electrical __~ ~'~ ..'. Iowa City Water Facility Improvements 01800-7 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 contractor shall coordinate with the structural repairs contractor prior to relocating the electrical equipment to accommodate any additional clearances required. D. The final electrical installations shall not have any conduit support systems or fasteners attached to the precast double-tee stems in the repair areas. Vertical conduit and conduit support members such as all-thread rods attached to the roof deck will be allowed within the outer portion of the working clearance area to facilitate support of conduit. Refer to the drawings. E. All electrical work shall be scheduled and coordinated with the Owner prior to performing the work. The work shall be performed in stages to minimize the number of building facilities or processes shut down or affected at any one time. The work shall be performed in a timely manner to minimize the downtime of the affected facility or process. 3.4 EPOXY INJECTION, SECTION 03604 A. Reference Paragraph 3.4 B for FRP requirements for crack sealing. In general, at the double-tee stem ends, epoxy-inject all cracks with a width greater than or equal to 0.010 in. (10 mils). Cracks with widths less than 0.010 in. shall be sealed per the FRP manufacturer's requirements. B. Sandblast or otherwise sufficiently clean those cracks that will be epoxy injected. C. After sufficient cleaning, blow out the cracks with oil-free, compressed air. Apply .surface sealing epoxy and injection ports. D.~Inject the epoxy into the cracks following the epoxy manufacturer's ~,..A, ~, ~ recommendations. Protect adjacent surfaces and surfaces below from epoxy r-~ r w ~ spillage. r- ~ t~'ollowing proper epoxy cure, thoroughly remove all surface sealing epoxy and t ~-- U injection ports by grinding to leave a flush, clean looking appearance. Any non- ~-- U ?uniform surface appearance may require light sandblasting to correct and match the ~~ surrounding surface(s). ..a -.:~ -- `~ F. Apply the FRP beam repair in accordance with procedures outlined herein. 3.5 FRP BEAM REPAIRS, SECTION 06610 A. Repair any problems associated with the concrete substrate that could possibly compromise the FRP repair integrity. Consult with the FRP manufacturer to determine the compatibility of the concrete materials to be used to repair the substrate. Radius corners and grind fins to achieve an acceptable surface profile. B. Perform epoxy-injection work on cracks 0.010 in. (10.mils or 0.3 mm) in width or wider, as indicated above. C. Perform sandblast surface preparation for these bond-critical FRP repairs, with guidance provided by the FRP manufacturer. The concrete surface should be Iowa City Water Facility Improvements 01800-8 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 sandblasted to a minimum concrete surface profile (CSP) 3, as specified by the International Concrete Repair Institute (ICRI). Any bug holes or surface voiding _ created by the sandblasting operations should be filled with epoxy putty. Grind or epoxy-putty any localized out-of--plane variations arising after the sandblast surface preparation. -- D. Uniformly apply primer to all areas on the concrete surface where the FRP system will be placed using the manufacturer's specified coverage rate. Allow primer and any other putty applications to properly cure. Protect these materials from -- contamination. E. Depending on the FRP manufacturer's recommendations and system selected, apply _ the FRP repair in a wet lay-up fashion. Apply the saturating epoxy resin uniformly to the surface and gently press the reinforcing fabric fibers into the uncured resin. Fully impregnate and saturate the fibers; roll or "chase" out any entrapped air below the fabric before resin set. F. Install any successive or overlapping layers of FRP prior to the complete cure of the previous resin layers. h ~ C:~ C:°7 G. Following proper cure of the installed FRP system, apply a protective coa~ower FRP installation for protection and color-match with adjacent substrate. y~ -' ~~~ ~, 3.6 ACRYLIC COATING APPLICATION ON FRP, SECTION 06610 ~~ ~-~, ~ ~ r-'~ `~. i,;' A. Apply the acrylic coating with brushes and short-nap rollers in accordan wzih tl~= manufacturer's recommended application rates. To achieve the prope _ -'ckne~:' (milage) of the coating, it is anticipated that 2 to 3 coats of the materi need b~ applied. B. Protect all surfaces below, as necessary, from overspray and spillage. Damage to below surfaces from the coating application is the Contractor's responsibility. 3.7 CMU REMOVAL AND REPLACEMENT, SECTIONS 04100 and 04220 -- A. Along Column Line 2 and at the locations designated on Drawings, carefully remove individual blocks from the existing CMU firewall built tight inside the existing double-tee beam soffit at the ends. Removal shall be whole block units delineated -- by mortar joints. Remove enough blocks to facilitate the FRP repair installation. B. Perform any concrete repairs and epoxy injection work. Install FRP repair at the -- beam end and coat with acrylic coating. C. Re-install new CMU block to restore the integrity of the existing 2 hour-rated firewall. Install any dowels or joint reinforcing to match the existing. Allow mortar to cure. D. Coat the new masonry construction with approved CMU block filler. Apply new finish coating to masonry to match existing coating. -_-1_,1 C°" ; '~~ Iowa City Water Facility Improvements 01800-9 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3.8 INSPECTION CATWALK, SECTIONS 05030 and 05120 A. At the locations designated on Drawings, install a permanent catwalk to facilitate construction activities and provide for future inspections of the FRP installations. B. The catwalk /temporary work platform shall be constructed and fabricated with hot dip galvanized steel and fiberglass grating to provide for corrosion resistance in the WTP. Alternate designs or manufactured systems will be considered by the City, assuming they meet the design intent of the drawings and specifications. Alternate designs shall be subject to the same design requirements of Section 05120, and shall be prepared by a qualified Iowa Professional Structural Engineer. C. Catwalks shall be located on one or both sides of the existing, cast-in-place (CIP) transfer girders located in the WTP, as shown on the plans. D. Catwalks shall be suspended off of the existing, cast-in-place (CIP) transfer girders. No attachments, either temporary or permanent, will be permitted on the existing double-tee beam ends, unless approved by the Owner /Engineer. E. All attachments, either temporary or permanent, shall be made on the existing, cast-in- place (CIP) transfer girders. Temporary support cables may be used during construction to stabilize the catwalk /platform to perform the FRP repair work. F. Gravity analysis of the existing cast-in-place concrete beams indicates the following reserve capacities for the catwalk: ~-~ / ~ r...,. ~ C.~ -~ .,,_ U U ~~-~ ~~ --- Column ° '' Facto~ed3Rb eNe' ' ' , ~~ 4 ' . , _ Lii1e ~Capactt,3~~(kips./ ft) . '. 'Gover'ning Action . . r d~::= 5, - - - 1 NA NA 2 NA NA 3&4 6.50 Shear 5 0.30 Flexure (negative moment at mid-s an in shorts an 6 6.40 Flexure G. The catwalk engineer shall be responsible for verifying the above concrete beam capacities 3.9 EXISTING NEEDLE BEAM SHORING A. In accordance with Alternate No. 1, the Contractor shall provide all material, equipment, and labor necessary to remove the existing needle beam shoring presently in-place at double-tee beam No. 26. Removal shall be accomplished following the FRP repair of the double-tee stems in this area. The salvage value of the steel will be accounted for in the price. Iowa City Water Facility Improvements 01800-10 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 B. In accordance with Alternate No. 2, the Contractor shall provide all material, equipment, and labor necessary to provide welded end caps to the structural steel tube (HSS) sections. Following the "touch-up" fabrication work required in the field, the existing steel shall be left in-place and coated with an approved intermediate and top coat of paint. The tube interiors shall be coated with a clear rust sealer prior to sealing with the steel end caps. C. Should Alternate No. 2 be selected, the Contractor shall take all necessary means to work around the existing needle beam shoring in the design, fabrication, and installation - of the catwalk. Alternately, the existing needle beam shoring can be incorporated into the new catwalk design, upon consultation with the Owner. 3.10 DESIGN RESPONSIBILITY A. Sealed calculations and shop drawings are required for the catwalk and FRP repair system, and shall be prepared by a qualified Iowa Professional Structural Engineer retained by the Contractor. B. Because of the proprietary nature of the FRP repair, the calculations and shop drawings -- enumerated above, as prepared by and sealed by a qualified Iowa Professional Structural Engineer, shall be reviewed as a submittal for acceptance by the Owner. The calculations and shop drawings shall be submitted in a form suitable to the Owner -- (PDF, AutoCad, etc.) for project storage and archiving, and future reference. C. The qualified Iowa Professional Structural Engineer(s) retained by the Contractor for _ the catwalk and FRP repair system shall visit the site upon substantial completion of the work and certify that the construction is in accordance with their design reflected on the calculations and shop drawings for the respective two designs _ h1 O C~ C- 7 END OF SECTION 01800 ~ C/ ~' =~ ~`~ t ~~ rr ~f .~ .. .~- a - ~' f _~._+ ...= I ~.__..1 _, ~_ Iowa City Water Facility Improvements 01800-11 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~r ---- ~t _}, ~, ~~ ~ C t.-....-' ~ ~~~ ~ ..~ ~a +:.~. ~. - ~ t -=, U ~::~ f.~ -- DEVlS#®N SECTION 02212 REMOVAL OF EXISTING CONCRETE AND SURFACE PREPARATION PART 1 GENERAL 1.1 WORK INCLUDED A. This work shall consist of providing the necessary labor, materials, equipment and supervision for the possible removal of sound and unsound concrete sections, and sandblasting of existing concrete surfaces to receive FRP strengthening. This work shall also include providing a negative pressure, fully sealed enclosure to contain and collect all sandblasting (waterblasting) and air cleaning spoils. ~~ 1.2 RELATED WORK ~ ,. C % ~_ A. Section 01800: Expanded Summary of Work TT _...c, -^{-' t ~ B. Section 03604: Epoxy Injection ~ ~ "~ }~-~-~ C. Section 06610: Fiber Reinforced Polymer (FRP) Strengthening , ~~~-,. r'~ ;~: ca 1.3 REFERENCES --- ~''' ~ A. General: Standards listed by reference, including revisions by issuing author form a part of this specification section to extent indicated. Standards listed are identified by issuing -- authority, authority abbreviation, designation number, title or other designation established by issuing authority. Standards subsequently referenced herein are referred to by issuing authority abbreviation and standard designation. B. American Concrete Institute (ACI) 1. Guide to Cast-in-place Architectural Concrete Practice (ACI 303R-74, Revised 1982) 2. Concrete Repair Guide (ACI 546R-04) C. International Concrete Repair Institute (ICRI) 1. Guideline for Surface Preparation for the Repair of Deteriorated Concrete Resulting from Reinforcing Steel Corrosion (No. 03730) 2. Concrete Surface Profile Chips D. American Society for Testing and Materials (ASTM) 1. Standard Test Method for Indicating Oil or Water in Compressed Air (D4285-83(2006)) E. Steel Structures Painting Council (SSPC) 1. SSPC-Guide 6, Guide for Containing Surface Preparation Debris Generated During Paint Removal Operations Iowa City Water Facility Improvements 02212-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 PART 2 PRODUCTS 2.1 EQUIPMENT A. Power chipping hammers of nominal 15-1b class or less for miscellaneous removal of ' - concrete. B. Sandblasting equipment capable of removing all surface contaminants, form oils, concrete dust, surface chalking from the double-tee stem surfaces. This will require equipment capable of maintaining a pressure of at least 100 psi. Equipment shall comply with local requirements r- for noise and air environmental standards. C. Polyethylene Film: Minimum 20 mil thickness, or approved equal, to prevent fine particulate ,_ migration through the enclosure. D. Tarpaulins (tarps): Airtight, closed-weave material to prevent fine particulate migration. Submit the following information for the tarps to be used: ~" 1. Manufacturer -- 2. Composition 3. Weight 4. Opacity . 5. Color `~, UV Resistance ~~-- ~` Burst Strength _ `~ - Tensile Strength Warp uti ,~ Cg, Thread Count ;~; ;:_~ ~. Melting Point ~ ~.-.1 ~ Construction ._._...~ i' C.7 . ~' ;-~ E. ~~~._-T,~e, Seam Sealing: Industrial-grade adhesive tape necessary to keep the enclosure seams C.~oE~ed for 100 percent of their length. ~-~ I~gative ressure a ui ment: An industrial ~~• p q p y grade machinery necessary to maintain an r- acceptable negative pressure in the enclosure to prevent dust migration into WTP. Provide all necessary equipment and exhaust piping/plenums to evacuate the air to a location approved by the Owner. Submit the following information for the mobile fabric filter dust collector(s) to be utilized during this contract is as follows: 1. Manufacturer 2. Model No, - - 3. Total Exhaust Volume 4. Filtering Efficiency `_ 5. Type of Filter Elements 6. Arrangement of Elements 7. No. of Filters `' 8. Total Filter Area 9. Air-To-Cloth Ratio (Design) 10. Duct Connections ~-- 11. Fan Type 12. Engine Type ' 13. Compressed Air Required 14. Waste Handling Iowa City Water Facility Improvements 02212-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 G. Vacuum equipment capable of removing concrete dust and debris from repair areas and exposed concrete surfaces. H. Saws and abrasive grinding wheels capable of sawing the concrete to the specified depth or respectively grinding expansion anchors or other protruding steel flush with the concrete. I. Compressed air equipment capable of removal of dust and dirt from concrete repair areas, and exposed concrete surfaces. Air shall be oil-free and moisture-free; filters and/or driers shall be provided to achieve this requirement. Compressed Air Cleanliness. Prior to using compressed air for abrasive blast cleaning, blowing down the surfaces, or other related operations, the Contractor shall verify that the compressed air is free of moisture and oil contamination according to the requirements of ASTM D 4285. The tests shall be conducted at least one time each shift for each compressor system in operation. If air contamination is evident, the Contractor shall change filters, clean traps, add moisture separators or filters, or make other adjustments as necessary to achieve clean, dry air. The Contractor shall also examine the work performed since the last acceptable test for evidence of defects or contamination caused by the compressed air. Effected work shall be repaired at the Contractor's expense. r~ ~, PART 3 EXECUTION ~ C~ '~-. -- :-`~ 3.1 SELECTIVE CONCRETE REMOVAL C7 _,_ ! , _--{ A. Remove concrete in areas as shown on the drawings or directed by the Engineer e sle of each removal area shall not be irregular. Angles between adjacent saw cuunde perimeter of the patch shall not be less than 90 degrees, in any case. Edges shame saw~ut vertically to a depth of 3/4 in. or to a maximum depth that precludes cutting~p'restressii~g -- strand. ~° B. During the concrete removal (chipping) process, care shall be exercised to avoid cracking of __ the underlying sound concrete. C. During the removal of concrete, if more than one-quarter (25 percent) of a reinforcing bar or mesh wire circumference is exposed, or if the bar is not firmly bonded to the surrounding - concrete, then the remaining concrete around the bar shall be removed. The clearance between the bar and the concrete shall be a minimum of 3/4 in., measured radially from the surface of the bar. D. The newly exposed sound concrete shall be cleaned by heavy sandblasting (as defined in Section 9.4, ACI 303). If this cleaning process fails to remove the smooth paste layer from __ the existing sound concrete surface, the Contractor shall intentionally roughen this surface by using a wire brush attachment on a drill. Wire brushing shall be followed by a medium sandblast to clean the surface from loose material. E. Remove loose concrete material and debris by broom or vacuum, followed by cleaning with an oil free, compressed air jet. The saw-cut edges around the perimeter of the patch area should be thoroughly sandblasted. Iowa City Water Facility Improvements 02212-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~_i_.,: `~ 1 la~~ F. The Owner's Representative shall be allowed a minimum of 24 hours for the inspection of properly prepared concrete surfaces and reinforcement, before the scheduled concrete repair material placement. G. If more than 48 hours has elapsed between the time the patch material is to be placed and the patch area was sandblasted and cleaned with high pressure compressed air, then the patch area must be blown clean again with high pressure compressed air immediately prior to placement of the patch material. If the surface remains visibly contaminated after compressed air cleaning, the surface shall be re-cleaned by sandblasting techniques. 3.2 WTP FACILITY PROTECTION A. Protective Coverings and Damage. All portions of the structure and equipment that could be damaged by the surface preparation and FRP installation operations, including any utilities, equipment, open water tanks, painted surfaces, shall be protected by covering or shielding. Tarpaulins, drop cloths, or other approved materials shall be employed. Epoxy resin drips, spills, and overspray are not permitted to escape into the air or onto any other surfaces or surrounding equipment. Containment shall be used to control drips, spills, and overspray. Contractor shall evaluate project-specific conditions to determine the specific type and extent of containment needed to control the emissions and shall submit a plan for containing or controlling sandblast debris to the Engineer for approval prior to starting the work. Approval sh ;gigot relieve the Contractor of their ultimate responsibility for controlling sandblast debris ~--- frorr~~escaping the work zone. r.,1 ~ B. 'man the protective coverings need to be attached to the structure, they shall be attached by ~--~. ` c -r ~~~tting, clamping, or similar means. Welding or drilling into the structure is prohibited unless ved by the Engineer in writing. r~- U ~„~3.3 e-•~£ON~LA~.NMENT SYSTEM U~~ Mials resulting from blast cleaning in the WTP shall not be allowed to fall on the ground or become airborne outside the immediate work area. A negative air pressure containment system meeting the requirements of SSPC-Guide 6 (CON), Class 3, shall be required to prevent the escape of fugitive dust into the environment. All rust, scale, loose paint, grease, oil and materials used in blast cleaning shall be stored and disposed of as special waste in conformance with City, EPA, and OSHA requirements, as applicable. B. The containment system shall be capable of maintaining no visible discharge when blast cleaning is performed in the center of the containment. Only slight or minor airborne discharge will be permitted when work is being performed near the end or sides of the containment. Air flow shall be established in the containment such that fugitive dust is directed away from the work area. The abrasive recovery/recycling system shall have adequate filters and controls so no visible discharge occurs during recovery, recycling, or handling of the abrasive. C. Containment. Submit a plan that details the procedures and type and size of equipment proposed to keep the water plant and the surrounding environment from being adversely affected by the cleaning and surface preparation operations. Approval of the plan is required before cleaning and surface preparation operations begin. Iowa City Water Facility Improvements 02212-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 D. When abrasive blasting is used to clean the existing concrete substrate, provide a containment system capable of containing all blast refuse. Unless otherwise shown on the plans, construct and maintain a structure meeting the following minimum requirements: 1. Rigid or flexible framing; 2. All containments shall be constructed high strength, light transmissive, fire resistant _. tarpaulins (or other acceptable materials). Enclosure of all sides of area with air- penetrable or air-impenetrable walls. Do not use burlap or open-weave materials. Ensure that tarpaulins are airtight and secure at the seams. _ _ 3. Seal seams and joints by taping or overlapping tarps at least 24 in (600 mm). Overlap the entryways at least 3 ft (1 m). 4. Air and water-tight floor. 5. Exhaust air filtration system capable of creating negative pressure inside the enclosure causing the sides of the containment to have a concave appearance. E. Use negative pressure and verify as follows: -- 1. Verify pressure through the concave nature of the containment materials, taking into account the interior environmental effects. 2. Observe air flow using smoke or other visible means inside or outside the containment. F. When using hand tools, provide a system that will contain all removed concrete, rust, dust, and other debris. Place an airtight membrane below the member being cleaned to collect all falling debris. When using power hand tools, equip them with high-efficiency particulate air (,>~~PA) filter vacuums or provide a full containment system as specified above. C7 ~-- G. As required, submit an analysis showing the loads added to the existing s~ct~ re ~ th~l` containment system and waste materials. Verify that the forces and stresse~~ced in they==- members from these loads do not cause them to be overstressed. Have an ~ Licensed;! Professional Structural Engineer sign, seal, and date the submittal. ~- f~~ ~ I~ H. Remove all blast refuse from the floor and cleaned members before the Engi~er % O per's Representative enters the containment to inspect the cleaned surfaces. Remove~all blast >~'use from the containment before ending work for the day. ~" I. Provide containment during the priming operation to provide a closed environment and to keep the primer fumes from entering the interior environment. Fumes will be exhausted to enter the outside environment. Filter the air exhausting from the containment with a properly sized dust collector, bag house, or other approved method. K. During abrasive blasting operations, ensure that the cross-draft and downdraft air movements within the containment comply with OSHA Standard 29 CFR 1910.94. L. Alternate Containment System: In place of a full containment structure, a modified containment system may be proposed when using abrasive-blasting equipment equipped with negative pressure that will contain all blast refuse. Demonstrate, for approval, the equipment's ability to contain all blast refuse. M. The City can reject a proposed alternate method that does not satisfy the City's concerns for the safe removal and containment of the surface preparation residues from the underside of the interior roof structure. Submit the proposal for evaluation and approval as follows: Iowa City Water Facility Improvements 02212-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1. Submit a detailed, written proposal describing the alternate containment and blasting method. 2. Include in the description specific information on materials and equipment, noise levels, and worker safety and health. 3. Supply references of other locations where the alternate method has been used. N. The City will review the information submitted and may reject the proposal or issue a conditional approval. If the City grants conditional approval, demonstrate the alternate method for containment and blast cleaning on a trial basis. The City will evaluate the effectiveness of dust and spent material containment, worker safety and health concerns, and noise levels. If the City finds the alternate method unacceptable, the City may reject it and require work according to this Specification. O. If the City approves the alternate method, the Contractor will receive no additional payment above the established Contract Unit Price. -~ 3.4 REINFORCEMENT CLEANING AND/OR SELECTIVE REPLACEMENT A. Exposed reinforcing steel, welded wire fabric (mesh), and/or prestressing strands shall be thoroughly cleaned by sandblasting to remove all rust and adhered concrete. B. Reinforcing bars, welded wire fabric (mesh), and/or prestressing strands that are damaged or tha Rhave lost more than 20 percent of their original cross-sectional area at any point shall be .,,,,_ bro~'ht to the attention of the Owner's Representative for inspection. The Owner's °-•- R~esentative will determine if the bars should be removed and replaced, or if supplemental v-~ ~iorcing bars should be added. r ~---~ ~~ "C. `~~r`e portions of reinforcing bars are exposed, the Owner's Representative will determine if r~ ~e~nbedded portion of the bar is soundly bonded to the remaining concrete. If, in the ~W"r ~~ement of the Owner's Representative the bar is not soundly bonded, the Contractor shall '- ~e~+e additional concrete around and under the bar for a length as determined by the ~'~ Owl's Representative. ---- D. If during removal of unsound concrete, the Contractor encounters existing reinforcing with less than 1/2 in. cover from the existing concrete surface he shall notify the Owner's Representative before repairs are implemented. The Owner's Representative will decide on whether to remove or modify that reinforcing, or to build out the patch over the bar(s) to provide additional cover. The Contractor shall at no time remove existing reinforcing steel without the prior approval of the Owner's Representative. 3.5 CLEANING OF CRACKS IN CONCRETE A. Clean cracks in accordance with the following procedures: 1. Physically scrape or grind all foreign materials from the length of the crack, using a metal or wood scraping tool or abrasive grinders. 2. Remove all remaining residue from the length of the crack by thoroughly sandblasting the area affected. If necessary, concentrated water blasting shall be used for further crack cleaning. 3. Perform a final cleaning of the area with oil-free, compressed air. Iowa City Water Facility Improvements 02212-6 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3.6 CLEAN-UP A. The Contractor shall be responsible for the safe removal of any loose concrete from the double-tee roof beams and for proper and legal disposal of that removed concrete, off site. B. All areas of the water treatment facility and the surrounding site shall be left broom clean at the end of each working day. END OF SECTION 02212 O r.,h Gi ~'S ~- ~I 9 y 99 "'"C.... t ._"_._.. i~ _ _ ' 1 ~{ t~~ ~ 7 ~° _i ~~ r-.- J' ~,I ~~~ 1 Iowa City Water Facility Improvements 02212-7 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~ `~/ ~^ G~'1 '' ~,~~ _.~ y y ( ~ f_'.' t 1 ~ ~ ~..~..~. ~0..rv ~ ~ ~~. ^. ~.~ ~ u Y_a ~. -~ ~m~ ~~`., _._. SECTION 02800 SITE WORK AND RESTORATION PART 1 GENERAL 1.1 DESCRIPTION ~- A. Repair and/or replace areas of the site damaged during construction operations including equipment, railings, sidewalks, pavements, site furnishings, lighting fixtures, windows, etc., immediately after completion of all operations in that area. Repairs must, as a minimum standard, be equal to or exceed the condition which existed prior to the start of work under this contract, in accordance with the requirements of the Contract Documents, Division~l~ and be completely coordinated with the work of all other trades. ~_-' c~, ~:~ __ ~~ ~__ 1.2 RELATED WORK ~; , _-, ~ -- ~ ~ A. Section 01800 -Expanded Summary of Work ~ ~ ---~ __ -- ~ ~ ~ m, ~-r, r„~ B. Section 02212 -Removal of Existing Concrete and Surface Preparation - - _- ~..~ ._ _a -- 1.3 QUALITY ASSURANCE ~ ~ ~`;F~ A. Qualifications: 4 , 1. Contractor shall employ subcontractors and/or tradesmen with a minimum of three (3) years experience in performing the work required. B. Reference Standards 1. American Society for Testing and Materials (ASTM) a. Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products (ASTM A123). b. Zinc Coating (Hot Dip) on Iron and Steel Hardware (ASTM A153). 1.4 SUBMITTALS A. All submittals are to be made in accordance with Section 01300. B. Manufacturer's Literature: Two (2) copies of manufacturer's literature for all products furnished. C. Sample of concrete expansion anchor, screws, lock washers, and conventional washers to be used in the seating bracket. D. Current mill certificates or manufacturer's certification of the stainless steel alloy used for the concrete expansion anchor. Mill certificates shall be traceable to the anchors supplied on-site. E. The Contractor shall submit to the Owner's Representative and Engineer/Architect for approval three (3) copies of a statement detailing the necessary site restoration work required. The statement shall as a minimum contain the following: 1. Description of work. Iowa City Water Facility Improvements 02800-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2. Location and quantity of work. 3. Materials and standard for workmanship. 4. Schedule of operations. F. Approval of this statement by the Owner and/or Engineer/Architect shall not constitute approval of methods or materials. No work shall proceed until the Owner has approved the statement. PART 2 PRODUCTS 2.1 CONCRETE EXPANSION ANCHORS A. Concrete Expansion Anchors (Stud): Concrete expansion anchors for miscellaneous attachments to concrete shall be stainless steel concrete anchors. The anchors shall be one of the following: 1. Hilti Kwik-Bolt II Anchor (Stainless Steel), manufactured by Hilti Fastening Systems, Tulsa, OK. 2. Trubolt Wedge (Stainless Steel), manufactured by ITW/Red Head, Michigan City, IN. 3. Wedge-All Wedge Anchor (Stainless Steel), manufactured by Simpson Anchor Systems, Dublin, CA. ~.` -~~~- 4. n approved equal, with mill certifications that can sufficiently document the stainless E~teel physical and material properties. e,~, '` ~~ ncrete Expansion Anchors (Sleeve): Concrete expansion anchors for miscellaneous ..~.~ r - }achments to the concrete shall be stainless steel concrete anchors of the diameter ---~# r~ ~-`~ ~geded. The anchors shall be one of the following: ~' ~ ~~ ~~~-j `~hlti Drop-In Anchor (Stainless Steel HDI), manufactured by Hilti Fastening Systems, ~a _ a--y ~'~' 2. Multi-Set II, manufactured by ITW/Red Head, Michigan City, IN. 3. An approved equal, with mill certifications that can sufficiently document the stainless steel physical and material properties C. Nuts, cap bolts, lock washers, and washers: Hardware used with the expansion anchors shall have an alloy designation that matches the anchor alloy (i.e., ANSI Type 304 or 316 for stainless). Replacement hardware for the existing galvanized assemblies shall be hot-dip galvanized. Electroplate galvanizing is not acceptable. Dissimilar metal assemblies shall be separated by nylon, EPDM, or other approved non-metallic washers. D. The Contractor shall provide all equipment required to install the expansion anchor including, but not limited to, drills, setting tools, clean-out brushes, blow out bulbs, wrenches, etc. 2.2 PAVING AND SURFACING A. Replacement of all damaged paving, plaza, walks, curbs and other surfacing on the site shall. match the adjacent material in color, shape and texture. --, Iowa City Water Facility Improvements 02800-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2.3 SITE FURNISHINGS A. All site furnishings damaged during construction operations shall be replaced in kind. B. Damaged roofs, exhaust vents, sheet metal flashings, etc. on the concession stands shall be replaced in-kind to the satisfaction of the Owner. 2.4 WINDOWS, DOORS, AND GUTTERS A. All windows, window frames, doors, screens and gutters that are broken or damaged during construction operations shall be replaced or repaired in kind. PART 3 EXECUTION +-~ 4<> ~'~ 3.1 CONCRETE EXPANSION ANCHOR INSTALLATION ~ ~ ~--- _ ~,-~, ~-- A. The concrete expansion anchors shall be installed in holes drilled with carbide tamped drill+bits. ,=- Anchors shall be installed per manufacturer's recommendations. --! ~ -' `'""y ~ ~-G ~-_ =T, ..., ~~'', ~r `,.,.j B. The contractor shall install the expansion anchors in such a manner to avoid ~y~iama~~ to surrounding substrate. ~q _' ` y ~„ C. Nuts shall be installed and tightened at a torque sufficient to prevent stripping a~t~e anchor or nut screw threads. This is intended for future reuse of the anchors, as necessary. Damaged or stripped anchors or nuts shall be replaced. 3.2 PAVING AND SURFACING A. Means and methods for the installation of replacement pavings, sidewalks, curbs and other surfacing shall be in accordance with local construction standards, and shall be subject to the approval of the Owner and Engineer/Architect, prior to the start of work. 3.3 SITE FURNISHINGS, WINDOWS, ETC. A. Materials, means, and methods for the installation of replacement materials, or repair of existing materials, shall be submitted in advance, in writing, to the Owner and the Engineer/Architect, for review and approval. 3.4 CONDUIT RELOCATION A. The Contractor shall coordinate all conduit relocations with the City and in accordance with the Electrical Sections herein. B. Conduit left in place during construction shall be protected from damage. END OF SECTION 02800 Iowa City Water Facility Improvements 02800-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 pp 9 z i ~~ ... ._. {.__ ~_ ~ ~,~, U j ~ ^`..-- r:r ^.'- ~ C"'J DS1O 3 OCR'~~ SECTION 03210 REINFORCING STEEL PART 1 GENERAL 1.1 WORK INCLUDED A. Install reinforcing steel bars to replace damaged bars, supplement bars with cross-sectional loss due to corrosion, and to add new reinforcing to a section. Reinforcing bars to be epoxy- coated are designated in the drawings as (E). ~, ~:~ c:y 1.2 RELATED WORK :~- ~-~ ~~._.. A. Section 02212: Removal of Existing Concrete and Surface Preparation ,-~ ...~ ~ ~ ; =, B. Section 03310: Structural Concrete ~ ~, ~• ~_ ~ ~~ 1.3 SUBMITTALS ~ ''~' °-~' -r` ,f,-~ A. All submittals are to be made in accordance with Section 01300. ~ B. Submit samples of all plastic tie wire devices proposed for use in this project. C. Submit samples of the epoxy-coated reinforcing steel proposed for use in this project. D. Submit mill certificates, and certified test reports documenting the coating type, thickness, and process for epoxy-coated reinforcing. E. Submit a written procedure for the hole clean-out techniques that will be employed prior to installing epoxy-grouted dowels. Submit a list of names of individuals that are trained and will install any epoxy-grouted dowels, in accordance with this written procedure. 1.4 REFERENCES A. American Concrete Institute (ACI) 1. Manual of Standard Practice for Detailing Concrete Structures (ACI 315). 2. Building Code Requirements for Reinforced Concrete (ACI 318). -- B. American Society for Testing and Materials (ASTM) 1. Standard Specification for Steel Wire, Plain, for Concrete Reinforcement (ASTM A82). 2. Standard Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement (ASTM A615). 3. Standard Specification for Epoxy-Coated Reinforcing Bars (ASTM A775). Iowa City Water Facility Improvements 03210-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 4. Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Fabric for Reinforcement (ASTM A884). 5. Standard Specification for Fabrication and Handling of Epoxy-Coated Steel Reinforcing Bars (ASTM D3963). C. Concrete Reinforcing Steel Institute (CRSI) 1. CRSI Manual of Standard Practice. D. Perform concrete reinforcement work in accordance with CRSI Manual of Standard Practice for Reinforced Concrete Construction. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Store reinforcement and accessories off of the ground and floors on platforms, skids, cribbing, or other supports. C. Avoid damaging coating on reinforcing steel. Use padded or nonmetallic slings and straps when ..transporting. Handle bundled and individual bars in manner which will prevent ~~,, exc~s~ive sagging of the bars that may damage the coating. Do not drop or drag bundled or --~- inc}~idual bars. Do not expose to moisture at any time. If, in the opinion of the Engineer, the u, ~caat~d bars have been extensively damaged, the bars will be rejected. ' .i.,. t~.~ s= ~ARF-~2 PI~~ICTS ~-~-:1 AT~~CLS -, ;-~ Reiit~Srcin steel: All reinforcin steel shall be Grade 60 60 000 ~,,, g S ( psi yield strength) as defined in ASTM A615. Reinforcing designated with an (E) shall be epoxy-coated per ASTM A775. The coating shall consist of a protective coating of epoxy applied by electrostatic spray method or electrostatic fluidized-bed method in accordance with the resin manufacturer's recommendations and these specifications. B. Welded Wire Reinforcement (WWR): Flat sheets of orthogonal plain wires welded at each wire-to-wire intersection per ASTM A 185, and fabricated from as-drawn plain steel wire with a 65,000 psi minimum yield strength per ASTM A 82. Mesh and wire sizes as shown on Drawings. 2.2 EPOXY-GROUTED DOWELS A. Epoxy: Epoxy for epoxy-grouted dowels shall be: 1. Sikadur 31 Hi-Mod Gel, manufactured by Sika Corp., Lyndhurst, NJ. (201) 933-8800; 2. HIT HY-150 Adhesive Anchor System, manufactured by Hilti Corp 3. ACI00 Plus, manufactured by Powers Fasteners 4. EPCON C6 Epoxy Anchoring System, manufactured by ITW Ramset/Red Head; 5. An approved equal. Iowa City Water Facility Improvements 03210-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2.3 ACCESSORY MATERIALS A. Plastic Coated Tie Wire: Wire used to secure bars during concrete placement shall be 16- gauge steel wire meeting ASTM A82, and shall be approved by the Engineer and plastic coated to protect the reinforcing coating from physical damage. B. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use plastic or total plastic-coated type supports complying with CRSI specifications. 2.4 EPOXY COATING A. All reinforcing steel bars and welded wire mesh wires shall be epoxy-coated. The coating material shall be a powdered epoxy resin meeting the requirements of ASTM A775 or ASTM A 884. The manufacturer of the resin shall provide written certification that the material furnished for the coating of the reinforcing steel meets the requirements contained in -- ASTM A 775 or ASTM A 884. B. The coating shall consist of afusion-bonded protective coating of epoxy powder aped by electrostatic spray method or electrostatic fluidized-bed method in accordan~e~ with tl~;resin manufacturer's recommendations and these Specifications. Coating shall "~Ca~pli~ in a uniform, smooth film with a thickness after curing of at least 7 mils, measurara ir~i3ccor~ance~ with ASTM A 775 or ASTM A 884. ~~ .~ i ~~_ --G r`J' 4~1 ~ C. The coated reinforcing shall be free of slivers and from visible holes, voids,_c~t~mi~ion~ ~ cracks, and other defects, with less than 1 percent of the coating damaged in a v,'~i ler~.th of bar or wire. The continuity and flexibility of the coating shall be checked in ~,ordanc~with ASTM A 775 or ASTM A 884, and shall meet the requirements described the~e~in. ~ °:. ~.~ D. The coated reinforcing shall meet the physical properties specified in Article 2.1 -Materials above, and may be inspected for approval at the coating plant. All epoxy-coated reinforcing shall be supplied by an epoxy-coating application plant certified by the CRSI Voluntary Certification Program for Fusion Bonded Epoxy Coating Application Plants. A statement certifying this shall be furnished with each shipment. E. Patching or Repair Materials: Liquid, two-part, epoxy repair coating; compatible with the epoxy coating on reinforcement and inert in concrete, shall be supplied by the epoxy resin manufacturer. The material shall be suitable for repairing areas of damaged coating and shall comply with the requirements of ASTM A 775 or ASTM A 884. 2.5 FABRICATION A. All bends and hooks shall conform to bend dimensions defined as "ACI Standard Hooks" in the CRSI Manual of Standard Practice unless otherwise shown on the plans. B. Reinforcing bars shall not be bent or straightened in a manner that will injure the steel, or the epoxy coating, as applicable. Damage to the coating shall be repaired by the Contractor prior to installation of the bars, to the satisfaction of the Engineer/Architect. C. Reinforcing bars shall conform accurately to the dimensions shown on the plans and within the fabricating tolerances as shown in the CRSI Manual of Standard Practice. Iowa City Water Facility Improvements 03210-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 D. All epoxy coatings shall be applied by a CRSI certified plant. PART 3 EXECUTION 3.1 PLACING REINFORCEMENT A. General: Comply with the CRSI "Manual of Standard Practice" and the Drawings for the placement of reinforcement. B. Before placing concrete, clean reinforcement of loose rust and mill scale, earth, ice, dust, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement to prevent displacement during the r-, concrete placement. Locate and support reinforcement with bar supports to maintain ~-- specified minimum concrete cover. All dowels must be wired in place before depositing concrete. -, R :7~:. All bar splices, concrete cover, and bar spacing shall conform to the Drawings, ACI 315, and the CRSI "Manual of Standard Practice." --~ E. Unless permitted by the Engineer/Architect, reinforcing shall not be bent after being -" embedded in hardened concrete. ~•~~ F. Welled wire reinforcing shall be placed in longest practicable lengths on bar supports spaced -~~- minimize sagging. Lap edges and ends of adjoining sheets at least one and a half mesh ca~+ ~~ .: kings. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. ~, ~~' ; ;Lace overlaps with wire. Placement of welded wire reinforcing shall be in accordance with .LV;_._E ,.. '~-,~ 315 and the CRSI "Manual of Standard Practice". E r ~ ~r C~ r ~~~-~~ ..,~Ci. .'ir~1"e~anres shall be bent and turned with their ends directed towards the inside of the concrete ~, won, not toward exposed concrete surfaces. ' " :~ t Runways or another approved protection scheme shall be provided for reinforcing located in or extending into a placement, in order to prevent damage from moving or pumping ~-- equipment during concrete placement. I. The Contractor shall obtain approval from the Engineer as to the condition and placement of the reinforcing prior to completing formwork and ordering concrete for a given concrete placement or prior to concrete repair work. 3.2 PATCHING OF DAMAGED EPOXY COATINGS A. Patching material shall be applied to all sheared ends, areas of coating damage, and contact areas for hangers or couplers. Patching material shall be applied as soon as possible after to damage to coating, whether such damage occurs during coating application, fabrication, transportation, or installation. B. Areas to be patched shall be clean and free of surface contaminants. They shall be promptly treated in accordance with the resin manufacturer's recommendations and before detrimental oxidation occurs. Such rust that does occur shall be removed by suitable means prior to Iowa City Water Facility Improvements 03210-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 application of the epoxy repair coating. Patching of cut and damaged epoxy coatings shall be in accordance with ASTM D 3963. 3.3 EPOXY-GROUTED DOWELS A. Drill holes '/4 in. larger in diameter than the dowel, or in accordance with the manufacturer's written instructions. Do not drill through existing reinforcing bars or steel members. Hole clean-out is imperative, and shall follow the written procedure submitted by the Contractor. At a minimum, the procedure shall consist of: 1. Initial clean out of the holes with oil-free compressed air. 2. Brush out the hole with an extendable "bottle" type brush or "shotgun" type cleaning brush. Bristles on the brush shall be rigid in order to aggressively clean the hole perimeter. Brush shall be slightly larger than drilled hole. 3. Second clean out of the holes with oil-free compressed air. 4. Rag wipe the hole interior. Rag shall be moist with water to collect any remaining laitance and concrete dust. 5. Allow hole interior to thoroughly dry prior to epoxy installation. ~a B. Rainwater or other contamination of the hole will be cause for rejection, anc~ie basir the re-cleaning of the hole in accordance with the written clean-out procedure,„~~tallstion of_ the epoxy signifies the Contractor's acceptance of the substrate and hole cleafr~'ir~s. `-= = ! ~1 C. Partially fill the hole with epoxy and insert the dowel or bar such that epoxy=rs{ 1~ced out of"; ~? the hole. The method of installation is intended to achieve 100 percent filling f the aiular°"~`' space between the reinforcing bar or dowel and the drilled hole. Dowels ar~c;e d~,and~ ~~ free from contaminants. The epoxy is to be installed in accordance with thenufact~er's recommendations. ~' ~' 1 D. Maintain the dowel in a secure position until the epoxy has set. E. All excess epoxy is to be cleaned up from adjacent concrete surfaces and elsewhere. F. The completed work is to be considered satisfactory if dowels are securely anchored in the judgment of the Owner's Representative. G. Personnel Safety: Avoid skin contact with epoxy materials, solvents and epoxy strippers. Epoxy resins and particularly epoxy hardeners will cause skin sensitization. Wear rubber gloves (preferably with a cloth liner) and protective clothing. Where splashing may occur, wear goggles or face shields. Barrier creams are recommended, but do not substitute for protective clothing. If skin contact occurs, wash immediately with a waterless cleaner, followed by soap and water. If eye contact occurs, flush immediately with plenty of water for I S minutes and call a physician. END OF SECTION 03210 Iowa City Water Facility Improvements 03210-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 `:F: ~, ~~ r _._ r f _ ``J ~_~" ~ ...a._._ ~._ ., _ L ~ ^ .~. ..r ~'°~ ( ~. ..1' "..~ CV SECTION 03310 STRUCTURAL CONCRETE PART 1 GENERAL 1.1 DESCRIPTION __ A. This work shall consist of providing the necessary labor, materials, equipment and supervision to form, place, finish, and cure replacement concrete, which is cast over properly prepared existing concrete surfaces or formed surfaces. The work also includes furnishing and installing welded wire fabric and epoxy-grouted dowels as noted. This work is required to address any concrete deterioration that may be located below any future FRP repairs. B. Coordinate execution of this work with the epoxy-injection work required on the double-tee stem ends. 1.2 RELATED WORK ~.~ - A. Section 01800 -Expanded Summary of Work _ - 4'-~ B. Section 02212 -Removal of Existing Concrete and Surface Preparation C ~ s> ~; ~--_ ~~_ __ _ C. Section 03210 -Reinforcing Steel ~ ~~ ~ : 1.3 REFERENCE STANDARDS ~. ' ~ rf ~. Cs A. American Association of State Highway and Transportation Officials (AASHTO -- ~ ~ 1. Accelerated Detection of Potentially Deleterious Expansion of M rs ortar Dino Alkali-Silica Reaction (AASHTO T 303-00). "_''= ,~..i .~ - 2. Standard Specifications for Highway Bridges B. American Concrete Institute (ACI) 1. Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete, ACI Committee 211 (ACI 211.1) 2. Specifications for Structural Concrete (ACI 301) 3. Guide for Measuring, Mixing, Transporting, and Placing Concrete (ACI 304R) 4. Cold Weather Concreting (ACI 306R) 5. Hot Weather Concreting (ACI 305R) 6. Building Code Requirements for Structural Concrete and Commentary (ACI 318) 7. Guide to Formwork for Concrete (ACI 347) C. American Society for Testing and Materials (ASTM) --- 1. Standard Practice for Making and Curing Concrete Test Specimens in the Field (ASTM C31) 2. Standard Specification for Concrete Aggregates (ASTM C33) - 3. Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete (ASTM C42) 4. Standard Specification for Ready-Mixed Concrete (ASTM C94) 5. Standard Test Method for Slump of Hydraulic Cement Concrete (ASTM C 143) 6. Standard Specification for Portland Cement (ASTM C150) 7. Standard Specification for Sheet Materials for Curing Concrete (ASTM C171) Iowa City Water Facility Improvements 03310-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ,_~~ ~~ ~s 1 .~, ~ J 8. Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method (ASTM C231) 9. Standard Specification for Air-Entraining Admixtures for Concrete (ASTM C260) 10. Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete (ASTM C309) 11. Standard Specification for Chemical Admixtures for Concrete (ASTM C494) 12. Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing (ASTM C685) 13. Standard Classification for Sizes of Aggregate for Road and Bridge Construction (ASTM D448) 14. Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction (ASTM E329) 1.4 SUBMITTALS A. Submit concrete mix designs or proprietary, pre-bagged product information a minimum of two weeks before their intended uses, in accordance with Section 01300 and as described later in this section. B. Submit reports of concrete tests at the end of each day's testing, as described later in this section. C. Shop drawings and calculations for formwork and shoring shall be submitted a minimum of tWo;weeks prior to their intended use. .a... 1 `~'£`~` Shop drawings for formwork shall be submitted for fabrication and erection of forms. -- ~t Show form construction including jointing, special form joint or reveals. location and ~-, .~,f ;: ~ pattern of form tie placement, and other items that affect exposed concrete visually. <~~` •;- `,~ `=' Engineer's review is for general architectural applications and features only. Design of ~_,;,..~ '``" ~:~~~ ~= formwork for structural stability and efficiency is the Contractor's responsibility. t~ -, ~m,_ ~- . ~U Shop drawings and calculations for shoring to the existing structure below shall show in r_, sufficient detail all loading points to the existing structure. The drawings shall specify t ~° 'Y 3-- `^t material types, tower designations, leg loads, etc. ~.~ ` 1 ^ T ~~ 3.C~Formwork and shoring designs shall be designed to account for all dead load deflection. ~~ 4.'All formwork and shoring shop drawings and calculations shall be sealed by a Professional Structural Engineer registered in the State of Iowa, who will have responsibility for this temporary structure. D. Submit a concrete placing schedule with appropriate plan and section views. Locate any and all construction joints, etc. E. Submit material certificates for each of the following, signed by the manufacturer or supplier: 1. Cementitious materials 2. Admixtures 3. Form materials and form-release agents 4. Curing compounds 5. Aggregates (indicating service record data showing an absence of deleterious expansion of concrete due to alkali aggregate and alkali silica reactivity) r-~ Iowa City Water Facility Improvements 03310-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 -- PART 2 PRODUCTS 2.1 CONCRETE TYPES, STRENGTHS AND USES A. The strength indicated is 28-day design compressive strength. Concrete Strength Use Type Structural 5,000 psi Concrete for miscellaneous surface patches. Patching 2.2 MATERIALS A. Portland cement: ASTM C 150, Type I or Type I/II. Portland cement containing more than 0.6 percent total alkali shall not be used. B. Admixtures: The following types of admixtures may be used when approved by the Engineer. - 1. Air-entraining Admixtures ASTM C260 2. Chemical Admixtures ASTM C494 N G'~9 C':7 --- C. Fly ash: Class F ~ ~ ~ D. Calcium chloride shall not be permitted in the concrete as an intentional additi~ --{~ . ~ ~ ~_~ ~_~. E. Maximum coarse aggregate size shall be 1/4 in. or 3/8 in. depending on the'c ` cret~.Fmix.: l Fine and coarse aggregates for normal weight concrete shall conform to ASTI~t~~ an~'~hall~.j consist of sand and gravel or crushed stone. Aggregate particles shall be clew hard, Hugh, - durable, of uniform quality, and free from soft, thin elongated pieces, disintegr~eed stonesdirt, organic, or other injurious materials occurring either free or as a coating. Aggates must be supplied from a source approved by the Engineer. Aggregate gradation shall conform to ASTM C33. F. Water shall be potable, clean and free of injurious quantities of substances known to be harmful to Portland cement. G. Proprietary patching materials: The Contractor shall submit for approval the product data for the proposed proprietary patching material for miscellaneous repairs. Polymer-modified, cementitious mortar with coarse aggregate added, shall be per the manufacturer's recommendations. Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following manufacturers: 1. BASF (Degussa) Building Systems, Shakopee, MN 55379, Phone 952-496-6000, Fax 952-496-6062 (http://www.buildingsystems.basf.com). 2. Sika Corporation, Lyndhurst, NJ, 07071, Phone 201-933-8800, Fax: 201-804-1076 (http: //www. sikaconstruction. com). 3. An approved equal. H. The manufacturer's recommendations shall be strictly followed for the use of their product. I. In minimum thickness regions, the proprietary mortar shall be used in its pre-packaged state without aggregate extension. At depths exceeding the manufacturer's recommendations for Iowa City Water Facility Improvements 03310-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 the proprietary mortar, the proprietary mortar shall be extended with coarse aggregate of the size, type, and quantity recommended by the manufacturer. 2.3 FORM MATERIALS A. Forms for exposed finish concrete: Plywood, metal, metal-framed plywood faced, or other acceptable panel-type materials to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings. 1. Use overlaid plywood complying with U.S. Product Standard PS-1 "A-C or B-B High Density Overlaid Concrete Form," Class D1 or better; mill oiled and edge sealed. B. Form release agent: Provide commercial formulation form release agent with a maximum of 350g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form ties: Factory-fabricated, adjustable-length, removable or snap-off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1 '/2 in. to the plane of the exposed concrete surface. _~ 1. '~'ovide ties that, when removed, will leave holes not larger than 1 in. on diameter in the ~_~oncrete surface. ~°"~ ,,8. )~'lcl' foam insulation: Insulation for forming shall be STYROFOAM Square Edge, closed ~~ s t_s "`~' ~e ;extruded polystyrene as manufactured by the Dow Chemical Co., Midland, Michigan, or ~_~ ~ r ; ~-roved equal. PART EXTION ~: K-.~ ---- 3.1 f~~tOPRIETARY PATCHING MATERIALS A. Measure, batch, mix, place, finish, and cure per the manufacturer's recommendations. 3.2 FORMWORK A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 3471imits: 1. Provide Class A tolerances for concrete surfaces exposed to view 2. Provide Class C tolerances for other concrete surfaces B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages, and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. Iowa City Water Facility Improvements 03310-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 _ C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom _ forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean-outs and inspections where interior areas of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Ret~ten forms and bracing before placing concrete, as required, to prevent mortar leal~nd ma~tain proper alignment. ~~'~- n _ x i H. Formwork shall conform with tolerances for formed surfaces as defined in ACI ~~ t _,.,~ =.-~ C? rT ~. t ~ ? ~c 3.3 PREPARING FORM SURFACES ~~ ~ A. General: Coat contact surfaces of forms with an approved, non-residual, low7~OC, fo~- coating compound before placing reinforcement. Consult with waterpro( membrane -- manufacturer to insure form release agent is compatible with product. " `' B. Do not allow excess form-coating material to accumulate in forms or come into contact with __ in-place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. __ 1. Coat steel forms with anon-staining, rust-preventative material. Rust-stained steel formwork is not acceptable. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. C. Provide grooved or tooled profile atop joint to later receive sealant. 3.5 PLACING A. Before placing concrete, all equipment for mixing and transporting concrete shall be cleaned, vibrators shall be checked for workability, all frost, ice, mud, debris, and water shall be ""~1 ,~`r"1 ~~ Iowa City Water Facility Improvements 03310-5 DecemberLUU/ Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 removed from concrete surfaces and forms, forms shall be thoroughly wetted or oiled, and reinforcement, floor drains and other slab embedments shall be securely tied in place and thoroughly cleaned of ice and other coatings which may destroy or reduce bonding with concrete. No concrete shall be placed until the Engineer or Owner's Representative has approved the forms and the condition and placement of reinforcement. B. Conveying the concrete from the mixer to the place of deposit shall not cause separation or loss of materials. C. Placing of concrete shall be such that it shall be deposited as nearly as possible to its final position to avoid segregation due to re-handling or flowing. Placing shall be at such a rate that at all times concrete shall be plastic and flow readily into corners of forms and into spaces between rebars. No concrete that has partially hardened or has been contaminated by foreign materials shall be deposited. When concreting is commenced, it shall be carried on as a continuous operation until the panel or section is completed. When being deposited, concrete shall not be allowed to fall a vertical distance greater than 4 feet from point of discharge to point of deposit. D. Concrete placement shall not disturb or displace reinforcing bars, floor drains, or other slab embedments. __ E. De posit concrete continuously or in layers of such thickness that no new concrete will be =-T' pled on concrete that has hardened sufficiently to cause seams or planes of weakness. If a ~~ ~,~on cannot be placed continuously, provide construction joints as specified. Deposit ~ ^` ~ .,.' '`~~` "" `t,~pncrete to avoid segregation at its final location. .___..y , ,.._..M r'~F. ~ing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 aw?.~ ; ~ ~. ~d in a manner to avoid inclined construction joints. Where placement consists of several `-_~~;y, place each layer while the preceding layer is still plastic, to avoid cold joints. ~~ _ .> r~ 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand- spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 in. into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. G. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. Iowa City Water Facility Improvements 03310-6 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 r-- _. H. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 65 deg F and not more than 80 deg F at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. 3. Submit heating means and methods, and enclosure means for information and review. I. Hot-Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305 and as specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete.eep subgrade moisture uniform without puddles or dry areas. O 4. Use water-reducing retarding admixture when required by high te~ e~ture`s;, low humidity, or other adverse placing conditions, as acceptable to Engineer. -t: ~ ~ 5. Late evening pours may become necessary as required by Engineer/Archt~-~ _.af~" Where new concrete is cast against existing concrete surfaces, wet the existingy~-su~~~ce ~least~ 1 hour prior to placement but do not allow puddles to form. At the time of~la~eme~ the existing concrete surface shall be saturated surface dry (SSD). On existing co~rete su~fraces, brush-in cement paste from the parent concrete mix just prior to placing the pitch. ~"~ 3.6 FINISHING FORMED SURFACES A. Rough-Formed Finish: Provide arough-formed finish on formed concrete surfaces not exposed to view in the finished work or concealed by other construction. This is the concrete surface having texture imparted by form-facing material used, with tie holes and effected areas -- repaired and patched, and fins and other projections exceeding'/4 in. in height rubbed down or chipped off. B. Smooth-Formed Finish: Provide asmooth-formed finish on formed concrete surfaces exposed to view or to be covered with a covering material applied directly to concrete, such as waterproofing, painting, or another similar system. This is an as-cast concrete surface obtained with selected form-facing material, arranged in as orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike-off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. Iowa City Water Facility Improvements 03310-7 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3.7 CURING A. Concrete shall be maintained above 55°F and in a moist condition for at least the first 7 days after placing. B. For top-of--slab concrete surfaces, curing shall be accomplished by burlap covers kept continuously wet and covered with 4 mil polyethylene sheeting conforming to ASTM C171. The surface is to be promptly covered after finishing with a single layer burlap. Care is to be exercised to ensure that the burlap is well drained and that it is placed as soon as the surface will support it without deformation. Edges are to be lapped and tightly sealed by sand, wood planks, pressure-sensitive tape, mastic, or glue. C. Adequate protection shall be provided for concrete during freezing or near freezing weather. All concrete materials, reinforcement, forms, filler and ground with which concrete is to come in contact shall be free of frost, ice and snow. The existing concrete surface to receive new concrete shall be heated to maintain a 55°F (min.) substrate temperature. Whenever air temperature is below 40°F, the minimum temperature of concrete when discharged shall be 65°F, and concrete during the required curing period shall be maintained at a temperature not less than 55°F. Throughout the heating period, concrete shall be kept moist as specified. ~. D. Pla ement and curing of concrete during hot weather shall be in conformance to the -" requirements of ACI 305R. ~~ ~~' --~ s'"'; '-jays during which the curing temperature falls below 50°F are not to be counted as curing ~.... v.w.,_,.: ~~. i ~-~ ~ If, during the curing period, the ambient air temperature falls below 35°F, the Work p ~ ~` made considered as being unsatisfactory and will be rejected. Placement and curing of ""` ~an~ete during cold weather is to conform to requirements of ACI 306R. f .1.._ ~.--~' ~ _~ 3.8 MOV~L OF FORMS ~;~7 A. Formwork not supporting weight of concrete, such as sides of beams, walls, and similar parts of Work, may be removed after cumulatively curing at not less than 50 deg F for 72 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. B. Beam soffits, slabs, and other members that support weight of concrete: 1. Formwork shall remain in place until concrete has reached minimum of 75 percent of the 28-day strength. Do not place additional loads on structure until concrete has properly cured. C. Determine potential compressive strength of in-place concrete by testing field-cured specimens representative of concrete location or members. 3.9 LIMITATIONS OF OPERATIONS A. No construction traffic shall be permitted in a bay for at least 24 hours after concrete placement. B. No construction traffic shall be permitted on the patched concrete for at least 3 days and until the concrete has achieved at least 75 percent of its specified 28-day compressive strength. Iowa Lity water Facility Improvements 03310-8 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3.10 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms. B. Mix dry-pack mortar, consisting of one part portland cement to 2% parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over Y, in. in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 in. Make edges of curbs perpendicular to the concrete surface. Thoroughly clean and dampen with water the area to be patched. Place patching mortar while surface is saturated surface dry (SSD). 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike-off slightly higher than surrounding r.. , surface. ~_ C. Repairing Formed Surfaces: Remove and replace concrete having defective suds if c~ects-~ cannot be repaired to satisfaction of Engineer. Surface defects include cracks,~spal~; air •-- bubbles (bug holes), honeycomb, rock pockets, fins and other projections on t~ ~faco-,-end ~ .,... stains and other discolorations that cannot be removed by cleaning. Flush out,-€~ tie ~ples ~_..`._~, and fill with dry-pack mortar or precast cement cone plugs secured in place;?"~~i the boritling t`-•% 4f ~,'1 ~~ agent. ~--> 1. Repair concealed formed surfaces, where possible, containing defects tl~t affecf~e concrete's durability. If defects cannot be repaired, remove and replace the ,concrete. -;^~ D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 in. wide or that penetrate to the reinforcement or completely through unreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Repair defective areas, except random cracks and single hole snot exceeding 1 in. in diameter, but cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/o in. clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Consult with FRP manufacturer for additional information on concrete surface repairs. Iowa City Water Facility Improvements 03310-9 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3.11 FIELD QUALITY CONTROL A. Testing of Concrete 1. A set of concrete field specimens consisting of three 6 in. x 12 in. or in 4 in. x 8 in. cylinders shall be taken not less than once every two days, nor less than once per each 20 cubic yards of concrete, whichever is smaller. The cost of these cylinders and testing shall be paid by the Owner. 2. All cylinders shall be made and tested by a qualified approved testing laboratory which meets the requirements of ASTM E329, and their reports will be sent to the Engineer and the Contractor. 3. One cylinder shall be tested at 7 days, the other two at 28 days, in accordance with ASTM C31. Test reports documenting the strength tests shall be promptly sent to the Engineer and Owner's Representative. 4. For each set of cylinders made, a slump and air content test shall also be made. The temperature of concrete shall be taken at same time cylinders are made. Slump tests shall be made in accordance with ASTM C 143. Air content tests shall be made in accordance ;~°;~vith ASTM C231. 5.~ Samples of concrete for test specimens shall be taken from the transport vehicle or mixer m`~ =~y during discharge. When, in the opinion of the Engineer, it is desirable to take samples ...:= ~~' if i~ elsewhere, they shall be taken as directed by the Engineer. '`~ ~ ~~,, ~~f ` oncrete which fails to meet the slump or air content requirements shall be tested again '~ a~ ~,y t.-~smg a different concrete test sample from the same source. If the second series of tests __ m_~ r-~ ~,._ ~-weals the concrete does not meet the slump or air content requirements, the _i~- '~~ -nonconforming concrete shall be rejected and properly disposed. Anew, batch of ~~ ~ ~ ~--~ .~~> ncrete shall be mixed or obtained at the Contractor's expense. ;.._~ 7. ~st specimens shall be molded immediately after the sample is taken and then placed in ``°` site storage provided by the Contractor. Storage shall be in a shed, box or other enclosure maintained at a temperature of between 60°F and 80°F. Specimens shall be stored not less than 16 hours prior to removal to the laboratory. 8. Testing of cylinders shall be in accordance with ASTM C39. Each test report shall contain the following information for each set of cylinders: a. Individual test specimen strength, type of failure b. Slump c. Air content d. Concrete and air temperature e. Specimen number f Portion of structure represented by the concrete tested g. Date cast h. Date tested i. Concrete properties specified j. Notice if tests indicate concrete is not in conformance with specifications. 9. In the event of adverse weather conditions, the Engineer may direct that three additional concrete cylinders be cast in addition to those already specified. These cylinders shall be stored on the structure in the vicinity of the area they represent and shall be cured in the same manner as that portion of the structure. One of the field-cured test cylinders shall be sent to the testing laboratory fora 7-day test and the other two will be tested at 28 days. Field-cured cylinders shall remain in the structure until 24 hours prior to being tested. _ ' 10. Laboratory-cured cylinders shall be labeled A, B and C. Field-cured cylinders shall be labeled D, E and F. Cylinders A and D will be tested at 7 days. Cylinders B, C, E and F will be tested at 28 days. Iowa City Water Facility Improvements 03310-10 December 2007 -' Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 11. Cost of additional field-cured cylinders, if tests indicate compliance with the specifications at the required 28-day compressive strength, shall be paid by the Owner. Otherwise, the cost shall be paid by the Contractor. 12. Strength of concrete shall be considered satisfactory if the average of two 28-day tests in each set of cylinders equals or exceeds the specified 28-day strength, and neither of the 28-day tests is 500 psi or more below specified 28-day strength. 13. Should the results of cylinder tests not meet the preceding requirements, the Contractor shall submit revised mix design data for concrete which will conform to the specifications. Also, the Contractor, at the Contractor's expense, shall have cores cut from that portion of structure represented by the unsatisfactory test specimens. Three cores shall be taken from each area in question according to ASTM C42. Concrete in the area represented by the core tests will be considered structurally adequate if the average of the three cores is equal to at least 85 percent of required 28-day strength, and if no single core is less than 75 percent of the 28-day strength. If these strength acceptance criteria are not met by the core tests, the Contractor shall remove and replace all questionable areas of concrete at the Contractor's expense. B. The Contractor shall hammer tap surfaces throughout the repair area at the conclusion of concrete repairs to locate any delaminations in the repair concrete. Any delaminated repair concrete shall be removed and restored at no cost to the Owner. END OF SECTION 03310 ~~ o ~, ca ~ ~- ! , ' ~ -`~ °--~ , ~~ y- ~~, w ~.,.,~ , ;; ~ ; Iowa City Water Facility Improvements 03310-11 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 4;',f ~" °'~ ~ t 1 .. ~ ! i 4~~ _ k';.~ y~ `..~.'J ~.,~ SECTION 03604 EPOXY INJECTION PART 1 GENERAL 1.1 DESCRIPTION A. This work shall consist of providing the necessary labor, materials, equipment and supervision to inject epoxy into cracks (diagonal or horizontal) at the end of the double-tee stems. This work also includes crack injection at locations designated on the drawings or designated by the Engineer. This work shall also include the placement of gravity-feed epoxy into designated cracks. ~, ~,a B. Coordinate execution of this work with any required concrete repair work~~red~ the double-tee stem ends. ~} ~ _ - -•-- ~ ~ i ._.s ~ 1.2 REFERENCE STANDARDS ~ •+~~ ~ -:_~ -i L . ,_...__ f ~: A. American Society for Testing and Materials Standards (ASTM) ~-` ` `-~' ~' ~...J 1. Standard Test Method for Flexural Strength of Concrete (Using Simple B'twith~ird- Point Loading) (ASTM C78) Y ~~ 2. Standard Test Method for Compressive Strength of Hydraulic Cementortars (ATM C109) ~` 3. Standard Test Method for Tensile Properties of Plastics (ASTM D638) 4. Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edgewise Position (ASTM D648) 5. Standard Test Method for Compressive Properties of Rigid Plastics (ASTM D695) 6. Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials (ASTM D790). 7. Standard Test Method for Viscosity of Epoxy Resins and Related Components (ASTM D2393) 8. Standard Test Method for Gel Time and Peak Exothermic Temperature of Reacting Thermosetting Resins (ASTM D2471) B. American Association of State Highway and Transportation Officials (AASHTO) 1. Test for Slant Shear Strength of Epoxy Bonding Agent (AASHTO 237) 1.3 QUALITY ASSURANCE A. Application Qualifications 1. The Contractor shall have a minimum of flue (5) years of experience in performing epoxy injection work. 2. The Contractor shall submit a list of at least five projects in which epoxy injection was performed successfully. This list shall contain the following for-each of the five projects: _ a. Project name b. Owner of project c. Owner's Representative, address, and telephone number Iowa City Water Facility Improvements 03604-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 d. One-sentence description of work e. Cost of portion of work similar to that specified in this section £ Total cost of project g. Date of completion 3. A full-time on-site supervisor shall be provided by the Contractor for the duration of the epoxy injection work. This supervisor shall have had 2 years' documented supervisory experience with the products to be used. The Contractor shall submit a list of projects the supervisor has worked on with the same information as required in Paragraph 2 above. 4. In lieu of the requirements in Paragraphs 1, 2, and 3 above, the Contractor shall meet all of the following requirements: a. The manufacturer of the epoxy shall have a minimum of three years' experience providing epoxies similar to those specified in this section. b. The manufacturer of the epoxy shall supply a representative who shall be present at the site for the duration of the epoxy injection work and who will supervise the E• Contractor's crew doing the epoxy injection. This representative shall have 3 years ---. t~ of field experience supervising the injection of epoxy. The Contractor shall submit ~', ,~, --_==' a list of projects the representative has worked on with the same information as '"~`^ ~: ;~ ~...~~ required in Paragraph 2 above. E"~~~ ,rSUB'I`~~ALS t ~ r, The.:~ontractor shall submit the following to the Engineer: ~~ ~1-:' 'documentation showing he meets the Applicator Qualifications as specified. `~-~ 2. {~~echnical data sheets for each epoxy product or formulation to be used showing that his ~4~ products meet the requirements of the specifications. Technical data shall include: a. Intended use b. Pot life (neat) c. Initial cure time (1000 psi) d. Tack free (thin film) e. Final cure (75% ultimate strength) f. Tensile strengths by ASTM D638 (14 days) g. Tensile elongation by ASTM D638 modified (14 days) h. Flexural strength and modulus per ASTM D790 at 24 hours, 3 days, and 7 days at 77°F. i. 24-hr compressive strength by ASTM C109 modified (1 part epoxy to 3-1/4 parts aggregate) j. Viscosity by ASTM D2393 k. Heat deflection temperature by ASTM D648 1. Slant shear by AASHTO-237 1.2 UNIT PRICES A. The Contractor shall submit unit prices for epoxy injection of cracks as required in the Bid Form. Iowa City Water Facility Improvements 03604-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1.3 PRODUCT DELIVERY A. The product shall be delivered and handled according to the manufacturer's recommendations. B. Damaged, open containers shall not be used. C. All labels shall clearly indicate: 1. Name of manufacturer 2. Manufacturer's product name or product number 3. Manufacturer's lot number ''' ~_ <-„ 4. Mix ratio O _ 5. Conformance with the injection adhesive specification ~' C% '~ 6. SPI hazardous material rating and appropriate warnings for handling '€' ~ ~: ~_~ ~ ~ ~ •. ~ }_, 1.4 JOB CONDITIONS ~ `~f+t ~~- "_~ A. Existing and environmental conditions: The Contractor shall examine the condit~f,~ su~aces into which the epoxy is to be injected. He shall follow the recommentions o~~the - manufacturer with regard to surface preparation and to limitations of the materials to va~us a- moisture and temperature levels. 1.5 GUARANTEE A. The Contractor shall guarantee all epoxy injection work from failure of the epoxy for a period of five (5) years from the date of installation. PART 2 PRODUCTS 2.1 MATERIALS A. Injection Epoxy: The epoxy for injection in cracks shall be: _ 1. SCB Concresive 1380, manufactured by BASF Construction Chemicals-Building Systems 2. Sikadur 52 Injection Resin, manufactured by Sika Corporation - 3. Polygem #1001, manufactured by Polygem, Inc., 4. An approved equal. -- B. Surface Seal: Epoxy gel shall be: 1. SCB Concresive 1446, manufactured by BASF Construction Chemicals -Building Systems 2. Sikadur 31, Hi Mod Gel, manufactured by Sika Corporation 3. Polygem #1002 FS or #1004 FS, manufactured by Polygem, Inc. 4. An approved equal. 2.2 EQUIPMENT - A. The equipment used to inject the epoxy shall perform all of the following: 1. Automatic proportioning of materials within the mix ratio tolerances set by the manufacturer of the epoxy material. Iowa City Water Facility Improvements 03604-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2. Mix the epoxy automatically and completely in line (batch mixing will not be permitted) 3. Inject the material under pressures of 150 to 200 psi maximum. PART 3 EXECUTION 3.1 SURFACE PREPARATION, INJECTION, AND DELIVERY SYSTEM A. In the event that unsound concrete is located in a zone along the crack, and this prevents the complete injection of the crack, that unsound concrete shall be removed prior to injection. B. Where cracks to be injected have sealant, waterproofing material, or other debris in the cracks, these cracks shall be cleaned at the surface using low-pressure hot water or high-pressure water jet as appropriate. Grind the surface of the crack if mineral deposits are present that may inhibit injection. C. The Fexposed bottom and vertical surface of cracks to be injected shall be sealed with agel- cons~tency epoxy prior to injection, and shall contain appropriate injection ports. ~..~. c$1. ark~,.~ontractor shall notify the Engineer or Owner of the start of injection work. ~_.._ `~. ~Y~e;~poxy injected into the cracks shall be highly suited for this usage. The pressure injection e._._ _. r,-- ~ shall be capable of filling cracks as small as 0.002 in. wide. ~.~t~.the epoxy has cured, the Contractor shall clean surfaces of excess epoxy, epoxy gel and itijion ports by grinding or other appropriate means so that only the edge thickness of ~~ corrigieted epoxied cracks is noticeable. No injection ports shall extend beyond the plane of the surfaces of the concrete members. G. Limitations: Concrete surfaces must be dry. Minimum installation and cure temperature is 50°F. Do not apply on concrete subject to hydrostatic pressure or at substrate temperatures above 120°F. Do not change recommended proportions when blending the components of the product. The daily temperature cycle of the substrate may cause out-gassing and resist penetration of the material. H. Surface Preparation: Substrate surfaces must be clean, dry, sound and free of all bond- inhibiting substances. Prepare surfaces by abrasive blast removal of asphaltic and petroleum products, concrete curing seals and other coatings followed by manual or power sweeping the entire surface to be treated. Blow loose material from visible cracks using oil free, high- pressure air blast. Exposed steel should be cleaned to "white metal" according to SSPC SP 5. I. Clean up: All tools and equipment must be cleaned before the mixed material cures. Cleaning can be facilitated with a solvent such as acetone or heavy-duty detergents. Cured material may be removed from equipment and tools by soaking in an epoxy stripper. 3.2 FIELD QUALITY ASSURANCE A. The Contractor shall take 1 in. diameter core samples from the~injected or gravity-fed cracks at the locations specified by the Engineer. Core samples shall not be taken more frequently than one per 20 ft of epoxy injected or gravity-fed crack. Each core sample shall be centered on an injected or gravity-fed crack and shall be submitted to the Engineer for examination. Iowa City Water Facility Improvements 03604-4 December 2007 -- Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 The core holes shall be patched with a repair mortar meeting the requirements of Section 03310. END OF SECTION 03604 _ ("\ ~., ~:-, ~~i 7.~ ~ ~ `+ ~ L ~ ~' L~1 t Iowa City Water Facility Improvements 03604-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ',., tsr ~~ i j a-'' '' f . - + ~.~ (._ i W. r. tE ...._ L~,4 ., "~ ~1 W _ _ {~:^~ ..s E--~~ tv Dlifl0tel i~tA S0#~RY SECTION 04100 MASONRY MORTAR AND GROUT PART 1 GENERAL 1.1 SUMMARY A. This Section includes preparation and mixing of mortar for setting and pointing masonry items listed below, for crack repairs, for patching, for replacing CMU infill walls removed to perform FRP work, and the preparation and mixing of grout: _ ''' 1. Concrete masonry units (CMUs). ~ ~ {-; ~. B. Related Sections include the following: ~ ~~ '„ a, ~_ 1. Section 04220 -Concrete Unit Masonry ~1 r-,, ~ ~' ~ ~ i 1.2 REFERENCES ~--; j.~_m' ~,, ~ .v.% A. Except as modified by the Project Specifications, applicable portions o e foll~ving reference standards shall govern the work. All standards latest edition as o he date ~f the Specifications: , ~~ 1. Mortar: a. American Society for Testing and Materials (ASTM) 1) C 144 -Specifications for Aggregate for Masonry Mortar 2) C 150 -Specifications for Portland Cement 3) C207 -Specifications for Hydrated Lime for Masonry Purposes 4) C270 -Specifications for Mortar for Unit Masonry 5) C780 -Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry b. Brick Institute of America (BIA) 1) BIA Technical Notes 7F - Moisture Resistance of Brick Masonry - Maintenance 2) BIA Technical Notes 8A -Standard Specification for Portland Cement-Lime Mortar for Brick Masonry, BIA Designation M1 2. Grout a. American Society for Testing and Materials (ASTM) - 1) C476 -Specifications for Grout for Masonry 1.3 DEFINITIONS A. Original mortar: Mortar used in the original construction of the masonry wall B. Pointing: Installing new mortar into a properly prepared joint between masonry units. Iowa City Water Facility Improvements 04100-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 C. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells D. Repointing: Removal of the outer portion of existing masonry joints from between masonry units to a specified depth and installing new mortar as specified. E. Setting mortar: Mortar used in original construction to act as a leveling and bonding agent for the masonry units. F. Tuckpointing: Synonymous with repointing 1.4 QUALITY CONTROL AND TESTING DURING CONSTRUCTION A. Grout 1. The Contractor shall engage and pay the costs for a testing laboratory, approved by the Owner, to test compressive strength of grout. 2. One set of nine grout specimens should be constructed at a random day and time each week in accordance with ASTM C1019. 3. Three specimens are to be tested at 7 days and three at 28 days in accordance with C 1019 andC39. 1.5 SUBMITTALS -';k ^~A. Pro uct Data: Materials description for all materials to be used in Work. rtmm ~~ ~,,~ ~''B. ~IC~a~erial Certificates: Prior to delivery, submit to the Owner and Architect/Engineer -' e, .~~e~ificates attesting to compliance with the applicable Specifications referenced herein of the ~.'.,~.~ r: wing: __ i ``i'.~jPortland cement. Include brand, type, and name of manufacturer. ., °_... I~-2. ~.~Hydrated lime. Include brand, type, and name of manufacturer ~~ {3~. ~:~ :Aggregate. Include type, sieve analysis and supplier. _, { 4. C:.~Color admixtures. Include brand, type, and name of manufacturer ```' S. ~Preblended, dry mortar mixes. Include description of type and proportions of ingredients. 6. Grout mixes. Include description of type and proportions of ingredients. C. Test Reports: Test reports from an independent laboratory for all required tests. D. Mix Designs: For each type of mortar [and grout]. Include description of type and proportions of ingredients. 1. Include test reports, per ASTM C 780, for mortar mixes required to comply with property specification. 2. Include test reports, per ASTM C 1019, for grout mixes required to comply with compressive strength requirement. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1093 for testing indicated, as documented according to ASTM E 548. 1. Mortar Test .(Property Specification): For each mix required, per ASTM C 780. 2. Grout Test (Compressive Strength): For each mix required, per ASTM C 1019. Iowa City Water Facility Improvements 04100-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 B. Contractor Qualifications: 1. Contractor: Must have a minimum of five (5) years experience in construction and supervision of masonry work. 2. Masons: Must have a minimum of two (2) years experience on construction of masonry. 3. Mixers: Must have a minimum of two (2) years experience in Preparation of masonry mortar. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the job site in manufacturer's sealed packaging and store unopened until required for use. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and -- contamination avoided. D. Deliver preblended, dry mortar mix in moisture-resistant containers designed for lifting and emptying into dispensing silo. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in a metal dispensing silo with weatherproof cover. a ~, ~: --~-~ PART 2 PRODUCTS n -< --~- ~ .. ~ r-, _...r t _ 2.1 MATERIALS =-~=~ "T r-'~ -- - _, _ -_, _, A. cementitious Materials (MASONRY CEMENTS WILL NOT BE ALLOWED) 1 ~''~ 1. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for ~ld- weather construction. Provide natural color or white cement as requl to produce mortar color indicated. ``""" 2. Hydrated Lime: ASTM C207, Type S B. Aggregates for Mortar 1. ASTM C144 except that the grading shall comply with the limits specified in Section 4.3 of BIA M 1. Sand shall contain no more than 50 parts per million of chloride ions. Sand shall be free of organic contaminants. 2. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 3. For joints less than 1/4 inch (6.5 mm) thick, use aggregate graded with 100 percent passing the No. 16 (1.18-mm) sieve. C. Aggregates for Grout: ASTM C 404 D. Water 1. Clean and potable. 2. Free from deleterious amounts of acids, alkalis or organic materials. - E. Admixtures 1. No admixtures shall be used without written approval, unless otherwise specified. Iowa City Water Facility Improvements 04100-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2. No calcium chloride or admixtures containing calcium chloride shall be used in the mortar. 3. No air-entraining admixtures or material containing air-entraining admixtures shall be used in the mortar. 2.2 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. 1. Portland Cement-Lime Mix: Packaged blend of portland cement complying with ASTM C 150, Type I or Type III, and hydrated lime complying with ASTM C 207, Type S. C. Mort~r,.for Unit Masonry: Comply with ASTM C 270, Property Specification. Provide the „~ follog types of mortar for applications stated unless another type is indicated:. -~-- 1. ~-~or interior masonry, use Type N. C', 2ti, ~~uckpointing mortar shall be prehydrated Type N. I..........~F .~_. ._... 1~,~~i ~: t~'or Unit Masonry: Comply with ASTM C 476. ~~ r-- 1C_: ~~se grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will ~~'}" ; - ~mply with Table 1.15.1 in ACI 530.1/ASCE 6/TMS 602 for dimensions of grout spaces ~'° °-~ u =a~d pour height. e~ 2 ovide grout with a slump of 8 to 11 inches (20(? to 28(? rnm) as measured according to ~~~ TM C 143/C 143M. C`r.7 PART 3 EXECUTION 3.1 MORTAR MIXING A. Except as specified herein, mix in accordance with requirements of BIA M1. B. Control hatching procedure to ensure proper proportions by measuring materials by volume with known volume containers. C. Do not measure mortar materials by shovels. 3.2 REPOINTING MORTAR MIXING A. Use Type N mortar proportion for repointing mortar mix B. Thoroughly mix all (dry) ingredients except water. Next, mix again by pre-hydrating the mortar, adding only enough water to produce a damp unworkable mix which will retain its form when pressed into a ball. After keeping mortars in this dampened condition for 1 to 1-1/2 hours, add sufficient water to bring it to the proper consistency; that is, somewhat drier than conventional masonry mortars. Do not use mortar if more than 2-1/2 hours has elapsed since the initial mixing of the mortar. Iowa City Water Facility Improvements 04100-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~_ 3.3 GROUT MIXING A. Comply with applicable provisions of ASTM C476 "Specifications for Grout for Masonry. B. Grout Mix: 1. Use coarse grout of ASTM C 476 with the following material mix proportions by volume: (Grout aggregate shall be in accordance with ASTM C 404) Portland Cement 1 part - Fine Aggregate 2 1/4 to 3 parts Coarse Aggregate 1 to 2 parts Mix proportions shall be consistent throughout the project C. Mix all cementitious materials, sand and water in mechanical batch mixer using the amount of water to produce a fluid consistency without segregation of materials. Mix for a minimum of five minutes. The slump of grout mix shall be in 8 in.+/- 1 in. D. Do not proportion grout mix by shovels. Use a 1 cu. ft. box or other defined volume to insure that grout is properly proportioned in accordance with requirements specified. E. Discard grout not placed within 1-1/2 hours after water is first added to the batch. Do not retemper. ~., D 3.4 MORTAR INSTALLATION K.a r ~~ ~-_ A. Install in accordance with BIA Standards. ~ --~' ----_ B. If mortar begins to stiffen, it may be retempered. :<. ~'° i ; ; ~p ,_ ~ _ ~`~ "~ .~ '~ C. -- ~ Use mortar within 2-1/2 hours of initial mixing. ~ ~ ~ 3.5 GROUT INSTALLATION (AS REQUIRED) ,.;.~, r A. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. 2. Limit height of vertical grout pours to not more than 36 inches. 3. Use grout within 2 hours after initial mixing. 4. Use course grout in spaces with least dimension over 2 inches (50 mm). 5. Use finer grout for smaller spaces. 3.6 FIELD QUALITY CONTROL A. Mortar Testing 1. At least two weeks prior to the start of masonry work one set of at least nine cubes shall be taken from a batch of mortar prepared by the contractor, in the presence of the testing laboratory personnel, with the materials to be used for the mortar during the masonry work, in accordance with ASTM C-780. 2. One set of at least nine cubes shall be taken at a random day and time each week during the masonry work in accordance with ASTM C-780. Iowa City Water Facility Improvements 04100-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3. Three cubes from each set shall be tested at three, seven, and twenty-eight days in accordance with ASTM C-270. 4. The results achieved from the weekly sampling taken during the work will be expected to achieve results closely similar or better than that achieved from the set made prior to the start of masonry work. 3.7 CLEANING A. At the conclusion of masonry Work remove all equipment and surplus material used for mixing mortar, clean up all debris and refuse and remove same from the site END OF SECTION 04100 cs . ~,. r-v° .,..., - = ~~. _~ ~~t :.~~= ^_ , . i ~~ g M.xS...- e r ~~" ~,.-1 --.~ ~~ _ r`7 -^-y 1, W, J ~_~ { `+~ Iowa City Water Facility Improvements 04100-6 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 SECTION 04220 CONCRETE UNIT MASONRY PART 1 GENERAL 1.1 DESCRIPTION A. This work shall consist of providing the necessary labor, materials, equipment and supervision to form, place, finish and cure concrete which is cast over properly prepared existing concrete surfaces or formed surfaces. The work also includes furnishing and installing welded wire fabric and epoxy-grouted dowels as noted. 1.2 WORK INCLUDED A. This Section includes unit masonry assemblies consisting of the following: 1. Concrete masonry units (CMUs). 2. Reinforcing steel. 3. Masonry joint reinforcement. 4. Miscellaneous masonry accessories. 5. Masonry Mortar B. This section also includes the removal and replacement of all firestop sealants adjacent to the CMU infill walls and double-tee stem ends, whether indicated on the drawings or not. S~ C::~Y 1.3 REFERENCE STANDARDS ~~ ~ ~ A. American Concrete Institute (ACI) ~ ~ , ..s ~____. 1. ACI 530 -Building Code Requirements for Masonry Structures ~. ~~"`- ! ~ ~~~ 2. ACI 530.1 -Specification for Masonry Structure J a ~ '~ J B. American Society for Testing and Materials (ASTM) ~ cn 1. ASTM C90 -Specification for Hollow Load Bearing Concrete Masonry nits ~" 2. ASTM C426 -Test Method for Drying Shrinkage of Concrete Block 3. ASTM A82 -Standard Specification for Steel Wire, Plain, for Concrete Reinforcement 4. ASTM C 129 -Specification for Non-Load Bearing Concrete Masonry Units 5. ASTM A615 -Deformed and Plain Billet Steel Bars for Concrete Reinforcement 6. ASTM E814 Standard Test Method for the Fire Tests of Through Penetration Fire Stops C. Except as modified by the Project Specifications, applicable portions of the following reference documents shall govern the Work. 1. National Concrete Masonry Association "NCMA-TEK 3-lA -All Weather Concrete Masonry Construction" 1.4 DEFINITIONS A. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. B. Unreinforced Masonry: Masonry constructed without vertical steel reinforcing. Iowa City Water Facility Improvements 04220-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1.5 SUBMITTALS A. Product Data: For each type of product indicated in Part 2. 1.6 QUALITY ASSURANCE A. Qualifications: 1. Contractor: Must have a minimum of five (5) years experience in construction or supervision of masonry work. 2. Masons: Must have a minimum of two (2) years experience in construction of masonry work, except for the required apprentices who shall be supervised by experienced masons. 3. Comply with all laws, ordinances, rules, regulations and orders of public authorities having jurisdiction over this part of the work. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver and handle materials in such a manner as to prevent damage. Store concrete unit masonry and packaged material above ground on wood pallets or blocking and protect from the weather until used. All damaged or otherwise unsuitable material, when so ascertained, shall be immediately removed from the jobsite. 1.8 PROJE~ CONDITIONS ~s ~A. Pr~ction of Masonry: Cover partially completed masonry and openings created when r---~, ais~ruction is not in progress. Extend cover a minimum of 24 inches beyond each side of ``~`~` ~~:~: Lc~e~ings and seal perimeter. ~_ ~...~~ °~-~° tB. Sta~Prevention: Prevent grout, mortar, and soil from staining the face of existing, painted Rr~l~ ~T ~tras~rnry to be left exposed. Immediately remove grout, mortar, and soil that come in contact -~ ~i'tti~uch masonry. `~~ 1. ~rotect base of walls from mortar splatter by spreading coverings on the walkway surface `~' below and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. PART 2 PRODUCTS 2.1 MATERIALS A. Concrete Masonry Units (CMU): 1. Aggregate: Normal weight aggregates in accordance with ASTM C33. 2. Hollow Units: ASTM C90 3. Size: Faces of units shall be nominal 8 in. by 16 in. unless otherwise shown; thickness shall match the existing CMU. 4. Special Shapes: Provide where required for lintels, corners, jambs, headers, bonding and other special conditions. B. Mortar and Grout: As specified in Section 04100 Iowa City Water Facility Improvements 04220-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~J r-, C. Horizontal Joint Reinforcing (Width to be 1 in. less than wall thickness and provide prefabricated corners and tee sections) to match any existing reinforcing: 1. D/A 3200 - Ladur type material fabricated from hot-dipped galvanized after fabrication, __ minimum 9 gauge side as manufactured by Dur-O-WaI, Inc. 2. An approved equal D. Adhesive for setting vertical reinforcing: 1. HIT RES00 Adhesive Epoxy, manufactured by Hilti Corporation. Size of anchor and embedment as shown in the Drawings. E. Miscellaneous Masonry Accessories 1. Preformed Control Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D2000, Designation M2AA-805 or PVC, complying with ASTM D2287, Type PVC-65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. F. Masonry Coating: The final finish coating for the existing CMU masonry shall be the products used in the original construction. The color shall match best as possible (the Owner recognizes the present coating has aged and faded slightly). The product shall be: 1. Heavy Duty Block Filler (B42W46), as manufactured by Sherwin-Williams Industrial and Marine Coatings. 2. Topcoat: Dura-Plate 235 Multi-Purpose Epoxy, as manufactured by Sherwin-Williams Industrial and Marine Coatings. 3. An approved equal (if the Contractor elects to coat an entire wall damaged by FRP~espair f ..,~ activities). ~' G:7G7 ~; ~- G. Elastometric Firestop Sealant: Single component elastometric compound, flexil3~ ~alan~The - ` •; sealant shall be permanent and the color shall match the surrounding substr~te~ ~e slant ~~-; ~ r shall be one of the following: --~ ~-~ r`~l 1. Pensil 300 Weathersealing, as manufactured by GE Advanced Material~,~talant$~nd 3-----, Adhesives. 7 ;;~ ~~- °~'~ 2. CP601 S Silicone Joint and Penetration Firestop Sealant, as manufactured l~~t ~-Iilti >~A. 3. An approved equal. ~- cn ~: k PART 3 EXECUTION 3.1 PREPARATION __ A. Examine all surfaces to receive the parts of the Work specified herein. Verify all dimensions of in-place and subsequent construction. Application or installation of materials constitutes acceptance of the adjacent and underlying construction. - - B. Carefully remove existing CMU that interferes with the double-tee ends. Blocks shall be removed in whole units and replaced in kind after installation of the FRP repairs. 3.2 INSTALLATION, GENERAL A. Provide all masonry construction aligned, plumb and true in required layout, making straight level courses. Construct masonry to full thickness as shown with masonry units of sizes as noted and specified, using whole units wherever possible. Cut masonry neatly by power-saw to obtain sharp edges without damage. Build-in items furnished by other trades, and leave Iowa City Water Facility Improvements 04220-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 accurate openings necessary for subsequent installation of other Work. Fill solidly around conduit passing through masonry with mortar. B. Hollow units shall be laid with full mortar coverage on horizontal and vertical face shells. Webs shall also be bedded in all courses of piers, columns, pilasters, adjacent to any cores to be grouted, and in the starting course on footings and solid foundation walls. Solid units shall be laid with full head and bed joints. C. Head and bed joints shall be a minimum of 3/8 in. thick, or narrower to match the existing joints. Joints shall be tooled when thumbprint hard with a concave jointer. Joints on unexposed interior surfaces shall be cut flush. D. Coordinate installation of all plumbing and electrical fixtures, piping and equipment as required. E. Placement of Horizontal Joint Reinforcement: 1. Provide reinforcement in horizontal joints 16 in. on center vertically. Place units to provide continuous reinforcement, with comer and "tee" sections at all wall intersections; splice units together by lapping side bars a minimum of 6 in. at adjoining ends of lengths. Stop reinforcement 2 in. away from both sides of vertical control and expansion joints. At all openings in walls, place additional reinforcement in bed joint of courses above and below openings and extend at least 2 ft beyond each side of openings. ~~~ 3.3 ~ uCONTIL JOINTS ...w ~~ c;.P~. ,.~Cgral: Install control and expansion joint materials in unit masonry to match existing °~~` _ ,_ `" rtions. Do not allow bed joint reinforcing or other materials to span control and expansion it`s without provision to allow for in-plane wall or partition movement. _~:_~ ~` i. ek _.$. ;worm control joints in concrete masonry as follows: `""'~ ~ ~ ~~nstall preformed control joint gaskets designed to fit standard sash block. F ~-, <~:~ -.~a ~::-, --- 1.'w) 3.4 REINFORCED UNIT MASONRY INSTALLATION A. Placing Reinforcement: 1. As required by existing conditions, set steel reinforcing bars into epoxy in existing concrete or CMU following manufacturer's recommended procedure. Bars shall be of sizes and at spacings shown to match existing. 2. No epoxy materials may be used at ambient temperature of less than 50 degrees F unless permitted in writing by the Architect/Engineer. In no case shall epoxy materials be used if temperatures are below the minimum values in the manufacturers published literature. 3. Epoxies may be applied only to dry surfaces meeting manufacturer's recommendations for surface preparation and working temperatures. All surfaces must be free of moisture, dirt, organic materials, efflorescent salts and other contaminants. Ensure that all back-up conditions are dry and stable so that no salt deposit on the surface is expected. 4. Concrete masonry units shall be threaded over reinforcing steel. Cores containing reinforcing steel shall be completely free of mortar droppings. 5. Provide vertical reinforcing at spacings and locations shown on Drawings. Additionally, provide reinforcing at all terminations, in cores on each side of expansion/control joints or any other disruptions, and at corners. 6. Comply with requirements in ACI 530.1/ASCE 6/TMS 602. Iowa City Water Facility Improvements 04220-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 -- B. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for cleanouts and for grout __ placement, including minimum grout space and maximum pour and lift heights. 2. Limit height of vertical grout pours to not more than 60 inches. 3. Pour grout into cores containing reinforcing. Agitate grout to ensure complete filling at _ _ grout spaces. Stop grout 1 1/2 in. from top of masonry to form key with succeeding grout pour. 3.5 FIELD QUALITY CONTROL A. Inspection by Architect/Engineer: Allow inspectors access to scaffolding and work areas, as needed to perform inspections. - 1. Place grout only after inspectors have verified compliance of grout spaces and grades, sizes, and locations of reinforcement. B. Grout Testing :Contractor is to engage a qualified independent testing agency to perform fteld tests and prepare test reports for the following: 1. Compressive testing of each grout mix provided, per ASTM C 1019. 2. Retesting of materials failing to comply with specified requirements shall be done at Contractor's expense. 3. One set of tests are to be performed for each 5000 sq. ft. of wall area or portion the~f. ~ r-~, Z C? ~-_ _ 3.6 CLEANING ~..~ ~.% =°~°~ .___~,W' r --. " A. All holes in joints of masonry surfaces to be exposed, or painted, shall be fi1Te~~iith mortar(; ~} and suitably tooled. Concrete unit masonry walls shall be left clean and fr~'~#gm ~rtar~ Y spots and droppings. Any cracks in masonry shall be repaired. Defective jo~iall lw cut out and repointed. ~~'- cn B. At the conclusion of masonry work, remove all scaffolding and equipment u, in the Work, clean up all debris and refuse and surplus material and remove from premises. 3.7 MASONRY COATING __ A. Coated concrete masonry units removed and replaced in-kind to facilitate FRP repair installation shall be re-coated to match existing. Areas to be re-coated shall encompass new and existing masonry, and shall generally consist of rectangular areas with natural break lines. _ Examples of such break lines would be vertical or horizontal corners at the double tee beams, the top of beams with a existing CMU set-back, building corners, member edges, etc. B. At the Contractor's option, whole sections of coated wall shall be re-coated to avoid the mis- match coating appearance and provide a uniform wall color after repair completion. C. Edges at the new coating work shall be straight, crisp lines formed by masking or other method. Any appearance of feather edging or blending shall be avoided and cause for coating rejection D. Materials should not be applied to surface below 50° or over 110°F: Do not proceed with application of materials when ambient temperature is less than 40° F. Iowa City Water Facility Improvements 04220-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 E. Materials shall be installed by a manufacturer's approved applicator in strict accordance with - the manufacturer's written specifications. All procedures for installation shall comply with recommendations of manufacturer of products being used. ` " F. Commencement of coating installation implies Contractor acceptance of substrate area as suitable to accept the masonry coating. ~ -~ G. Thoroughly clean all surfaces to receive coating materials in strict accordance with r manufacturer's instructions and recommendations. The surface must be dry and in sound condition. Remove oil, dust, dirt, epoxy speckles or drips, peeling paint or other contamination to ensure good adhesion. H. Protect adjacent surfaces with drop cloths or masking as required. ~ " I. Remove all loose mortar and foreign material. Surface must be free of laitance, concrete, dust, dirt, form release agents, moisture curing membranes, loose cement, and hardeners. Mortar must be cured at least 30 days at 75°F. The pH of the surface should be between 6 and 9, unless the products are designed to be used in high pH environments. Fill bug holes, air pockets, and other voids with a CMU block filler compatible with the final coating. _ " 3.8 PREPA,TION FOR FIRESTOP - ~. ~~ A. Cl~i substrate surfaces of dirt, dust, grease, oil, loose material, or other matter which may _, -~ ~` ~ bond of firestopping material. .__ ~,._°w..~ ~,. ~... µT~ ~ B. ~pve incompatible materials which may affect bond. ~- _._ i C~ ~, l.__ :~~. list~ll backing materials to arrest liquid material leakage. ~°~' CC~r : ~~> 3.9 NSTA~ATION OF FIRESTOP SEALANTS \ ~::~ .._ ~~,, A. Install materials in manner described in fire test report and in accordance with manufacturer's instructions, completely closing openings. B. Do not cover installed firestopping until inspected by authority having jurisdiction. ^. C. Install labeling required by code. 3.10 CLEANING AND PROTECTION - FIRESTOP SEALANTS A. Clean adjacent surfaces of firestopping materials. ~, B. Protect adjacent surfaces from damage by material installation. -- 3.11 SCHEDULE OF FIRESTOP SEALANT '~ A. Use elastometric silicone firestopping sealant in the following applications: 1. Masonry control and expansion joints in fire rated walls. END OF SECTION 04220 Iowa City Water Facility Improvements 04220-6 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 `" _ ~~ ~., r .3 C-~ _ ~ ~ C a ~~` ~.,_ ~ ~~' ~ ~.~i .T~ ~ k'4ie ~ ,... Iowa City Water Facility Improvements 04220-7 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~;,'~ y ~, ~ ._.. '~ ~.~ ~ ... _.. 3 ~': -_ ,. _.. _._ yy4 ~..~_~ [ t ~.....,. ~` .._.J ~~- _,,,..._ ___ ~ f r - _ S P^~ TM / ~j t `_.J l"w~ 1;.; D S 1~- E ~~~ SECTION 05030 HOT-DIP GALVANIZED COATINGS FOR STRUCTURAL STEEL PART 1 GENERAL 1.1 DESCRIPTION A. This work shall consist of all necessary labor, materials and equipment for the surface - preparation and hot dip galvanizing (HDG) of all structural steel catwalks, or as specified on the plans. The fabricator of the structural steel shall be responsible for the quality of the applied galvanized coating system and any repairs, re-fabricating, additional laydowns __. required to assure the fabricated steel meets all requirements of this section. B. This work shall also include the surface preparation and hot-dip galvanizing of the stg.~,l, and touch-up painting of the galvanized coating after installation. ~~ ~~-,, C. This section includes the following related to the work: s> = ; :: ~`~ 1. Structural steel ~ - ~ !~ ~-=- ~W ~ ~-- D. Related sections include the following: ''~` .~ ~ ~° 1. Division 1 Section "Quality Requirements" for independent testing ag~nT~:`.-~roc~ ures'--' and administrative requirements. ==' 2. Section 05120 Structural Steel ~' c n .~: 1.2 QUALITY CONTROL A. Pre-Fabrication Meeting: Apre-fabrication meeting shall be held, as required, with the Contractor, the fabricator's Quality Control Specialist (QCPS), the galvanized coating -- applicator, and the Owner's authorized representative. This meeting will be necessary to discuss methods of operation, quality control, including repairs, transportation, erection methods to accomplish all phases of the preparation and coating work required by this section. 1.3 WARRANTY _ A. All hot-dip galvanized surfaces shall be free from corrosion or corrosion staining for a period of five (5) years following their placement into service in this interior building environment. Surfaces exhibiting corrosion shall be cold galvanized in accordance with the requirements of Parts 2 and 3 of this specification section. 1.4 REFERENCES A. General: Standards listed by reference, including revisions by issuing authority, form a part of this specification section to extent indicated. Standards listed are identified by issuing authority, authority abbreviation, designation number, title or other designation established by Iowa City Water Facility Improvements 5030-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 issuing authority. Standards subsequently referenced herein are referred to by issuing authority abbreviation and standard designation. B. American Association of State Highway and Transportation Officials (AASHTO) 1. M111 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products 2. M160 Standard Specification for General Requirements for Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use 3. M232 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware 4. T65 Mass of Coating on Iron and Steel Articles with Zinc or Zinc-Alloy Coatings C. American Galvanizers Association (AGA) 1. Inspection of Products Hot Dip Galvanized (HDG) after Fabrication -Touch-up/Repair (I-IPAF-03) 2. Welding & Hot Dip Galvanizing (W-WHDG-02) 3. Touch-up & Repair of Galvanized Steel (Product Suppliers) (I-TUR-02) 4. The Design of Products to be HDG After Fabrication (D-PGAF-OS) 5. Recommended Details for Galvanized Structures (D-RDS-02) 6. Control of Distortion in Galvanized Products (T-CD-94) 7. Bolted Galvanized Structural Joints (T-BGSJ-81) ,,,~ D- Amman Society for Testing and Materials (ASTM) ~~ 1<.- ~,6 Standard Specification for General Requirements for Rolled Structural Steel Bars, _~ ' _. ~`f mates, Shapes, and Sheet Piling ~_~!-_j ~~ 2~ ~;~4-~23 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel ~•-.-.-1 ~` `-~ ~oducts 1_._$,._. ~,,P ~' 143 Standard Practice for Safeguarding Against Embrittlement of Hot-Dip Galvanized ~ ructural Steel Products and Procedure for Detecting Embrittlement 4.~j153 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware c~ 5. ~A325 Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength 6. A384 Standard Practice for Safeguarding Against Warpage and Distortion During Hot- Dip Galvanizing of Steel Assemblies 7. A385 Standard Practice for Providing High-Quality Zinc Coatings (Hot-Dip) 8. A490 Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength 9. A780 Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings 10. B695 Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel 11. E376 Practice For Measuring Coating Thickness By Magnetic-Field Or Eddy-Current (Electromagnetic) Test Methods E. Research Council on Structural Connections (RCSC) 1. Specification for Structural Joints Using ASTM A325 or A490 Bolts F. Steel Structures Painting Council (SSPC) 1. SSPC Painting Manual, Volume 2. r--~ Iowa City Water Facility Improvements 5030-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1.5 QUALITY ASSURANCE A. Coating applicator: Company specializing in hot-dip galvanizing after fabrication and following the procedures in the Quality Assurance Manual of the American Galvanizers Association. -- B. Pre-construction Conference for Metal Fabrications: Contractor shall schedule a meeting to be attended by contractor, architect, fabricator and galvanizer. Topics to be addressed include project schedule, scope of metal fabrications, coordination between fabricator and galvanizer, . _, finish of surfaces, application of coatings, submittals and approvals. C. Coordination between Fabricator and Galvanizer: Prior to fabrication, fabricators shall submit approved fabrication shop drawings to the galvanizer. The Galvanizer shall review fabricator" shop drawings for suitability of materials for galvanizing and coatings and coordinate any required fabrication modifications. D. Materials: For steel to be hot-dip galvanized, provide steel chemically suitable for metal coatings complying with the following requirements: carbon below 0.25%, phosphorous below 0.04%, manganese below 1.3%, and silicon below 0.04%. Notify the Galvanizer if steel does not meet these requirements so that suitability for galvanizing may be determined and whether special processing techniques are required. 1.6 SUBMITTALS - ,::~~ ~~~~~ A. Submit an original and two copies of the coating applicator's notariz~ ertil~ate of Compliance that the hot-dip galvanized coating meets or exceeds the specifie~3~irernts c~-~ ASTM A123 / A123M and/or A153 / A153M, as applicable. ~ - ~~ ~ r-,. ~ I 4~_j ~~a 1.7 DELIVERY, STORAGE, AND HANDLING I r~~ ~a r_ ~~ A. Store materials to permit easy access for inspection and identification. Kee~~t~bl members off ground and spaced by using pallets, dunnage, or other supports and spaces: Protec~flsteel members and packaged materials from erosion and deterioration. ~;~, B. Store fasteners in a protected place. Clean and re-lubricate bolts and nuts that become dry or rusty before use. C. Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or -- structures as directed. D. Reasonable care must be exercised in handling the galvanized steel during shipping, erection, and subsequent construction of the bridge. The steel must be insulated from the binding chains by protective pads or softeners. Hooks and slings used to hoist steel must be padded. Diaphragms and similar pieces must be spaced in such a way that no rubbing will occur during shipment that may damage the galvanizing. The steel must be stored on pallets at the job site, or by other means, so that it does not rest on the ground or so that components do not fall or rest on each other. -- E. The Contractor must install and maintain suitable shields or enclosures to prevent damage to adjacent equipment, conduits, water tanks, etc. near elements having galvanized repairs. They must be suitably anchored and reinforced to prevent interfering with normal plant operations. Iowa City Water Facility Improvements 5030-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1.8 COORDINATION A. Furnish anchorage items to be embedded in o~r attached to other construction without delaying the Work. Provide setting diagrams, sheet metal templates, instructions, and directions for installation. PART 2 PRODUCTS 2.1 HOT DIP GALVANIZING A. Galvanized Steel -Steel shall be galvanized to conform to ASTM A123 (AASHTO M111) after cutting, bending and welding. At the discretion of the Engineer, damaged galvanized material shall be replaced, re-galvanized or repaired. If a repair is authorized, the method shalt be acceptable to the Engineer. ~. Bolts nuts, washers, anchor bolts and similar threaded fasteners shall be galvanized in `- accordance with ASTM A153 (AASHTO M232). These items may be mechanically zinc ,- ,~ ^~'~ ~oat®d in accordance with ASTM B695 Class 50. Except for ASTM A325 bolts, electro ~- '~a1~~nizing may also be accepted if the coated item meets the thickness coating requirements s, . .a~~e. __ ~ _,_ -;=C: ~ur€~ce Finish: The new galvanized coating shall be continuous, adherent, as smooth and '-~; -~y~.ly distributed as possible and free from any defect that is detrimental to the member. The r~ ~~mrity of the coating shall be determined by visual inspection. -, {, C`~.f 2.2 TOUCH-UP GALVANIZING A. Cold galvanizing compound: Damaged galvanized coatings shall be repaired using afield- applied cold galvanizing compound. The coating shall be an organic zinc-rich coating containing a minimum of 95% metallic zinc, by weight in the dried film; recognized under the Component Program of Underwriter's Laboratories, Inc. as an equivalent to hot-dip galvanizing, and conforming to Federal Specification DODP-21035A for repair of hot-dip galvanizing. The material shall be: 1. ZRC Cold Galvanizing Compound, as manufactured by ZRC Worldwide, Marshfield, MA. 2. Rust-Oleum Cold Galvanizing Compound, as manufactured by Rust-Oleum, Vernon Hills, IL. 3. Zinc-Clad Cold Galvanizing Compound, as manufactured by Sherwin-Williams, Cleveland, Ohio. 4. An approved equal. B. Damaged members to be repaired through re-galvanization shall be cleaned as appropriate to the damage or distress ,.being repaired. Surface preparation may consist of one of the following methods: 1. Solvent to clean SSPC-SPl, 2. Power tool clean to SSPC-SP3 or SSPC-SP11, 3. Sandblast to SSPC-SP6 (commercial). Iowa City Water Facility Improvements 5030-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 C. All articles to be re-galvanized shall be handled in such a manner as to avoid any mechanical damage and to minimize distortion. PART 3 EXECUTION 3.1 FABRICATION REQUIREMENTS A. To ensure identification after galvanizing, piece marks shall be supplemented with metal tags for all items where fit-up requires matching specific pieces. B. Fabricated steel connections must use a 1 /8 in. (3 mm) greater diameter hole than the bolt, rather than the standard 1/16 in. (1.6 mm) greater diameter hole, to account for the coating thickness. 3.2 SURFACE PREPARATION A. After fabrication (cutting, welding, drilling, etc.) is complete, all holes shall be deburred and - all fins, scabs or other surface/edge anomalies shall be ground or repaired per ASTM A6 (AASHTO M160). All corners of thermally cut or sheared edges must have a 1/16 in. [1.6 mm] radius or equivalent flat surface at a suitable angle. Thermally cut material thick~x.~han 1 'h in. [40 mm] must have the sides ground to remove the heat effected. zones necery to achieve the specified surface cleaning. ~=Y ~~ '? ~-- ._~"s Tj ~ i _~_ B. The steel must be solvent cleaned, where necessary, to remove all traces of a~haltic cent{,=- oil, grease, diesel fuel deposits, and other soluble contaminants per SSP~3` 1 Solven~~ ~ Cleaning. Under no circumstances must any abrasive blasting be done to areas ~~~h as~ialti~-"? cement, oil, grease, or diesel fuel deposits. Steel must be allowed to dry befofeJb~st caning ~J -~ .. - begins. - . cn y' C. Beams and Girders must be prepared by the fabricator to Steel Structures PCting Council's (SSPC) Grade Six (SP-6) "Commercial Blast Cleaning" prior to galvanizing. All material must be free of paint marks. Secondary angle, plates, bars and shapes need not be blast cleaned. Special attention shall be given to the cleaning of corners and reentrant angles. D. Abrasives shall be checked for oil contamination before use. A small sample of abrasives must be added to ordinary tap water. Any detection of an oil film on the surface of the water must be cause for rejection. All fins, tears, slivers and burred or sharp edges that are present on any steel member or that appear after the blasting operation must be conditioned per ASTM A6. E. Welding repairs must only be performed by the Fabricator. 3.3 APPLICATION OF HOT DIP GALVANIZED COATING A. Steel members, fabrications and assemblies shall be galvanized by the hot dip process in the shop according to ASTM A123 (AASHTO M111). -- B. Bolts, nuts, washers and steel components shall be galvanized in the shop according to ASTM A] 53 (AASHTO M232). Iowa City Water Facility Improvements 5030-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 C. All steel shall be safeguarded against embrittlement according to ASTM A143. Water quenching or chromate conversion coating shall not be used on any steel work that is to be painted. All galvanized steel work shall be handled in such a manner as to avoid any mechanical damage and to minimize distortion. D. Beams and girders shall be handled, stored and transported with their webs vertical and with proper cushioning to prevent damage to the member and coating. Members shall be supported during galvanizing to prevent permanent distortion. 3.4 COATING REQUIREMENTS A. Coating thickness must be a minimum of 4 mils [100 µm] measured as specified. Material must be free of imperfections or depressions caused by material handling. The fabricator, galvanizer and erector must use lifting clamps or softeners for handling. Prior to galvanizing, surface imperfections may be repaired by the fabricator in conformance with ASTM A6. Imperfections greater than the limits allowed by ASTM A6 must be documented. Repair or replacement of this member will be at the discretion of the City. All damaged galvanizing must be repaired in accordance with ASTM A780, Method A 1 or A3. B. Co irz weight, surface finish, appearance and adhesion shall conform to requirements of "~ ASA385 (AASHTO M111 or AASHTO M232). -_ ~ ,-~, '~. 'Sl~iassemblies producing field splices shall provide 3 mm (1/8 in.) minimum gaps between r ~~:~ e~d~-of members to be galvanized. At field splices of beams or girders, galvanizing exceeding --~~. (0.08 in.) on the cross-sectional (end) face shall be partially removed until it is 1 to 2 _._ t mi~~.04 in. to 0.08 in.) thick. ~~ - --.- - ~yr~g Surface Cleaning -Areas of field connections must have a uniform galvanized coating `~ thiciess free of local excessive roughness, which would prevent splice plates, bearings or ~`~ other field connections from making intimate contact. The zinc shall be removed until it is level with the surrounding area, leaving at least the minimum required zinc thickness Faying surfaces of the bolted splices must be roughened in the shop after galvanizing by hand wirebrushing. Power wire brushing is not permitted. All field splice bolt holes must be free of zinc build up. After galvanizing, each hole must be checked in the shop by using a drift pin with a diameter 1/16 inch [1.6 mm] greater than the diameter of the bolt to be used in that hole. 3.5 TESTING OF HOT DIP GALVANIZED COATINGS A. Inspection and testing of hot dip galvanized coatings shall follow the guidelines provided in the American Galvanizers Association (AGA) publication "Inspection of Products Hot Dip Galvanized (HDG) after Fabrication -Touch-up/Repair (I-IPAF-03)." Sampling, inspection, rejection and retesting for conformance with requirements shall be according to ASTM 123 OR A153 (AASHTO M111 or AASHTO M232), as applicable. Coating thickness shall be measured according to ASTM A 123 (AASHTO M 111), for magnetic thickness gage measurement or ASTM A153 (AASHTO M232), as applicable. Documentation of coating thickness must be performed by the galvanizer. B. Galvanized thickness must be determined by use of Type 2 magnetic gage in accordance with the following: Iowa City Water Facility Improvements 5030-6 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1. Five separate spot measurements must be made, spaced evenly over one (1) randomly selected, l00 square feet [9 square meters] of surface area on each structural member. Three gage readings must be made for each spot measurement. The probe must be -- moved a distance of 1 to 3 inches [25 to 75 mm] for each new gage reading. Any unusually high or low gage reading that cannot be repeated consistently must be discarded. 2. The average (mean) of the 3 gage readings must be used as the spot measurement. The average of five spot measurements for each such 100 square foot [9 square meters] area must not be less that the specified thickness. No single spot measurement in any 100 square foot [9 square meters] area must be less than 80% of the specified minimum thickness. Any one of 3 readings which are averaged to produce each spot measurement, may under-run or over-run by a greater amount. 3. The 5 spot measurements must be made for one (1) randomly selected, 100 square feet [9 square meter] of area on each structural member. All splice material and secondary members must have at least one spot measured on each piece. The probe must be moved so that one reading is taken at each end and middle of the piece for a total of three readings. - C. All steel shall be visually inspected for finish and appearance. D. A notarized certificate of compliance with the requirements listed herein shabe fur>~hed. __ The certificate shall include a detailed description of the material processed 1 ~ stafent that the processes used met or exceeded the requirements for successful g~in~ttg the ~~ surface, where applicable. The certificate shall be signed by the galvanizer. ,--~ -',~ ~ -- 3.6 REPAIR OF DAMAGED AREAS ~ `~ ~=; , :-~R °-,---, ~._.~ ~ ,! ~~ ,h...a f A. Material must be free of imperfections or depressions caused by material 1d?ing. ~~'he - Contractor must use lifting clamps or softeners for handling. Imperfections rri~q be refired by grinding as allowed by ASTM A6 by the Contractor. Imperfections that ~~ greater than the grinding limits allowed by ASTM A6, must be documented. B. All damaged galvanizing must be repaired in accordance with ASTM A780, Method Al or A3, whenever damage exceeds 5 mm (3/16 in.) in width and/or 100 mm (4 in.) in length. _ Damage that occurs in the shop shall be repaired in the shop. Damage that occurs during transport or in the field shall be repaired in the field. C. Damaged galvanizing which will be inaccessible for repair after erection must be repaired prior to erection. In order to minimize damage to the galvanized steel, concrete splatter and form leakage must be washed from the surface of the steel shortly after the concrete is placed and before it is dry. If the concrete dries, it must be removed. Temporary attachments, - supports for scaffolding and finishing machine or forms must not damage the coating system. In particular, sufficient size support pads must be used on the fascias where bracing is used. 3.7 FINAL REVIEW A. After the erection work has been completed, including all connections and the approved repair of any damaged beams, girders or other steel members, and the ~ deck has been placed, the Contractor and Engineer must inspect the structure for damaged coating. Damaged areas must be repaired in accordance with the above. At the completion of construction, the galvanizing Iowa City Water Facility Improvements 5030-7 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 must be undamaged and the surfaces free from grease, oil, chalk marks, paint, concrete splatter or other silage. Such silage will be removed by solvent cleaning per SSPC-SPI. 3.8 REPAIRS AND PROTECTION A. Touchup Galvanizing: After installation, promptly clean, prepare, and prime or re-prime field connections, rust spots, and abraded surfaces of galvanized structural steel. I. Clean and prepare surfaces by SSPC-SP 2 hand-tool cleaning or SSPC-SP 3 power-tool cleaning. 2. Apply a compatible primer of same type as shop primer used on adjacent surfaces. END OF SECTION 05030 ~:_. ., , _,. .~-~ i P I ,. ~~) r f _.._ C %~ i r _ J ~ `. E.~ C'~.! Iowa City Water Facility Improvements 5030-8 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 SECTION 05120 STRUCTURAL STEEL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including general and Supplementary and Division 1 specification sections, apply to this section. 1.2 WORK INCLUDED _ A. This work shall consist of providing the necessary labor, materials, equipment and supervision for supplying, fabricating, and erecting the structural steel catwalk to be used as temporary construction platform and permanent inspection platform. This work shall also include the surface preparation and hot-dip galvanizing of the steel, and touch-up painting of the galvanized coating after installation (see Section 05030). B. In accordance with Alternate No. 2, the Contractor shall provide all material, equipment, and -- labor necessary to provide welded end caps to the structural steel tube (HSS) sections. Following the "touch-up" fabrication work required in the field, the existing steel shall be left in-place and coated with an approved intermediate and top coat of paint. The tube interiors -- shall be coated with a clear rust sealer prior to sealing with the steel end caps C. This work shall also consist of providing the necessary labor, materials, tools and equipment, __ and perform all work necessary to install fiberglass grating as shown on the drawir~g~s and specified herein; in accordance with the provisions of the Contract ~cumen~~, and completely coordinated with the work of all other trades. ~-s t- `~'- ~ _~ ..~._ D. This section includes the following related to the work: C~ `-_`° s -~ ~~ r~. P....ry_. 1. Structural steel -~ 1 ''~ ? "'` 2. Fiberglass grating ` __ ~"!°' ~`°~ ----, E. Related sections include the following: °~` 1. Division 1 Section "Quality Requirements" for independent testing agt~iicy prollures and administrative requirements. 2. Section 05030 -Hot Dip Galvanized Coatings for Structural Steel 3. Section 05520 -Aluminum Handrails and Railings 1.3 DEFINITIONS A. Structural Steel: Elements of structural-steel frame, as classified by AISC's "Code of Standard Practice for Steel Buildings and Bridges," that support design loads. B. Architecturally Exposed Structural Steel: Structural steel designated as architecturally exposed structural steel in the Contract Documents. Iowa City Water Facilitylmprovements 5120-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1.4 PERFORMANCE REQUIREMENTS A. Connections: Provide details of simple shear connections required by the Contract Documents to be selected or completed by structural-steel fabricator to withstand ASD-service indicated and comply with other information and restrictions indicated. 1. Select and complete connections using schematic details indicated and AISC's Manual of Steel Construction, 13th Edition (Combined ASD, and Load and Resistance Factor Design). 2. Engineering Responsibility: Fabricator's responsibilities include using a qualified Iowa Professional Structural Engineer retained by the Contractor to prepare structural analysis data for all structural steel assemblies, including connections. B. Construction: Type 2, simple framing. 1. The calculations and shop drawings enumerated below, as prepared by a qualified Iowa Professional Structural Engineer retained by the Contractor, shall be deemed part of the contract documents for the project upon acceptance by the Owner. These documents shall be submitted in a final form suitable to the Owner (PDF, AutoCad, etc) for project storage and archiving, and future reference. 1.5 SUBMITTALS rs A. Idduct Data: For each type of product indicated. _.._ u'C ~', $.~ iop Drawings: Show fabrication of structural-steel components. `~ ~ ~ f ,Y `~-.'- Include details of cuts, connections, splices, camber, holes, and other pertinent data. ~.. ~_ s ~;.. ~ ~.:. ~.= Include embedment drawings. ~_ ~ ° x `--'' Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. -, `_ 4~ Indicate type, size, and length of bolts, distinguishing between shop and field bolts. ~~j Identify pre-tensioned and slip-critical high-strength bolted connections. ~_~ ~:~ For structural-steel connections indicated to comply with design loads, include structural analysis data and calculations signed and sealed by a qualified Iowa Professional Structural Engineer responsible for their preparation. 6. Shop drawings to bear the seal of a qualified Iowa Professional Structural Engineer responsible for their preparation. C. Alternate catwalk or permanent inspection walkway designs will be considered by the City and Iowa City WTP, subject to the requirements of Paragraph B above. Conceptual designs shall be submitted to the City for consideration prior to commencing with final design documents. D. Welding certificates: For all welders used to fabricate the steel in the shop and field. E. Qualification Data: For fabricator and testing agency. F. Mill Test Reports: Signed by manufacturers certifying that the following products comply with requirements: 1. Structural steel including chemical and physical properties. 2. Bolts, nuts, and washers including mechanical properties and chemical analysis. 3. Direct-tension indicators. 4. Tension-control, high-strength bolt-nut-washer assemblies. 5. Coating system. Iowa City Water Facilitylmprovements 5120-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 6. Cable and cable assemblies. 7. Welding rods. G. Source quality-control test reports. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who participates in the AISC Quality Certification Program and is designated an AISC-Certified Erector, Category ACSE. B. Fabricator Qualifications: A qualified fabricator who participates in the AISC Quality Certification Program and is designated an AISC-Certified Plant, Category SBR. C. Shop-Painting Applicators: Qualified according to AISC's Sophisticated Paint Endorsement P3 or SSPC-QP 3, "Standard Procedure for Evaluating Qualifications of Shop Painting Applicators." D. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code -Steel." E. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.7 WARRANTY A. All hot-dip galvanized surfaces shall be free from corrosion or corrosion staining for a period of five (5) years following their placement into service in this interior building environment. Surfaces exhibiting corrosion shall be cold galvanized in accordance with the requirements of ~.~ Part 3 of this specification section. r``' U ~~' r~ B. All painted surfaces shall be free from corrosion or corrosion staining for a 1~1~ of ¢e (S~,.,~ years following their placement into service in the WTP environment. ~ ~ .-._._~ ~ , _`~ ~ r ;, --~ C. The qualified Iowa Professional Structural Engineer retained by the Ca~tor ~-o~,r thy- i~7 catwalk shall visit the site upon substantial completion of the work and iti~y tit the _ J construction is in accordance with their design reflected on the calculations an~ ~i8p diwvings for the respective design. ~° cn t- 1.8 REFERENCES ,. ,~,~~ A. General: Standards listed by reference, including revisions by issuing authority, form a part of this specification section to extent indicated. Standards listed are identified by issuing authority, authority abbreviation, designation number, title or other designation established by issuing authority. Standards subsequently referenced herein are referred to by issuing authority abbreviation and standard designation. B. American Institute of Steel Construction (AISC) 1. Code of Standard Practice for Steel Buildings and Bridges. 2. Seismic Provisions for Structural Steel Buildings" and "Supplement No. 2 3. Specification for Structural Steel Buildings -Allowable Stress Design and Plastic Design 4. Steel Construction Manual - 13th Edition 5. Specification for the Design of Steel Hollow Structural Sections 6. Specification for Allowable Stress Design of Single-Angle Members Iowa City Water Facilitylmprovements 5120-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 7. Specification for Load and Resistance Factor Design of Single-Angle Members C. American Society of Civil Engineers (ASCE) 1. Minimum Design Loads for Buildings and Other Structures (SEI /ASCE 7) 2. Design Loads for Structures During Construction (SEI /ASCE 37) D. American Society for Testing and Materials (ASTM) 1. A6/A6M Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling 2. A36/A36M Standard Specification for Carbon Structural Steel 3. A325 Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength 4. A490 Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength 5. A492 Standard Specification for Stainless Steel Rope Wire 6. A500 Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 7. A555/ASSSM Standard Specification for General Requirements for Stainless Steel Wire and Wire Rods 8, r:A588/A588M Standard Specification for High-Strength Low-Alloy Structural Steel with •^.3 ``~50 ksi [345 MPa] Minimum Yield Point to 4-in. [100-mm] Thick _ ~ A666 Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel ,- ,~ `~~' _, ,•~ ~ Sheet, Strip, Plate, and Flat Bar ~'~ :i;~ IU. A992/A992M Standard Specification for Structural Steel Shapes ~= __ ~ D. •_y£A~rican Welding Society (AWS) _, , :....1.,~. Structural Welding Code (D 1.1) --~ a;_=~2~=Structural Welding Code -Stainless Steel (D1.6) ~: ~.::.~ y c=a E. Research Council on Structural Connections (RCSC) 1. Specification for Structural Joints Using ASTM A325 or A490 Bolts F. Steel Structures Painting Council (SSPC) 1. SSPC Painting Manual, Volume 2. 1.9 DELIVERY, STORAGE, AND HANDLING A. Store materials to permit easy access for inspection and identification. Keep steel members off ground and spaced by using pallets, dunnage, or other supports and spacers. Protect steel members and packaged materials from erosion and deterioration. B. Store fasteners in a protected place. Clean and re-lubricate bolts and nuts that become dry or rusty before use. C. Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or structures as directed. Iowa City Water Facilitylmprovements 5120-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1.10 COORDINATION A. Furnish anchorage items to be embedded in or attached to other construction without delaying _ the Work. Provide setting diagrams, sheet metal templates, instructions, and directions for installation. PART 2 PRODUCTS 2.1 STRUCTURAL STEEL MATERIALS A. Plate and Bar: ASTM A36/A36M. B. Angles: ASTM A36/A36M C. Wide Flange shapes: ASTM A992 D. Cold-Formed Hollow Structural Sections: ASTM A500, Grade B, structural tubing. E. Stainless Steel Plate: ASTM A666, Type 316 F. Welding Electrodes: Comply with applicable AWS requirements. Welding electrodes shall be supplied by: 1. Lincoln Electric, Cleveland, Ohio; - 2. Miller Electric Manufacturing, Appleton, Wisconsin; 3. An approved equal. 2.3 BOLTS, CONNECTORS, AND ANCHORS ~,, ~~ C':' A. High-Strength Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M), T3ef~, hey hex steel structural bolts; ASTM A563 (ASTM A563M) heavy hex carbon-stee~iT~ (D); and-";--; ASTM F436 (ASTM F436M) hardened carbon-steel washers. ~~ ~""~ ~ --.: ~. ~. i ._,..: j... 1. Finish: Hot-dip galvanized. ~ r.- (~`j- 2. DH nuts shall be galvanized and lubricated. ~ ~ ~~,: ~. ,, B. Direct-Tension Indicators: ASTM F959, Type 325 (ASTM F959M, Type 8.comprg~ible- washer type f;>,, -- '~'~i% 1. Finish: Hot-dip galvanized 2.4 DESIGN CRITERIA A. Dead Load: Self-weight of the designed system with a 5 psf allowance for superimposed loads. B. Permanent Catwalk Live Load: 50 psf (Medium Duty working surface load, SEI/ASCE 37) C. Construction Live Load: 50 psf (Medium Duty working surface load, SEI/ASCE 37) D. Railing -uniform: 50 plf, railing -concentrated: 200 lbs E. Service Life: 75 years. F. All connectors, bolts, anchors, etc. shall be fully accessible for future integrity inspections of the steel assembly. Hidden or blind connections shall be avoided. Iowa City Water Facilitylmprovements 5120-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2.5 FIBERGLASS GRATING A. Fiberglass Grating: A pultruded, bar type high strength fiberglass grating, Grating shall be: 1. DuraDek, as manufactured by Strongwell, Chatfield, MN, 55923-9799, (507) 867-3479, Fax (507) 867-4031 (www.strongwell.com). 2. An approved equal. 2.6 FABRICATION A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and AISC's "Specification for Structural Steel Buildings--Allowable Stress Design and Plastic Design." 1. Camber structural-steel members where indicated. 2. Mark and match-mark materials for field assembly. 3. Complete structural-steel assemblies, including welding of units, before starting shop- priming operations. B. Architurally Exposed Structural Steel: Comply with fabrication requirements, including ~'~ tolerance limits, of AISC's "Code of Standard Practice for Steel Buildings and Bridges" for ~»,, struc~n-al steel identified as architecturally exposed structural steel. r ~`; -- ,~ iF-abricate with exposed surfaces smooth, square, and free of surface blemishes including k_, Je "= '-~ ltting, rust, scale, seam marks, roller marks, rolled trade names, and rou hness. ~ ~~ g ~~., _~ ~~°- ~~~ ~ .remove blemishes by filling or grinding or by welding and grinding, before cleaning, `..'w~, ~ t-- r,.~ating, and shop priming. ~.. '~re1~a1 Cutting: Perform thermal cutting by machine to greatest extent possible. ~:~ 1. ~~lane thermally cut edges to be welded to comply with requirements in AWS D1.1. D. Bolt Holes: Cut, drill, or punch standard bolt holes perpendicular to metal surfaces. E. Finishing: Accurately finish ends of columns and other members transmitting bearing loads. F. Cleaning: Clean and prepare steel surfaces that are to remain unpainted according to SSPC- SP 2, "Hand Tool Cleaning." G. Holes: Provide holes required for securing other work to structural steel and for passage of other work through steel framing members. 1. Cut, drill, or punch holes perpendicular to steel surfaces. Do not thermally cut bolt holes or enlarge holes by burning. 2.7 SPECIAL FABRICATION FOR GALVANIZING A. Fabricate structural steel in accordance with Class I, II, III guidelines as described in AGA's Recommended Details for Galvanized Structures. B. Fabrication practices for products to be in accordance with the applicable portions of ASTM A143, A384, and A385, except as specified herein. Avoid fabrication techniques that could cause steel distortion or embrittlement. C. The fabricator shall consult with architect engineer and hot-dip galvanizer regarding potential concerns, including handling issues, during the galvanizing process that may require design modification before fabrication proceeds. Iowa City Water Facilitylmprovements 5120-6 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 D. Remove all welding slag, splatter, anti-splatter compounds, and burrs prior to delivery for galvanizing. - E. Provide holes and/or lifting lugs to allow for handling during galvanizing. F. Avoid unsuitable marking paints. Consult with the galvanizer about removal of grease, oil, - paint and other deleterious material prior to fabrication. G. Remove by blast-cleaning, or other methods, surface contaminants and coatings that are not _ . removable by the normal chemical cleaning process in the galvanizing operation. H. Whenever possible, slip joints should be used to minimize field welding of material. 2.8 SHOP CONNECTIONS A. High-Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for -- Structural Joints Using ASTM A325 or A490 Bolts" for type of bolt and type of joint specified. 1. Joint Type: Snug tightened. B. Weld Connections: Comply with AWS D1.1 for welding procedure specifications, tolerances, appearance, and quality of welds and for methods used in correcting welding work. 1. Remove backing bars or runoff tabs, back gouge, and grind steel smooth. 2. Assemble and weld built-up sections by methods that will maintain true alignment of axes without exceeding tolerances of AISC's "Code of Standard Practice for Steel Buildings and Bridges" for mill material. 3. Verify that weld sizes, fabrication sequence, and equipment used for architecturally exposed structural steel will limit distortions to allowable tolerances. "~-' ,.__., a. Grind butt welds flush. ~°~ '-"'~' ,,. . b. Grind or fill exposed fillet welds to smooth profile. Dress exposed ~ i_. 2.9 SHOP PRIMING ` ~ - ` t ;_ A. Steel to be hot-dip galvanized shall not be shop primed. } r ` ,_ ' ~~ -~ . ~.n-.: `~ ~~~ crT~ B. Surface Preparation: Clean surfaces to be galvanized. Remove loose rust andill scand spatter, slag, or flux deposits. Prepare surfaces according to the following sp~~cificationlr`and standards, as required: ~¢ `' 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 5/NACE No. 1, "White Metal Blast Cleaning." 4. SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 5. SSPC-SP 7/NACE No. 4, "Brush-Off Blast Cleaning." 6. SSPC-SP 8, "Pickling." 7. SSPC-SP 10/NACE No. 2, "Near-White Blast Cleaning." 8. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." 9. SSPC-SP 14/NACE No. 8, "Industrial Blast Cleaning." Iowa City Water Facilitylmprovements 5120-7 December Luui Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2.10 NEEDLE BEAM PAINTING (ALTERNATE NO. 2) ~. A. In accordance with Alternate No. 2, the existing needle beam shoring steel shall be left in- place and coated with an approved intermediate and top coat of paint, following any "touch- up" fabrication work required in the field. The tube interiors shall be coated with a clear rust _ sealer prior to sealing with the steel end caps. J B. A three-coat, epoxy organic zinc rich primer/high build epoxy intermediate coat/ top coat paint system shall be the proprietary, sole source paint systems identified below or an approved equal. 1. Carboline Coatings, 350 Hanley Industrial Court, St. Louis, MO 63144-1599, Telephone: (800) 848-4645, Fax: (314) 644-4617, (www.carboline.com) a. Zinc primer: Carbozinc 859, 3 to 5 mils dry film thickness (DFT) - (assuming ~- additional primer is necessary the two top coats). b. Intermediate coat: Carboguard 888 or 893, 4 to 6 mils DFT `l .~~.~ Top coat: Carbothane 134 Series, 3 to 5 mils DFT ~ 2. ~t~n approved equal system. __. ~,- ,-lti `. r•--, `~". ~he~ontractor shall consult with the coating system manufacturer regarding the proper clear •- 4 5'ef'-lei~ that should be applied to seal the existing corrosion in the steel HSS sections. r-. ,. , ~ . , `~ `Cng Dry Film Thickness: As shown above for each paint system coat, or as recommended _... `-bp Tie coating manufacturer. -- . !:- ~: ~~ ~'~. C~i~r: A standard color that closely matches the surrounding concrete color. Exact color J ~-~ mate'hes (Munsell No.) shall be selected by the City for the coating manufacturer's standard -, color chart. F. The Contractor shall select a complete coating system from one of the approved coating systems listed above. The Contractor shall supply the Engineer with the product data sheets before any coating is done. The product data sheet shall indicate the mixing and thinning - directions, the recommended spray nozzles and pressures, and the minimum drying time for applied coats. -- G. The Coating Manufacturer is to provide technical supervision and inspection services for the surface preparation and application of the Coating System to insure the product is being used in a manner consistent with their recommendations. 2.11 SOURCE QUALITY CONTROL A. Owner will engage an independent testing and inspecting agency to perform shop tests and inspections and prepare test reports. 1. Provide testing agency with access to places where structural-steel work is being fabricated or produced to perform tests and inspections. B. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents. - - C. Bolted Connections: Shop-bolted connections will be inspected according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." Iowa City Water Facilitylmprovements 5120-8 December 2007 _~ Double Tee Roof Beam FRP Repairs WJE No. 2007.11.45 D. Welded Connections: In addition to visual inspection, shop-welded connections will be tested and inspected according to AWS Dl.l and the following inspection procedures, at testing agency's option: 1. Liquid Penetrant Inspection: ASTM E 165. 2. Magnetic Particle Inspection: ASTM E 709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration will not be accepted. ~- 3. Ultrasonic Inspection: ASTM E 164. 4. Radiographic Inspection: ASTM E 94. PART 3 EXECUTION 3.1 EXAMINATION A. Verify elevations of the existing concrete girder and structural framing surfaces and locations of anchor rods, bearing plates, and other embedments, with steel erector present, for compliance with requirements. The catwalk is anticipated to have to avoid or accommodate potential obstructions from mechanical, electrical, and / or plumbing. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Provide temporary shores, guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structgx~l steel, connections, and bracing are in place, unless otherwise indicated. ~ ~~ ~ ,.-,, , 3.3 ERECTION ~~ -_i ~~~ ~PJ~---~ r~ _.r -~ ~ j ~.. A. Set structural steel accurately in locations and to elevations indicated and ac~~ding to ^AISCr~ I Code of Standard Practice for Steel Buildings and Bridges" and "Specificatj9h;-#~or Suct~aT Steel Buildings--Allowable Stress Design and Plastic Design." ~-~? ;r~: cr:~ B. Maintain erection tolerances of structural steel and architecturally exposed structu€~1 steel within AISC's "Code of Standard Practice for Steel Buildings and Bridges.'!`h' C. Align and adjust various members forming part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will - be in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. _ 2. Make allowances for difference between temperature at time of erection and mean temperature when structure is completed and in service. D. Splice members only where indicated. E. Remove erection bolts on welded, architecturally exposed structural steel; fill holes with plug welds; and grind smooth at exposed surfaces. F. Do not use thermal cutting during erection. Iowa City Water Facilitylmprovements 5120-9 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 G. Do not enlarge unfair holes in members by burning or using drift pins. Ream holes that must be enlarged to admit bolts. 3.4 FIELD CONNECTIONS A. High-Strength Bolts: Install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint specified. 1. Joint Type:. Snug tightened. B. Weld Connections: Comply with AWS D1.1 for welding procedure specifications, tolerances, appearance, and quality of welds and for methods used in correcting welding work. 1. Comply with AISC's "Code of Standard Practice for Steel Buildings and Bridges" and "Specification for Structural Steel Buildings--Allowable Stress Design and Plastic Design" for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 2. Remove backing bars or runoff tabs, back gouge, and grind steel smooth. 3. Assemble and weld built-up sections by methods that will maintain true alignment of ,r fixes without exceeding tolerances of AISC's "Code of Standard Practice for Steel ,, ,. ~"_~ '""buildings and Bridges" for mill material. 4:=rVerify that weld sizes, fabrication sequence, and equipment used for architecturally - t ` `~~ =exposed structural steel will limit distortions to allowable tolerances. :::~,: f ~~ a. Grind butt welds flush. "^```~ rµ- ~^'~ b. Grind or fill exposed fillet welds to smooth profile. Dress exposed welds. ~..._ t ' " 3.5~ . RE~AI ~S AND PROTECTION w~ ~ _ ~''aA. Tp~i~chup Galvanizing: See Section 05030. c,~ END OF SECTION 05120 Iowa City Water Facilitylmprovements 5120-10 December 2007 `J Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 SECTION 05520 ALUMINUM HANDRAILS AND RAILINGS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Component type aluminum handrails, guardrails, and railing systems, including connectors, fasteners, and system required accessories. Coordinate this work with the new catwalk work enumerated in Section 05120 -Structural Steel. 1.2 REFERENCES A. Aluminum Association (AA) 1. AA DAF-45 -Designation System for Aluminum Finishes. B. American National Standards Institute (ANSI) 1. ANSI A1264.1 -Safety Requirements for Workplace Floor and Wall Openings, Stairs, -- and Railing Systems. 2. ANSI/ASCE 7 -Minimum Design Loads for Buildings and Other Structures. r-~ a..: > C~ ~ := _ C. American Society for Testing and Materials (ASTM) --= ~~-~ ~--- 1. ASTM B 209 -Standard Specification for Aluminum and Aluminum-~ho~' Shc~1` and ~i Plate. C_1...~ ~ -.-_ 2. ASTM B 221 -Standard Specification for Aluminum and Aluminum Extrudedr-~'j-"~; __ ' ~.~ Bars, Rods, Wire, Profiles, and Tubes. ';';:-~ !' ; ~~ !e~ 3. ASTM B 429 -Standard Specification for Aluminum-Alloy Extruded Structural Pik and Tube. y c.t~ 4. ASTM E 935 -Standard Test Methods for Permanent Metal Railing S~ems and~Rails for Buildings. `~~~ D. Occupational Safety and Health Administration (OSHA) 1. 29 CFR 1910.23 -Guarding floor and wall openings. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Engineer, fabricate, and install handrails, guardrails, and railing systems to withstand the structural loading required by applicable codes. B. Thermal and Corrosion Control: Allow for thermal action resulting from the maximum range (change) in ambient temperature in the design, fabrication, and installation of rail systems, to - prevent opening of joints, buckling, and other detrimental effects, including overstressing of connections and components. _ C. Prevent galvanic action and other forms of corrosion by isolating .dissimilar metals, preventing direct contact with each other. Iowa City Water Facility Improvements 05520-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Manufacturer's specifications and installation instructions for all components of .~ each product type specified. C. Shop Drawings: Prepared specifically for this project. D. Show complete layout; plan views, elevations, connections, details for fabrication and ~__ attachment to other elements, and other installation details. E. Include calculations signed and sealed by an Iowa Professional Structural Engineer retained by the Contractor who responsible for structural design of the system. r 1.5 QUALITY ASSURANCE `~ A. Manufacturer/Installer Qualifications: Provide handrails, guardrails, and railing systems from n.~ one soifiree, produced by a manufacturer and craftsmen having resources to provide consistent `" _--. quality~n appearance and physical properties, without delaying the work. ,~ ~~~, ,~'fa{i DELI~I~Sir, STORAGE, AND HANDLING `~ 6A r,.,. De~iv~r~handrails, guardrails, railing systems, and related components in protective packaging. --- R Ins~~.crtshaterials to ensure that specified products have been received. B. {_: ~ Stoet~inponents to avoid damage from moisture, abrasion, and other construction activities. -- C.~ t ry L'~ PART 2 PRODUCTS 2.1 MANUFACTURER A. Manufacturer: Moultrie Manufacturing Company, Moultrie, GA 31768; Tel: (800) 841-8674, -~ Fax: (229) 890-7245 (http://www.moultriemfgco.com). B. Substitutions: Not permitted. The above referenced system matches the existing aluminum __ railing system used elsewhere in the plant. C. Provide all handrails, guardrails, and railing systems from a single manufacturer. J 2.2 MATERIALS A. General: Provide material free from surface blemishes where exposed to view in the finished r-, installation. B. Aluminum: Alloy - 6063 - T6. C. Extruded Pipe: 1-1/2 inch (38.1 mm) Schedule 40; ASTM B 429. D. Bars, Rods, and Tubes: ASTM B 221. E. Plate and Sheet: ASTM B 209. ~' Iowa City Water Facility Improvements 05520-2 Double Tee Roof Beam FRP Repairs December 2007 WJE No. 2007.1145 ~, F. Base Flanges, Anchors, and Inserts: G. Manufacturer's standard machined socket bases from solid aluminum 6063 stock; no castings of any type allowed (die or sand). H. Anchors and inserts as required to support work specified, in accord with approved shop drawings. I. Fittings and Fasteners: Same basic material and alloy as parts being joined, unless otherwise indicated. Do not use metals that will be corrosive or incompatible with materials being fastened; do not utilize pop-rivets, sheet metal screws, adhesives, or cast fittings. J. Fasteners: Series 300 stainless steel. K. Component Fittings: Machined from solid 6063 alloy incorporating expanding internal tines. - 2.3 MANUFACTURED UNITS A. Railing System: "WESRAIL II" aluminum pipe component railing system and all related items, _ as supplied by Moultrie Manufacturing Company. 2.4 FABRICATION A. Fabricate handrails and railing systems to comply with manufacturer's printed requirements, project design requirements, details, dimensions, finish and member sizes, including post spacing and anchorage, but not less than the structural requirements to support loading. ~~ B. Clearly mark component units for site assembly and installation. O f r..a ~"~ I ~~ ~~~~~ C. Use connections that maintain structural capacity of j oined members. C.-~ -- _ ~ - . . ' ~ _ "~ i D. Provide weep holes or other means to exit entrapped water from hollow secshof r,~,~~mg _~ _~ members ex osed to exterior, condensation or moisture from other sources. -~ ~ =-'= '~. _~' p 2.5 FINISHES y> (;'~ r _ A. Anodized Aluminum: Clear Brushed Anodized, Aluminum Association A~~'~'M32C22A41 (215R1), with light circumferentially brushed finish before anodizing. PART 3 EXECUTION 3.1 EXAMINATION A. Examine system components, substrate, and conditions where railing systems are to be installed. B. Notify architect in writing of unsatisfactory conditions. Do not proceed with the work until unsatisfactory conditions have been corrected. Iowa City Water Facility Improvements 05520-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3.2 PREPARATION A. Prepare surrounding construction to receive railing system installations to comply with manufacturer's requirements. B. Review and coordinate setting drawings, shop drawings, templates, and instructions for assembly and installation of railing system and related items to be embedded in concrete and masonry. 3.3 INSTALLATION A. Install railing system. and related components in strict accordance with manufacturer's printed installation insbr-actions .and project shop drawings. B. Preassemble railing system, including posts, in easy to lift sections whenever possible. C. Align rails so that variations from level for horizontal members, and from parallel with rake of steps and ramps for sloping members, do not exceed 1/4 inch in 12 feet (6.3 mm in 3.657 m). 5,; D...,j Separ' aluminum which might contact concrete, masonry, or other metals, by means of -' aspha[~~c paint or other approved method to prevent electrolytic action. c~ ~~~ E. ~ Afl~t;'-level, and securely install railing system components. .....~ _1 --' a~4 F.1~~-- Aizc~d=springing assembled components of system into place. { '_"" G.~ In'talosts in concrete with pipe sleeves preset and anchored into concrete whenever possible, --_ ~ or~~y re drilling. __y CV H. After posts are inserted, solidly fill the remaining space between post and side of sleeve or hole, with nonshrink nonmetallic grout to approximately 1/2 inch (13 mm) below exposed surface. I. Install appropriate waterproof sealant as recommended by the manufacturer; slightly taper away from posts. J. Provide for thermal expansion and contraction by use of expansion joints/gaps in top rails, 20 foot (6.096 m) maximum intervals. K. Strictly adhere to manufacturer's instructions for locations of expansion joints and fastening of expansion sleeves. L. Attach top rail to posts located at maximum 5 foot (1.524 m) on center spacings. M. Install bottom rails in unspliced lengths between posts. N. Install posts of continuous sections from mounting base to top rail. O. Provide for water to drain from the railing system hollow sections by drilling weep holes at bottom locations or other approved methods. Iowa City Water Facility Improvements 05520-4 Double Tee Roof Beam FRP Repairs December 2007 WJE No. 2007.1145 `J r-~ 3.4 CLEANING A. Immediately upon completion of installation, clean all railing system surfaces using clean water and mild soap or detergent. B. Do not use abrasive agent or harsh chemicals. 3.5 PROTECTION A. Provide adequate protection for all surfaces of completed installations to prevent damage during remainder of construction activities. END OF SECTION 05520 Iowa City Water Facility Improvements 05520-5 Double Tee Roof Beam FRP Repairs h' C>:.a ` ~J C:'..--:':~ GJ - ;=, - _ .a_. { -_j `_. ....,x •+-! h` .F y= t~-, f,A .~ December 2007 WJE No. 2007.1145 ,~ , . __ .~ ~'', < f `- ' r ~~ ...' .. ~~:-s ~ - ' 1 ~ "~ r I -~ ' SECTION 06610 FIBER REINFORCED POLYMER (FRP) STRENGTHENING PART1-GENERAL 1.1 DESCRIPTION OF WORK A. This section includes the following: 1. Furnish all labor, materials, tools, equipment and supervision to perform all work necessary for and incidental to the application of Fiber Reinforced Polymer (FRP) sheets at double-tee beam end locations shown on the Repair Drawings and specified herein, in accordance with the provisions of the Contract .including General Conditions, and completely coordinated with the work of all trades. 2. Work in this section includes but is not limited to: a. Mixing and application of the epoxy resin. b. Installation and finishing of the externally applied FRP reinforcement. 1.2 RELATED SECTIONS A. Carefully examine all of the Contract Documents for requirements which affect the work of this section. B. Other specification sections which directly relate to the work of this section ir;~ude, b~:~are not ~J r,~ limited to the following: ~`" ~: C"? -_ _ -. _- 1. Section 01025 -Unit Price Work _"~' --.- ~ : ~ 2. Section 01700 -Contract Closeout ~l _r ~ ~T- - 3. Section 01800 -Expanded Summary of Work ~~ ;-~-_~ ~~~-~ 2. Section 02212 -Removal of Existing Concrete and Surface Preparation.~__ ~-~T 3. Section 03310 -Structural Concrete __ - ,.. ,~; 4. Section 03604 -Epoxy Injection Y c~P~ -- t.~s 1.3 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 503R, Use of Epoxy Compounds with Concrete 2. ACI 546R, Concrete Repair Guide 3. ACI 440.2R, Guide for the Design and Construction of Externally Bonded FRP Systems for Strengthening Concrete Structures B. International Code Committee Evaluation Service (ICC-ES) 1. ICC-ES AC 125, Acceptance Criteria for Externally Bonded FRP Composite Systems 2. ICC-ES AC178, Acceptance Criteria for Inspection of Externally Bonded FRP Composite Systems 3. ICC-ES AC10, Acceptance Criteria for Quality Control Manual C. American Society for Testing and Materials (ASTM): Iowa City Water Facility Improvements 6610-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 1. D3039, Standard Test Method for Tensile Properties of Polymer Matrix Composite Materials 2. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers 3. E84, Standard Test Method for Surface Burning Characteristics of Building Materials D. American National Standards Institute (ANSI)/Underwriters Laboratories (UL) 1. ANSI/LTL 263, Fire Resistance Ratings E. International Concrete Repair Institute (ICRI) 1. No. 03730 Guide for Surface Preparation for the Repair of Deteriorated Concrete Resulting from Reinforcing Steel Corrosion 2. No. 03732 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays 3. No. 03733 Guide for Selecting and Specifying Materials for Repairs of Concrete Surfaces 1.4 .SUBMITTALS A. Submit product information and other data specified herein in accordance with provisions of Section 01330. 1. Manufacturer's product data sheets indicating product standards; technical specifications; p~aterial and section properties, and physical and chemical characteristics of all materials '~.A - n.~ ~'sed in the FRP system; and limitations of all materials used in the FRP system. - ~~ 2. `="C-Certified independent test reports of ultimate tensile strength, rupture strain, modulus, c • -=:and other evidence that the materials and system provided for this Project are in _ ~ ; ,~} compliance with the physical properties published in the Manufacturer's currently -' ''available technical data sheets. Test reports shall include data from a minimum of 20 . __~_.~ r~ ~ ~ ~~ replicate test specimens, and shall describe the test method used, number of tests, mean -. _.ualues, and standard deviations. =~ 3.~,.1:stallation of large scale structural testing of the composite system on representative test ~~' t~ecimens conducted and reported by an independent testing agency. .::, ~w., B. Complete shop drawings shall be submitted for each configuration of FRP system. The shop drawings shall contain details of the type, locations, dimensions, number and thickness of layers, orientations of all FRP materials, joint and end details, locations to be applied, finish coatings, and all other information required for the proper installation of the system. Shop drawings shall indicate specific reference to double-tee stem end identification marks, as shown on the Drawings. C. Submit design calculations and shop drawings prepared by an engineer experienced in the design of FRP composite strengthening systems on behalf of the Contractor to determine the layout of the FRP materials to be installed. Submitted calculations shall be stamped by a qualified Iowa Professional Structural Engineer retained by the Contractor. Design calculations shall conform to requirements set forth in ACI 440 and is based on the design modulus and area of the composite to be installed. The composite system shall be designed to achieve the structural performance shown on the Drawings. The requirement for professionally sealed documents will not be waived by the City of Iowa City. D. System manufacturer's quality control manual in compliance with ICBO AC1O, "Acceptance Criteria for Quality Control Manuals." Iowa City Water Facility Improvements 6610-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 E. Because of the proprietary nature of this repair, the calculations and shop drawings enumerated above, as prepared by and sealed by a qualified Iowa Professional Structural Engineer retained by the Contractor, shall be reviewed as a submittal for acceptance by the Owner. The calculations and shop drawings shall be submitted in a form suitable to the Owner (PDF, AutoCad, etc.) for project storage and archiving, and future reference. F. Submit representative samples of the following items in accordance with provisions of Section 01330. FRP fabric Cured FRP system laminate G. Submit the following information when submitting the bid proposal, in accordance with provisions of Section Ol 100 1. List of fifteen (15) composite strengthening projects successfully completed by the composite system installer similar in size and scope of this project during the previous three (3) years. The list should include at a minimum the dates of the work, type, description and amount of work performed, along with the name, current address, and phone number of project owner and engineer. 2. Resume with relevant experience for the applicator's key personnel (project superintendent and assistant) proposed for this project. The superintendent shall have a minimum experience of 1 year in directing projects of this nature. 3. Written verification from the system Manufacturer that the applicators have received the required certifications and training. H. Submit a list of a minimum fifteen (15) similar composite strengthening projects using the __ Manufacturer's composite system to strengthen a concrete member. The list should include at a minimum the dates of the work, type, description and amount of work performed. I. The Contractor shall organize and conduct a preconstruction meeting that shall be attended by the Contractor, the FRP installers, the technical representative of the FRP Manufacturer, and the ~:~ Engineer. At this meeting, the Contractor and FRP installer shall present deta~ldd descr~tions of their proposed installation procedures. The Engineer may require installatio>~o~edu~'es and details to be provided in writing for review. -'i ~.- ~°j°_' t _;_ 1.5 QUALITY ASSURANCE ~ ~ '` A. Source: For each type of material required for the work of this section, provid~lzej~ro~cts o€ ~-%I one manufacturer. y ,~f-~ ~~,, c.r B. Manufacturer/Supplier Qualifications: }~.~~ 1. The Manufacturer shall have a minimum of fifteen (15) documented successful field installations of product specified in this Section in similar applications over a minimum period of three (3) years. 2. The Manufacturer shall support a training program to instruct applicators in the installation of the products specified in this Section. 3. The Manufacturer shall provide a technical representative to be on site full time immediately prior to and during installation in the first five repairs. Designated technical representative shall have field experience with at least 10 similar installations of FRP systems, and shall observe work and provide necessary direction to installer to ensure that proper installation procedures are employed. Additional site visits shall be performed at the direction of the Engineer, or as required by field conditions. Iowa City Water Facility Improvements 6610-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 r - C. Contractor Qualifications: 1. Contractor shall be approved in writing by the Manufacturer. 2. Contractor shall have a minimum of fifteen (15) successful installations of the specified _~ materials during the previous three (3) years. 3. Afield representative who has completed the course of instruction (supported by the Manufacturer) in the installation of the products specified in this Section shall be present _ on site during installation of the FRP system. 4. Contractor shall employ only experienced craftsmen trained in the installation of specified products. Contractor shall provide names of the foreman and those individuals properly trained for installation of the specified FRP systems. Only these individuals "-, shall be permitted to install the FRP repairs. 5. Foreman must have worked on five (5) successful installations of the specified materials during the previous three (3) years. ~- D. Mock-ups: Before beginning primary work of this section, at a location acceptable to the Architect/Engineer, provide an on-site mock-up of typical FRP repair and obtain . . Architect/Engineer's acceptance for: 1. Surface preparation of the existing precast concrete double-tee beams including cutting of ,,,,~ slots necessary to anchor the FRP reinforcement and creating a smooth radius at any r-, --- .-i~tterior or exterior corners. ,;"~ 2. ,._~.~ 'Cleaning of the concrete surface prior to application of the epoxy resin system. °-~ 3. " `~Sixing and application of the epoxy resin. ?,_..' ~ `,`' 4. ', ,,~~pplication of the epoxy resin and FRP reinforcement. ,.6 i 5. -'rordination with other work ;_, ~- 6. ppearance of the final completed repair installation. ~ Quah~ation testing: Rectangular FRP panels suitable for coupon testing shall be produced to ~.~ venfyirrg that key mechanical properties. These panels shall be produced at the time of the mock-up prior to start of the work, allowing for adequate time to allow the FRP panel to cure - prior to testing. F. Repair procedures for typical delaminated FRP conditions based on the size of the delamination. 1.6 PROJECT CONDITIONS A. Conduct all work under temperature, moisture, and climatic conditions as recommended by the manufacturer of the epoxy resin. Do not apply FRP reinforcement when air and substrate temperatures are outside limits permitted by the manufacturer. During hot weather, cool epoxy resin components before mixing. -_ B. All resins should be cured in accordance with the recommendations of the manufacturer. C. Precautions shall be taken to avoid damage to any surface near the work zone due to mixing, handling, and application of specified material. Any surfaces marred by preparations for or during installation of the repair shall be restored to the condition that existed prior to the Work at no cost to the Owner. D. Contractor shall not damage any adjacent finishes. Contractor shall repair all damages. E. Maintain control of concrete chips, dust, and debris in each area of work. Clean up and remove such material at the completion of each day. -- Iowa City Water Facility Improvements 6610-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 r, F. Contractor shall not block means of egress required by local authorities or applicable building codes. 1.7 DELIVERY, STORAGE AND HANDLING A. Delivery 1. Delivery: The products shall be delivered and stored in original, unopened containers. Containers shall be clearly marked with legible and intact labels listing the Manufacturer's name, brand name, product identification, manufacturing date, expiration date, and batch number. 2. The FRP materials should be packaged and shipped in a manner that conforms to all applicable packaging and shipping codes and regulations. Special care must be provided for the packaging labeling and shipping of thermosetting resin materials which are classified as corrosive, flammable or poisonous. 3. All components of the FRP system must be inspected upon delivery to the construction site. Opened or damaged containers must not be used for the strengthening. 4. All components of the FRP system must be shipped with their respective material safety data sheets (MSDS). B. Storage 1. Store all products in a manner to prevent damage, in a secure place, out of the way of construction operations, in accordance with the manufacturer's instructions to prevent damage from dust, moisture, and/or chemical exposure. ~,, ~.~ C_.., 2. Provide protection of fiber sheets until immediately prior to use. ~= 3. Store epoxy resin in dry conditions at 40-95°F. Condition material at 45°,F,bef using. C. Handling C ; ~ t~J _ ' :,~, 1. Material safety data sheets (MSDS) for all components of the FR~~~S.6em -shall ih~. accessible at the job site. _ `~ ~--, ~ y ~ 2. Do not allow FRP sheets to become contaminated with dirt or dust and dq t al~t3w Fly-~' sheets to be walked upon. .- ~ ~' 3. FRP sheets that are not being immediately used shall be kept rolled in a staled coriner to avoid contamination from dust or other chemical substances and ,osure to direct sunlight. 4. The FRP packaging label shall have a printed shelf life date. FRP materials that are beyond the shelf life established by the manufacturer shall not be used for the strengthening repair. 5. Any deteriorated or contaminated materials should not be used for the strengthening repair. 6. Any material that has exceeded its shelf life or has otherwise been deemed unusable should be disposed of in a manner specified by the manufacturer and in accordance with all applicable environmental regulations. 7. Solvents used for cleaning mixing tools and equipment shall be contained and disposed of in accordance with all applicable environmental regulations. 1.8 GUARANTEE A. The completed installation of FRP system shall be guaranteed jointly and severally by the - product Manufacturer and Contractor against defects in material and application, for a period of five (5) years from the completion of substantial completion. Iowa City Water Facility Improvements 6610-5 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 B. Any work proving defective within five (5) years from the date of acceptance shall be corrected at no cost to the Owner. C. The qualified Iowa Professional Structural Engineer retained by the Contractor for the FRP repair system shall visit the site upon substantial completion of the work and certify that the construction is in accordance with their design reflected on the calculations and shop drawings for the respective design. D. The FRP manufacturer or an authorized representative thereof shall visit the WTP two (2) years after substantial completion to inspect the FRP installations and prepare a certification letter to the City of Iowa City reporting on the FRP condition. This report shall also comment on the necessity of follow-up repairs to correct defective work manifesting itself after the two (2) year period. In accordance with the unit price schedule, payment to be made upon receipt of letter. E. The FRP manufacturer or an authorized representative thereof shall visit the WTP five (5) years after substantial completion to inspect the FRP installations and prepare a certification letter to ther,C~,~ty of Iowa City reporting on the FRP condition. This report shall also comment on the ,,,,~ nec~ity of follow-up repairs to correct defective work manifesting itself after the five (5) year --- pe~"od. This work shall be conducted prior to expiration of the five (5) year warranty for the ;-, ,,l~Isystem. In accordance with the unit price schedule, payment to be made upon receipt of r~ ~ t ~~ [~'i ~ r- F. ~~roduct Manufacturer and / or Contractor shall supply an FRP Maintenance and Inspection -~ _.,. Manual to the City of Iowa City upon completion of the project. This Manual shall be specific :~ ~t~ project and specifically address inspection procedures to be used by City personnel. PA 2 - P~DUCTS 2.1 ACCEPTABLE MANUFACTURERS AND MATERIALS A. The following FRP systems are considered to meet or exceed the requirements of this specification and are acceptable for use: 1. Tyfo Fibrwrap Systems, as supplied by Fyfe Company LLC, San Diego, CA, (858)642-0694. 2. Asian 400 System, as supplied by Hughes Brothers Inc., Seward, NE, 68434, (800) 869- 0359, 3. An approved equal. B. Composite fabrics for shear and dapped-end confinement repairs: 1. Tyfo SCFI fiber -primary carbon fiber, unidirectional. 2. Asian 400 CFRP Laminate -carbon fiber fabric 3. An approved equal C. Epoxy primer/saturant: Manufacturer specified epoxy to be combined with the fabric to form the FRP composite system. D. Primer/filler: Manufacturer specified thickened epoxy for protective final coating and ,filling voids or detailing. E. Class 1(A) Smoke and Flame Spread Coating per ASTM E84: Manufacturer specified coating with color selected by the Owner. Color to match existing substrate. Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs 6610-6 December 2007 WJE No. 2007.1145 F. Substitutions: The use of proprietary FRP systems other than those specified will be considered provided the Contractor submits the proposed substitution in writing to the Engineer and the substitution is deemed to be an equivalent or better material by the Engineer. This request shall be accompanied by all of the submittals required in Paragraph 1.4 above, and quality assurance provisions of Paragraph 1.5 above. 2.2 GENERAL SYSTEM REQUIREMENTS A. FRP Composite System 1. All FRP composite systems shall be proprietary systems consisting of all associated carbon or glass fiber reinforcement and polymer adhesives/epoxy resins. Combinations of FRP composites consisting of fiber reinforcement and polymers provided by more than one manufacturer are not allowed. 2. Materials shall be suitable for overhead applications as shown on Drawings. 3. Materials used in the FRP system shall have had a history of satisfactory service in a water treatment facility. environment similar to that in Iowa City. Note: This provision is subject to possible waiver by the Owner. 4. Filler compound for,. epoxy leveling course (for filling localized concave conditions between 1/1:~-'n. and 1/4 in: in depth) shall be clean, dry fine silica sand (such as fine masonry sand); or approved equal. 5. Putty and primer for use in preparing surfaces for composite application shall be proprietary systems and produced by the same manufacturer of the composite system. 6. Smoke and flame spread coating must have been tested as an assembly (composite and fire coating material) by UL, ASTM, or ANSI standards. ~..., C~,~ 2.3 FABRICATION r~a `"' ~_ .r ~. ~ ~-- A. FRP fabrics shall be fabricated in manufacturing plant to exact length and si~d mdicatd on---1 Drawings and/or required by existing field conditions. :~ ~~' ~ `-`~- B. On-site fabrication of FRP fabric shall be permitted only under the following conditit~ns:-~:~ ~~-~ 1. Contractor submits detailed description of techniques and equipment prop~e~t;Jfor ~~e in ~--~ field fabrication. ~~'=° " 2. FRP Manufacturer reviews proposed field fabrication and certifies in writing than` eld f;~ fabrication will not negatively affect the performance of the FRP system:. ,_ C. Splices in the FRP fabric shall be avoided, unless approved by the Engineer. Where approved by the Engineer, splices in the strong fiber direction shall consist of a minimum 12 in. fabric overlap, and shall be staggered by a minimum of 24 in. with respect to splices in adjacent plies. D. Laps in FRP fabric shall be permitted under the following conditions. -- 1. Gap between adjacent sheets of fabric at side laps shall not exceed 1/2 in. 2. No more than two side laps per ply shall occur over the repair width. PART 3 -EXECUTION 1.1 GENERAL A. Cordon off work zone as required protecting pedestrians, vehicles, and adjacent property. Iowa City Water Facility Improvements 6610-7 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 B. Proper substrate surface preparation, epoxy adhesive application, and FRP laminate installation are critical elements of the Work. No deviations from the Specification requirements shall be permitted without review and approval by the Engineer. C. Notify Engineer a minimum of 48 hours prior to commencing substrate preparation work on initial FRP repair. D. Notify Engineer a minimum of 48 hours prior to installing repairs at each repair location. 3.2 EXAMINATION A. Prior to submitting proposal and initiating work, contractor shall examine existing conditions to assess quality of concrete substrate, identify potential obstructions, and verify dimensions/geometry shown on Drawings. Particular attention shall be directed at the conditions of the surface profile and soundness as related to the degree of preparation that may be required to bring the substrate into compliance with the requirements set forth in these specifications. :~ ,..,$. Staff`Q~Galifications -~- 1. ~Che FRP installer foreman must be able to determine whether necessary conditions for the c,, ~,.~ tallation and curing of the FRP materials are fulfilled. The FRP installer foreman must ~"J Aso be able to evaluate the ualit of the work carried out. ~~ ~;: ~ q Y E~ i F~-I1 workers must have a basic knowledge of all stages of the installation of the FRP ~ ~"'~' ~'-~ ,aL~tem. The minimum required knowledge includes understanding of safety requirements, ~~ ?_ .m~~ ture proportions of the resins, application rates, pot life, curing times as well as =? L} ~tallation technique. ~. Idenh~ all cracks in substrate wider than 0.010 in. Notify Engineer of crack locations. D. Identify evidence of corrosion in existing steel reinforcement. Notify Engineer of any such evidence observed. E. Identify all spalls and potentially debonded concrete locations. Notify engineer of any such evidence observed. F. Conflicts with Existing Utilities 1. Contractor shall determine the need for, and perform, all disconnection and/or temporary or permanent rerouting of existing utilities, in consultation with the Owner, to facilitate the FRP repair installation. 1. Do not allow contact between installed FRP system and metallic objects. 3.3 PREPARATION A. Environmental Conditions 1. Do not install FRP if the concrete surface temperatures are below 45° F or the minimum temperature specified by the product manufacturer. The most stringent requirement shall apply. 2. Do not install FRP if ambient temperatures are below' 45° F or above 95° F or the minimum and maximum temperatures specified by the product manufacturer. The most stringent requirements shall apply. 3. Do not install FRP when surface moisture is present on the substrate or when precipitation or condensation is anticipated in the work areas. Iowa City Water Facility Improvements 6610-8 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 B. Concrete Repair 1. Unsound areas of the concrete substrate (such as broken pieces, delaminated areas, etc.) shall be removed and repaired in accordance with Section 03310. 2. Repair mortar shall be allowed to cure for a minimum of 24 hours or as recommended by the manufacturer of the repair mortar for the specific environmental conditions that exist at the time of application and curing. The most stringent of these time criteria shall apply. After proper curing, the entire patch area shall be lightly abraded with 60-grit sandpaper or open weave 3M abrasive pads. The surface of applied repair mortars shall be prepared in accordance with item 3.3(C) of this Section. 3. Cracks in the concrete substrate greater than 0.010 in. wide shall be pressure injected with epoxy in accordance with Section 03604. C. Surface Preparation 1. Prior to proceeding with surface preparation for scheduled repairs, prepare a representative sample area within the mock-up repair. The sample area shall be prepared in accordance with the requirements of this Specification, and shall be used as a reference standard depicting a satisfactorily prepared substrate. 2. For beam shear repairs, external corners of the beam shall be rounded off to a radius of 3/4 to 1 in. by grinding and internal corners shall be formed with thickened epoxy to a radius of 3/4 to 1 in. 3. Protrusions: Substrate shall be free of fine, sharp edges and other protrusions that will impair or prevent application of a uniform glue line between the substrate and FRP material. Concrete surface protrusions shall be ground and smoothed to less than 1/16 in. 4. Concave Conditions: Substrate shall be free of depressions, pits, and other concave conditions that will cause the FRP to deviate unacceptably from a linear profile after installation. Localized concave conditions exceeding 1/4 in. over a distance of 4 ft shall be filled with an approved repair mortar, in accordance with the Manufacturer's recommendations for surface preparation, mixing, application, and finish. 5. The surface of the concrete shall be profiled using abrasive blasting and/or disc grinding to a minimum Concrete Surface Profile designation in CSP-3 as defined ~iy the ~__. International Concrete Repair Institute (ICRI Guideline No. 03732). ;'~~ ,_,~, 6. All substrates shall be clean, sound, and free of surface moisture anc`f-f oast. dace contaminants (laitance, surface lubricants, broken mortar pieces, paint co~a'tingls, st~i~ing, etc.) shall be removed by abrasive blasting, disc grinding, and/or ~-e~.,~equi;~len~~--" mechanical means. ~=- i_. 1_. t ~-C ~ "_ 7. Dust generated from surface grinding shall be removed using a clean air_b]di~ler o`~the~``~j suitable means. If the dust has been removed by means of water wasli~~he Mace shall be thoroughly dried. y c.r~ csi D. Surface Soundness ;~, 1. The surface soundness of the concrete, and if present, the adhesion of repair patches, shall be verified after preparation by pull-off testing in accordance with ACI 503R. Testing shall consist of direct tension adhesion testing using an Elcometer Adhesion Testing device, or approved equal. 2. Surface soundness testing shall be performed on 100 percent of the first five (5) beams to be repaired. Each beam shall be tested at four (4) locations along the substrate. Minimum average pull-off strength required is 250 psi, and with no single test result less than 200 psi. All tests shall create failure completely within the concrete substrate. Beams that exhibit unsatisfactory soundness shall be re-blasted by the Contractor and retested until satisfactory substrate is attained. Iowa City Water Facility Improvements 6610-9 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3. The frequency of additional surface soundness testing will be determined by the Engineer based on the results of the initial testing. If satisfactory results are attained in 100 percent of the first five (5) beams tested for surface soundness, then no testing shall be required unless conditions in Paragraph 3.3(D)4 apply. 4. Additional surface soundness testing shall be required if a variation in concrete substrate or surface preparation technique exists. 5. Repair area of substrate affected by above testing as follows. a. Create shoulders around perimeter of affected area to a depth of 1/2 in. (f 1/8 in.) using a core barrel. b. Chip out neatly to attain a uniform nominal depth of 1/2 in. c. Repair area in accordance with Paragraph 3.3(B) of this Section. 3.4 INSTALLATION A. Application of Primer and Putty 1. Primer: The FRP system primer shall be applied to all areas on the concrete surface where the FRP system is to be placed. The primer shall be placed uniformly on the repared surface at the Manufacturer's specified rate of coverage. The primer shall be d_ llowed to cure per the FRP Manufacturer's installation instruction before applying ','_' ~ subsequent materials. U~ 2. , ~~ Putty or Filler: Where applicable, the FRP system putty or filler shall be used only to fill r~ .,._ ~_~ voids in the substrate (less than two (2) sq. in. in area and less than 1/4 in. in depth) and ' ~a y smooth surface discontinuities prior to application of other materials. Rough edges or (~ r- CJ i~:.~.trowel lines of cured putty shall be ground smooth prior to continuing the installation. ~ ~.- ~-~The putty shall be allowed to cure per the FRP Manufacturer's installation instructions ~~--- `~- `~jefore applying subsequent materials. Application of subsequent materials shall be in -~ U ~:. , ~, accordance with Manufacturer s recommendations for proper adhesion. €. ~? B. Mixing of Polymer Resins and Adhesives 1. Resins (including primers and putties) shall be mixed according to the FRP system Manufacturer's installation instructions and under conditions that satisfy the ambient temperature requirements and the temperature requirements of epoxy components as written in this Section and in the approved product submittal. 2. The components of epoxy resin shall be mixed with a mechanical mixer. 3. Components that have exceeded their shelf life shall not be used. 4. Mix only that quantity of epoxy resin that can be used within 3/4 of pot life stated in Manufacturer's published literature. 5. Additives which are intended to extend the materials are not permitted. 6. Do not use epoxy resin that has been re-tempered or been previously applied to either substrate or FRP material and removed, regardless of epoxy workability or time elapsed since mixing. 7. Fiber Reinforcement and Saturating Resin: Both epoxy resin and fabric shall be measured accurately, combined, and deposited uniformly at the rates shown on the approved shop drawings and per Manufacturer's recommendations. C. Application and Curing 1. The concrete substrate shall be cleaned using clean, oil-free compressed air a maximum of four hours prior to application of the FRP fabric. 2. One sheet of FRP fabric may be applied at a time 3. Apply the mixed epoxy resin onto the concrete with a trowel or spatula to a nominal thickness of 1/16 in. If applied with a notched trowel, the applied resin should be Iowa City Water Facility Improvements 6610-10 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 "knocked down" so as to provide a more uniform thickness of resin and to minimize the possibility of entrapped air. 4. Clean the FRP laminate on side designated to receive epoxy resin using acetone or other solvent approved by the manufacturer with white rags until FRP residue cannot be seen on the rag. Dry the FRP laminate with a clean white rag and allow solvent to flash off. 5. Apply the mixed epoxy resin onto the FRP laminate with a device specially profiled to deposit a nominal thickness of 1 / 16 in. 6. Within the working time of the epoxy, place the FRP laminate onto the concrete surface. Press the laminate into the epoxy resin using a hard rubber roller until the adhesive is forced out a slight amount along all edges of the laminate. A uniform pressure should be applied so that a minimum contact area of 95 percent is achieved. 7. Thickness of the glue line shall be greater than 1/16 in. and less than 1/8 in. - 8. The extruded epoxy adhesive shall be neatly tooled or removed so as to form a flush beveled surface around the perimeter of the FRP laminate. 9. The reinforcing fibers shall be placed with sufficient saturating resin to achieve full __ saturation of the fibers. Sufficient saturating resin shall be prescribed by the FRP system Manufacturer. The fiber reinforcement shall be pressed onto the concrete surface using methods that produce a uniform, constant force that is distributed across the entire width _ of fabric. Splices and laps shall be installed in accordance with the approved shop drawings, the Manufacturer's recommendations, and Section 2.3(C) of this specification. The most stringent of these lap splice requirements shall apply. 10. Apply subsequent layers of fabric until specified number of layers is achieved, per Drawings. 11. Entrapped air between layers shall be released or rolled out before the epoxy sets. 12. Epoxy curing temperatures shall be maintained in the temperature range designated for the formulation used. Temperature cure ranges and times shall be in accordance with the approved product submittals and Manufacturer's recommendations. The cured composite shall have uniform thickness and density, bond between layers, and lack porosity. -- 13. Vehicular loading, snow loads, or other loading exceeding 500 lbs. shall not be permitted on the repaired beam for a period of 48 hours following application of the FRP repair. If ambient temperatures are below 60° F for more than 12 hours during thi8-hour rind, _- additional restrictions on loading may be required. - `'" - : ~) ~--- 3.5 PROTECTIVE TOPCOATS C--~ -`~~ `~~ ---~- ~ ~} + _ A. Subsequent to repair installation approval by Engineer, A Class 1(A) Smoke axt~)~~me.Sypread~!y~ Coating shall be applied to all FRP repairs, using coating (or approved equa ,-~m~ gcccifdance~tm ,~ with the manufacturer's recommendations. = ~'.-' _ . ~>- ~ F~ 3.6 FIELD QUALITY CONTROL ~~ • ~'`~ __- A. Contractor shall perform field quality control as required by this section. B. A trained field supervisor shall observe all aspects of onsite preparation and material application including surface preparation, epoxy resin component mixing, application of primer, application - of resin and fiber sheet, curing of composite materials, and the application of protective coatings. C. Inspection for Voids/Delaminations 1. After allowing at least 24 hours for initial resin cure to occur, perform a visual and acoustic tap test inspection of the layered surface. Iowa City Water Facility Improvements 6610-11 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 2. Voids requiring corrective action shall be marked and repaired in accordance with Paragraph 3.7 of this Section. D. Bond Testing 1. Direct tension pull-off testing shall be conducted per ASTM D 4541. 2. Direct tension pull-off tests shall be conducted under the following test conditions: a. The FRP system shall be allowed to cure a minimum of 24 hours before execution of the direct tension pull-off test. b. The locations of the pull-off test shall be representative and on flat surfaces. Pull-off tests shall be conducted on areas of the FRP system at a location of maximum ply thickness and within the end 2 ft of the outermost ply. 3. Test Frequency a. For the initial 5 percent of beams repaired, perform a minimum of one direct tension pull-off test per 200 sq ft of installed FRP (surface area). For the remainder of repaired beams, perform a minimum of one direct tension pull-off test per 500 sq ft of installed FRP. b. At least one pull-off test shall be performed for each day's work. c. Pull-off tests shall be performed on each type of concrete substrate or for each •,=, surface preparation technique if variations in such conditions exist. ~, 4. ~°~"onditions of Acceptance ~2a. The failure mode must be cohesive failure within the concrete. c~~ ~..~' Average tensile bond strength shall be in excess of 250 psi, with no single test result ~- i ~~--=~' less than 200 psi. ~ f i r- 5~ ~~? ~epair the tested areas in accordance with Paragraph 3.7 of this Section. ~.....~ ~~~ R~o~ The trained field supervisor shall submit a weekly quality control report to the Engineer des ring the inspection of the completed installation. Daily reports shall contain locations of instaion, temperature records, batch number of each product used, measured square footage N of fiber reinforcement installed, amount of resin used, and results of bond testing. The bond test sample must be submitted to the engineer for review. Ambient temperatures shall be recorded a minimum of three times during each day that epoxy adhesives are mixed. 3.7 REPAIR OF DAMAGED OR DEFECTIVE AREAS A. Repair of delaminated areas of installed FRP reinforcement shall follow the written procedures in accordance with Paragraph 1.5 above. At a minimum, repairs shall consist of the following: 1. Small delaminations (less than 2 sq in. each) -These do not require corrective action, as long as the total delaminated area is less than 5 percent of the total laminate area and there are no more than five such delaminations per 10 sq ft. 2. Moderate delaminations (less than 25 sq in., but greater than 2 sq in.) -These may be repaired by filling the delamination by low-pressure injection of the saturant or by the following procedure specified for large delaminations. Two small (maximum 1/8 in. diameter) holes shall be drilled in the delaminated FRP to allow injection of the saturant and escape of entrapped air. 3. Large delaminations (greater than 25 sq in.) -These shall be repaired by selectively cutting away the affected sheet, reapply primer and putty layers, and applying an overlapping FRP patch of equivalent plies and fiber orientations. B. Repair procedures for conditions that are not specifically addressed in Paragraph 1.5 shall be approved by the Engineer on a case-by-case basis. Iowa City Water Facility Improvements 6610-12 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 3.8 TESTING FOR FRP SYSTEM MATERIAL PROPERTIES A. Contractor shall prepare sample panels of 12 in. by 12 in. cured FRP laminate at intervals directed by Engineer, but not less than two sample panels per day. Record the lot number of fabric and resin used to fabricate the sample panels. B. Mix samples of resin in accordance with Manufacturer's recommendations. On a smooth, flat, level surface covered with polyethylene sheeting, prepare sample by priming with epoxy resin and placing two layers of composite oriented in the same direction. Apply additional topping of epoxy and cover with sheeting. Remove all air bubbles from sample. Store samples in a sample box. Do not move samples for a minimum of 48 hours after lay-up. C. A testing laboratory retained by the contractor shall perform tests in accordance with ASTM D3039. Prior to testing, sample panels shall be conditioned for 48 hours at 140 degrees F. Five coupons shall be removed from each 12 in by 12 in. sample panel and tested for their material properties in the longitudinal fiber direction. Each coupon shall be nominally 3/4 in. wide by 9 - in. long in the fiber direction. D. Testing results shall be made available to Engineer within three weeks of sample panel submission to the testing agency. The testing report shall include the following: 1. Ultimate tensile strength. 2. Tensile modulus 3. Percent elongation 4. Orientation of the FRP fabric fibers E. Acceptable minimum values for ultimate tensile strength and percent elongation are defined as the average values characteristic of the installed system reduced by three standard deviations. Characteristic average values and the associated standard deviations are determined from Manufacturer's published test data or other data furnished to Engineer and used by Engineer in - the design of the FRP repair. F. Any test value below acceptable minimum values shall be considered non-compliant. Installed work represented by sample panel shall be reviewed by Engineer and may be subject to remedial measures. _ ~~ C~ 3.9 CLEANING K=~ r7 f~, A. Remove excess epoxy resin prior to curing of the FRP strengthening. C`) -~J` i °- -_ ...~, ....,..r .-C - A. Do not use solvents to remove or clean already cured epoxy resin. r:-~ y~ c, r7 END OF SECTION 06610 _-'' ~~ Iowa City Water Facility Improvements 6610-13 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~. .__. l rs_.` {..~ T L.~.+.r t .. . ~ _ m_) c ~~ ~=^~ ~ / c-~ CV - ®IVIIS-i47-l~ T T' E!~ L A '~•' `"'~' E PIR.Q'>l'I~aC'I'It! SECTION 07591 SEALANTS PART 1 GENERAL 1.1 DESCRIPTION A. Furnish all labor, materials, tools and equipment, and perform all work necessary for and incidental to the sealing and caulking of joints and cracks, including back-up fillers, as shown on the drawings and specified herein; in accordance with the provisions of the Contract Documents, and completely coordinated with the work of all other trades. This work will also include the removal and replacement of sealants between double-tee flanges that are damaged due to surface preparation techniques or installation of the FRP system. ~~ ~_~ ~- ~~ 1.2 QUALITY ASSURANCE r";: ~ ~_ C? - ~ ~~ ~ `~~~ A. Qualifications: - `=~_ t~ _i ~ ; 1. Contractor must have a minimum of five (5) years experience in insta1iari of smnla~-~ -~ caulking and sealants, and jobs of similar size. r _- r~' 1 ;~---, B. Special Warranty: y " 1. The Contractor shall warrant the crack and joint sealants to be free of faults and de~¢icts in accordance with the General Conditions, except that the warranty sh`~al" be for five (5) years. The warranty shall be signed by the Contractor, installer and the sealant manufacturer. The warranty shall state that in the case of water leakage relating to faults or defects in this work, the Contractor will provide at no expense to the Owner all labor and materials necessary to correct any faults or defects in the work. C. Pre-Construction Inspection: 1. The Contractor shall meet with the Sealant Manufacturer's qualified representatives, prior to commencing with the work, to assure that all applications are in conformance with the Manufacturer's recommendations. The Manufacturer's qualified representatives shall periodically visit the job site during the course of the work to verify the proper installation of the sealant compounds. All such site visits and meeting shall be documented in writing to the Engineer/Architect. D. Certification: Contractor must provide certification that membrane and sealant materials are compatible. 1.3 UNIT PRICES A. The Contractor shall submit unit prices as required on the Bid Proposal Form. Iowa City Water Facility Improvements 07591-1 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 B. Some sealant work shall be bid on a unit price basis, whereas some other sealant work is considered incidental damage due to the surface preparation, and will be repaired at no cost to the Owner. 1.4 SUBMITTALS A. .Submit the following in accordance with Section 01300: ~' 1. Manufacturer's Literature: Materials description and installation instructions (including ,_ surface preparation) for each component. 2. Samples: Samples of each component. -- 1.5 PRODUCT DELIVERY, HANDLING AND STORAGE A. All materials shall be delivered to the job site in manufacturer's sealed packaging and stored in an enclosed shelter providing protection from damage and exposure to the elements. Damaged or deteriorated materials shall be removed from the premises. PART 2 PRO 1'J TS `-l ~< 2.1 `GE NERA ., } ~~`m~'~aterials -used in combination, i.e., sealants with backer rods, or sealants .with primers ~~ r l~fie in conformance with Sealant manufacturer printed instructions. Sealant manufacturer ._..~~ ~' i'n~if e consulted prior to application and is responsible for co-signing the special warranty ~__ ~_ -~ (~e~ction 01740). 2.2 ~j4 TE S t':.-y LV ~...- ~ A. Concrete crack sealant: One-part or two-part polyurethane sealant. Sealant shall be: 1. Sonneborn NPl or NP2, from Chem Rex. 2. Sikaflex-la or Sikaflex-2c NS/SL, from Sika Corporation. - 3. THC-900%901, from Ti•emco Construction Products 4. An approved equal. B. Sealant to be compatible with the existing concrete and sealants. Color of the sealant on exposed surfaces shall match the substrate. C. Joint Cleaner: Type recommended by the manufacturer of the sealing or caulking compound for the specific joint surface and conditions. D. Joint Primer and Sealer: Type recommended by the manufacturer of the sealing or caulking --~ compound for the specific joint surface and conditions. E. Bond Breaker: Polyethylene tape. __ Iowa City Water Facility Improvements 07591-2 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 ~_ PART 3 EXECUTION 3.1 PREPARATION A. All surfaces to receive the joint sealants shall be examined by the Contractor. Any surfaces which are found to be unsuitable for installation of the joint sealants shall be brought to the - attention of the Engineer/Architect for resolution. Application or installation of the material constitutes acceptance of the surface of the substrate. _ B. Remove all existing sealants from the areas to be resealed. Care shall be used in the removal of sealants so as not to damage existing construction intended to remain. C. All surfaces to receive sealants shall be clean, dry, free of any loose materials, dirt, dust, laitance, rust, oil, frost, and other contaminants. D. Existing concrete to receive new sealant shall be blast cleaned with oil free compressed air to -- remove the contaminants. Cleaning solvents shall not be used on the concrete. E. Use a primer on concrete surfaces to receive joint .sealants in accordance with the recommendations of the sealant manufacturer. F. Test applications shall be made at the beginning of the joint sealant work, in all types of prepared joints, by the Contractor, to determine if preparation steps have been adequ~~e for optimum sealant adhesion. These test applications shall be approved by the Et~neer/Ai~~itect prior to the start of work. -~~: ~i _.-.- i 3.2 APPLICATION ~~ -._ _ ~~~ A. Install all materials in accordance with the manufacturer's printed instructions~~.a~well~ thef4 ti r.~ __. following: `= "' ~'~~ r'' 1. Install bond breakers and backer rods where shown on the drawings and ~'"i~locatio~s~ and of the type recommended by the sealant manufacturer to prevent bdre~ of sealant to -- surfaces where such bond might impair the performance of the sealant. 2. Application of joint sealant materials shall be made by cartridge-type caulking guns. 3. Self-leveling sealant, if used, shall be used on all horizontal joints to achieve a "clean _ looking" sealant joint. Coordinate sealant work on horizontal and vertical joints to prevent the formation of cold joints or other breeches between the self-leveling and non- sag formulations. Installation of the two shall be made when both types are wet to ___ promote homogeneous interface bonding and curing. 4. Provide temporary dams, etc. with masking, painters, or duct tape to permit placement of self-leveling sealant. 5. Compounds shall not be installed when surface and ambient temperatures are 40 degrees F (or below the minimum installation temperature recommended by the manufacturer whichever is higher), unless specifically approved by the Engineer/Architect. Compounds also shall not be installed when surface and ambient temperatures are above -- 100 degrees F. B. Run the sealant beads sufficiently slow enough to be certain that the entire cavity is filled from - the bottom up. Air pockets or voids along the edges are not acceptable. Iowa City Water Facility Improvements 07591-3 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 C. Tool sealant surfaces to the shapes shown, or if none is shown, to flush or slightly concave surface. 3.3 SURFACE PROTECTION A. All surfaces adjacent to sealants shall be protected, unless otherwise approved by the Engineer/Architect. Use pressure sensitive tape to prevent staining of adjacent surfaces, or spillage and migration of sealant out of the joints. 3.4 CLEAN UP A. As work progresses remove excess sealant and clean adjoining surfaces as required. Remove all masking and other protection and clean up any remaining defacement caused by the work. B. At the conclusion of sealing and caulking work clean up all debris, refuse and surplus material and remove same from the premises. END OF SECTION 07951 >, ,% -~ rs ;~ c;, „~ __ ~ U -~' t.~ w ~::~ ::~ C~ - C'V Iowa City Water Facility Improvements 07591-4 December 2007 Double Tee Roof Beam FRP Repairs WJE No. 2007.1145 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa -- SECTION 15050 BASIC MECHANICAL REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Basic Mechanical Requirements specifically applicable to Division 15 Section, in addition to General and Supplementary Conditions and General Requirements. B. The general provisions of this section apply to the other Division 15 sections where applicable. C. The work shall include the furnishings of systems, equipment and materials specified in this Division and as called for on the Mechanical Drawings, to include: supervision, - operation, methods and labor for the fabrication, installation, startup and tests for the complete mechanical installation. _ D. Drawings for the work are diagrammatic, intended to convey the scope of the work and to indicate the general arrangement and locations of the work. Because of the scale of the Drawings, certain basic items such as pipe fittings, access panels, and sleeves may not be shown.. Where such items are required for proper installation of the Work, - such items shall be included. E. Equipment specification may not deal individually with minute items required such as __ components, parts, controls and devices which may be required to produce the equipment performance specified or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for. F. Where noted on the Drawings or where called for in other sections of the cifica~~, the Contractor for this division shall install equipment furnished by others,d_shal~==a make required service connections. Contractor shall verify with the supplier ~#=;the`~# equipment the requirements for the installation. ~ - ~ ~~~ ~Tf_!~ G. Contractor to field verify the exact size and service of existing systems be~jmak n~ -;--j .-~., -- final connections. --- - ~---~ r .~ _ ~,. r ~. ~,~ 1.02 REFERENCES - ~ e`,' 7- ° c.n -- A. Imposed Standards/Regulations _ ~, 1. Applicable provisions of the following codes and standards are hereby imposed on a general basis for the mechanical work (in addition to specific applications specified by individual work sections of these specifications and in addition to applicable local and state codes. a. ANSI Pressure Piping Standards (B31-Series). _ b. ASHRAE Safety Code for Mechanical Refrigeration (ANSI B9.1) AWWA Standards. c. ASME Boiler and Pressure Vessel Code and State Boiler Code. d. ASME Scheme for the Identification of Piping Systems (ANSI/ASME A13:1). e. American Gas Association. f. AWS Standards for Welding. g. National Electric Code. BASIC MECHANICAL REQUIREMENTS 15050 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs ~- lowa City, Iowa h. NFPA Standards and Pamphlets. ~' i. Local and/or State Plumbing, Mechanical and Building codes. __ j. Uniform Plumbing Code. k. Uniform Mechanical Code. I. Uniform Building Code. 2. Every installation shall comply with applicable sections of every other specification. Changes required to conform shall be made without increase in -~ contract price, after approval by Engineer in writing. If changes are required to obtain above approvals, Contractor shall submit them to Engineer for -" approval, after which revised data shall be submitted and written approval obtained. Changes shall be made without increase in contract price. 3. Installations must be entirely safe in every respect, and must not create any --- condition of any kind which will be harmful to any occupant of building, to operating personnel, to installation personnel, to testing personnel, to ~. workmen, and to public; Contractor for each installation shall be solely .~ responsible for providing installations which will meet these conditions. If Contractor or Manufacturer believes that installation will not be safe for all :~. ~ parties, they shall so report in writing to the Engineer before any equipment is --- purchased or work is installed, giving exact recommendations. . , c- ~.~ `~~ ==,~. ~ ~4. Manufacturer of each type of equipment used by itself or as a part of any -~ -~--' ~~ ~~ .~- system shall carefully check capacities, arrangements, and methods shown or ~~'~-' ;-~~ "-- specified (including space requirements, servicing requirements, ambient air .~ __ - U temperatures, etc.) for installation of their equipment, and all connections to .--, i.~_'..... ~-- :~ other system or to parts of same system to assure that when .used, connected, `~' ~---' interconnected, piped, wired, or controlled as specified, it can be properly r :-) serviced. If the manufacturer has any reservations in this regard, they shall ``'' state the reservations and/or suggested changes in a separate letter addressed to the Engineer and shall include this letter as a part of the shop ~-- drawing submission. 5. If Contractor fails to call such reservations or suggestions to Engineer's attention, in writing, before any work is done or equipment is purchased, it will be assumed that they accept responsibility for providing a completely safe and completely coordinated installation. If at a later date changes become r--. necessary to assure a completely safe and coordinated installation, they shall `_ be made, as approved by Engineer, without increase in contract price. 1.03 PROJECT/SITE CONDITIONS A. Inspect site prior to bidding to be thoroughly familiar with existing conditions. B. Work to be installed as shown on Drawings, unless prevented by actual project conditions. C. Prepare and submit drawings with bid proposal showing proposed rearrangement of work, if required, to meet actual project conditions, including changes to work specified in other Sections. Approval by Engineer required before proceeding. No extras can be allowed on work required by discrepancies in actual project conditions after contract for work has been awarded. BASIC MECHANICAL REQUIREMENTS 15050 - 2 ~_ Howard R. Green Company Project No. 526920) 1.04 SEQUENCING/SCHEDULING Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. See Section 01100 -Summary, for project sequence and scheduling requirements. 1.05 WARRANTY A. See Section 01780 -Closeout Submittals, for additional warranty requirements. -- B. All materials and equipment shall be fully guaranteed by the Contractor to be free from defects and to be new equipment; no second-hand, used, or salvaged equipment will be allowed. ^' 4.-.~ ~, G: ~ C. Full warranty against defects in materials and workmanship for one year a~e~ date~f final acceptance by the Owner, including all parts, labor, and expenses. ~=• _-+ ~ - :-~ _.r C1~ - t . _ ~.~.. .._.~ ~ .. PART 2 PRODUCTS ~.~ ~ ~;: 2.01 PRODUCT AND PERFORMANCE QUALITY -`~'.~' ~ f __ ~, A. All materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product, and where more tha~^rie unit is - required of the item, all shall be of the same manufacturer. B. The Engineer reserves the right to refuse approval on equipment which does not meet the specification in their opinion, or on equipment for which no local experience of satisfactory service is available. The Engineer further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. C. Any materials not conforming to the specification will be ordered removed any time during the course of construction, and the Contractor shall replace such items, when notified, at their own expense. D. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. All work shall be __ performed in a neat, workmanlike manner in keeping with the highest standards of the craft. E. It will be the Contractor's responsibility to examine fully the drawings and specifications, - to take the required measurements, to verify dimensions and to fit Work into the schedule of other Contractors, and to progress the contract as expeditiously as possible, so that the progress of the work is orderly and does not occasion excessive - cutting and patching of this new structure. F. This Contractor shall be pecuniarily responsible for the cutting and patching of the structure occasioned by failure to install sleeves, grilles or other items required by the - mechanical work at the proper time for the normal installation Af such items. 2.02 RECORD DRAWINGS -- A. See Section 01780 -Closeout Submittals for additional project record drawing requirements. B. Contractor shall prepare and submit to Engineer a drawing showing the exact location BASIC MECHANICAL REQUIREMENTS 15050 - 3 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa of all concealed, above ground and underground piping and ductwork. Drawing shall give accurate location dimensions and sizes of all such piping, ductwork, and equipment for future use by the Owner. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that areas are ready to accept Work. 3.02 PROTECTION A. Special care shall be taken for the protection of equipment furnished by this Contractor. Equipment and material shall be completely protected from weather elements, painting, plaster, etc. until the project is completed. Damage from rust, paint, scratches, etc. shall be repaired as required to restore equipment to original condition. (3, Prote~i"on of equipment during the plastering and painting of the building shall be the ~'~ resp>~sibility of the Contractor performing that work, but this shall not relieve this ~'~ C~rlctor of the responsibility of checking to assure that adequate protection is being l ~ :r, pf~rcfed. ~.. ~ ~. the installation or connection of equipment requires this Contractor to work in $ ,4 ~ ! ar~a~reviously finished by other Contractors, this Contractor shall be responsible that ~--- sd~i:.,_,~ieas are protected and are not marred, soiled or otherwise damaged during the s-,~ co~' ~of such work. This Contractor shall arrange with the other Contractors for _~ fir; repaif#ig and refinishing of such areas which may be damaged. D. When heavy materials must be placed upon or transported over the roof deck, sheeting shall be placed to distribute weight and support such materials. Any damage shall be immediately corrected at no cost to the owner. 3.03 ACTIVE SERVICES A. Existing active utility services: water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. If active services are encountered which require relocation, make request to utility or municipality with jurisdiction for determination of procedures. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the Utility or Municipality having jurisdiction. B. Temporary shutdowns shall be coordinated with the Owner to minimize the interruptions to the Owner's normal business activities. 3.04 COORDINATION A. The Mechanical Contractor shall coordinate Work with all other trades prior to installation. Some spaces are extremely tight and shall require careful cooperation. B. No piping shall be run over the top of any electrical panels or electrical equipment. C. The determination of quantities of material and equipment required shall be made by the Contractor from the drawings. Schedules on the drawings and in the specifications BASIC MECHANICAL REQUIREMENTS 15050 - 4 ~- Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa are completed as an aid to the Contractor but where discrepancies arise, the greater number shall govern. __ D. Where the specifications state that equipment shall be "furnished", "installed", or "provided", it shall be understood to mean this Contractor shall furnish and install completely unless it is specifically stated that the equipment is to be furnished and/or installed by others. 3.05 OPENING, CUTTING, AND PATCHING A. This Contractor shall provide cutting and patching and patch painting in the existing structure as required for the installation of Work, and shall furnish lintels and supports as required for openings. Cutting of structural support members will not be permitted without prior approval of the Engineer. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openingsr, Patching shall match adjacent materials and surfaces and shall be perfo~ied by` craftsmen skilled in the respective craft required. ~== ~ ~ B. This Contractor shall furnish to the General Contractor the accurate loca~ns'and~sizes for required openings, but this shall not relieve this Contractor of the resp~srbility-df ! ~_.;_. checking to assure that proper size openings are provided. When additier~~patc~ing ,,.,.' is required due to this Contractor's failure to inspect this work, then this C~ctorshalF~~r make arrangements for the patching required to properly close the openir~s; ~o irf~'ude patch painting, and this Contractor shall pay any additional cost incurred 'this re~ect. .~-< C. When cutting and patching of the structure is made necessary due to this contractor's failure to install piping, ducts, sleeves or equipment on schedule, or due to this Contractor's failure to furnish, on schedule, the information required for the leaving of openings, then it shall be this Contractor's responsibility to make arrangements for this cutting and patching and this Contractor shall pay any additional cost incurred in the correction. 3.07 EQUIPMENT INSTALLATION A. Erect equipment in neat and workmanlike manner, align, level and adjust for - satisfactory operation, install so that connecting and disconnecting of piping and accessories can be made readily and so that all parts are easily accessible and removable for inspection, operation and maintenance. 3.08 NOISE AND VIBRATION A. Mechanical equipment shall operate without objectionable noise or vibration as determined by the Engineer. If such objectionable noise or vibration should be produced and transmitted to occupied portions of the building by apparatus, piping, ducts or other parts for the mechanical work, make necessary changes and additions, as approved, without extra cost to the Owner. 3.09 TEST AND DEMONSTRATION A. Systems shall be tested and placed in proper working order prior to demonstrating systems to Owner. B. Prior to acceptance of the mechanical installation, the Contractor shall demonstrate to BASIC MECHANICAL REQUIREMENTS 15050 - 5 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa the Owner or their designated representatives all essential features and functions of all systems installed, and shall instruct the Owner in the proper operation and maintenance of such systems. C. Contractor shall furnish the necessary trained personnel to perform the demonstrations and instructions and shall arrange to have the manufacturer's representatives for the system present to assist with the demonstrations. The Owner and Contractor shall each sign a certification stating that the training has been performed and the Owner accepts same. 3.10 SITE A. The site shall be kept orderly and reasonably clean at all times during construction. At the conclusion of the construction, the site shall be cleaned thoroughly of all rubble, debris, and unusual materials. B. All tunnels, chases, and closed-off spaces shall be cleaned of all waste materials, wood framing, and other construction materials. C. The s~ging of all materials during construction shall be as directed by the Owner in areas,~iesignated for that purpose. ~~ ~' ~_=~ ~---~ ,,,- t-~ ~~.~ END OF SECTION ~ :--' ~; - _~. ~' C.~ ~::-~ (::. ~ °.- C ~J BASIC MECHANICAL REQUIREMENTS 15050 - 6 Howard R. Green Company Iowa City Water Facility Improvements Project No.526920J Double Tee Roof Beam FRP Repairs Iowa City, Iowa SECTION 16010 BASIC ELECTRICAL REQUIREMENTS r-` ~: c: y c~~ PART 1 GENERAL -= ='- -' `-"'"~ =° _ .,_ _ i 1.01 SUMMARY ~~ // i ~ '~ ~. t~`% . .~ f ~._ _ r A. Section Includes ~ `= -~ 1. Basic Electrical Requirements specifically applicable to Division 9~~ect~3i'~, in addition to General and Supplementary Conditions and General Re~piremeat~. 2. The general provisions of this section apply to the other Division 16 s@ctions Mere applicable. '' 3. The work shall include the furnishings of systems, equipment and materials specified in this Division and as called for on the Electrical Drawings, to include: supervision, operation, methods and laborfor the fabrication, installation, startup and tests forthe complete electrical installation. 4. Drawings for the work are diagrammatic, intended to convey the scope of the work and to indicate the general arrangement and locations of the work. Because of the scale of the Drawings, certain basic items such as connectors, fittings, access panels, pullboxes, etc. may not be shown. Where such items are required for proper installation of the Work, such items shall be included. 5. Equipment specification may not deal individually with minute items required such as components, parts, controls and devices which may be required to produce the equipment performance specified or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for. 6. Where noted on the Drawings or where called for in other sections of the specification, the Contractor for this division shall install equipment fumished by others, and shall make required connections. Contractor shall verify with the supplier of the equipment the requirements for the installation. 1.02 WORK BY OTHERS A. The Owner may award contracts which will run concurrent to the work. 1. See notes on plans for extent of Division 16 participation. 1.03 OWNER FURNISHED PRODUCTS A. Products furnished to the site and paid for by Owner shall be as noted on plans. 1.04 WORK SEQUENCE A. Install work to accommodate Owner's occupancy requirements during the construction period and coordinate electrical schedule and operations with Owner. BASIC ELECTRICAL REQUIREMENTS 16010 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No.526920J Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.05 FUTURE WORK A. Provide for future work as noted on plans. 1.06 ALLOWANCES A. Cash Allowance: Refer to other sections and plans for allowance sum applicable to Work (if any). ~- B. Allowance includes purchase, delivery and installation and is to be included as part of the Contract Price. - 1.07 UNIT PRICES "~' A. See titer Sections for unit prices if required. ,~ ~:~ __ 1.08 ~'`' ALTE~tNATES r~ ~- A~tgrirates quoted on Bid Forms will be reviewed and accepted or rejected at the Owner's --. ~- ~. L optr_.` Accepted Alternates will be identified in Owner-Contractor Agreement. u _fi~... B~ P G,dDrc~inate related work and modify surrounding work as required. L:; ~ . C`' ~ Sche~c~Dule of Alternates: 4"::~~"f ~`~ 1. -See plans, other Divisions and Bid Form for alternates. 1.09 ACTIVE SERVICES A. Existing active services: water, gas, sewer, electric, when encountered; shall be protected ~- against damage. Do not prevent or disturb operation of active services which are to remain. If active services are encountered which require relocation, make request to `-~ authorities with jurisdiction for determination of procedures. Where existing services are to -, be abandoned, they shall be terminated in conformance with requirements of the Utility or Municipality having jurisdiction. - 1.10 SUBMITTALS ,-, A. Submittal data for electrical equipment shall consist of shop drawings and/or catalog cuts showing technical data necessary to evaluate the material or equipment, to include dimensions, wiring diagrams, performance curves, ratings, control sequence and other descriptive data necessary to describe fully the item proposed and its operating characteristics. Shop drawings shall be submitted on all equipment and materials. B. Proposed Products List: Include Products specified in all Sections. BASIC ELECTRICAL REQUIREMENTS 16010 - 2 .~ Howard R. Green Company Iowa City Water Facility Improvements Project No.526920J Double Tee Roof Beam FRP Repairs Iowa City, Iowa C. Submit shop drawings and product data grouped to include complete submittals of related systems, products, and accessories in a single submittal. D. The Engineer will check shop drawings to aid in interpreting the plans and specifications, and will in so doing assume that the shop drawings conform to all specified requirements _ set forth in this specification. The approval of the shop drawing by the Engineer does not relieve the Contractor of the responsibility of complying with all elements of the specification. The name of the Project Engineer, and location shall appear on all pages of all shop drawings. ~ ='_ -- ~~ r; `~.. ~=- ~-., 1.11 REGULATORY REQUIREMENTS ~~.-, - _ _ ~_. ~ _ -- NOTE: C~ ~' : ~--.:~::. J; f~_. i ._8 _ Contractor to refer to those codes and standards that pertain to this section of the s~~ificatron. Adj. _., - codes and standards may or may not be listed, but it shall be the Contractor's respc~5i~ility prefer to latest editions of such and coordinate related work as necessary. :.~-~ c-~'+ cs ___ A. Imposed Standards/Regulations 1. General: Applicable provisions of the following codes and standards are hereby imposed on a general basis for the electrical work (in addition to specific applications specified by individual work sections of these specifications and in addition to - applicable local and state codes. a. Underwriters Laboratories b. National Electrical Manufacturers Association - c. National Electrical Code d. Local and/or State Electrical, Mechanical and Building Codes e. NFPA Standards and Pamphlets - 2. Every installation shall comply with applicable sections of every other specification. Changes required to conform shall be made without increase in contract price, after approval by Engineer in writing. If changes are required to obtain above approvals, _ contractor shall submit them to Engineer for approval, afterwhich revised data shall be submitted and written approval obtained. Changes shall be made without increase in contract price. _ 3. Installations must be entirely safe in every respect, and must not create any condition of any kind which will be harmful to any occupant of building, to operating personnel, to installation personnel, to testing personnel, to workmen, and to public; contractor for each installation shall be solely responsible for providing installations which will meet these conditions. If contractor believes that installation will not be safe for all parties, he shall so report in writing to the Engineer before any equipment is purchased or work is installed, giving his exact recommendations. BASIC ELECTRICAL REQUIREMENTS 16010 - 3 Howard R. Green Company Project No.526920J Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs - lowa City, Iowa 4. Manufacturer of each type of equipment used by itself or as a part of any system shall carefully check capacities, arrangements, and methods shown or specified (including space requirements, servicing requirements, ambient air temperatures, etc.) for installation of his equipment, and all connections to other system or to parts of same system to assure himself that when used, connected, interconnected, piped, wired, or controlled as specified, it can be properly serviced. If the manufacturer has any reservations in this regard, he shall state his reservations and/or suggested changes in a separate letter addressed to the Engineer and shall include this letter as a part of his shop drawing submission. 5. Engineer will work out required changes and adjustments in contract prices where such adjustments are warranted. No adjustments in contract price will be allowed for .,additions required by applicable code, ordinance, statute, utility regulation, or labor ~ '~~`~fiegulation. It is the obligation of each contractorto include such items in his original h ~ ~ bid. Changes in equipment shall be incorporated in shop drawings. If contractor ~;', .,,-`,fails to call such reservations or suggestions to Engineer's attention, in writing, ~"°~ ^ ~" ~=-'before any work is done or equipment is purchased, it will be assumed that he ..j._m; °~'"' `::.` r ,.=accepts his responsibility for providing a completely safe and completely coordinated ®~ ~ ~-- '--J {-ry~installation. If at a later date changes become necessary to assure a completely e ,4 ~ =-- Usafe and coordinated installation, they shall be made, as approved by Engineer, :.~ a yyTwithout increase in contract price. "~ C.~ Pemllts and Tests, Electrical Work: The Electrical Contractor shall obtain and pay for all fees, permits and licenses required by his work, unless otherwise noted in the detailed contractual description preceding these electrical specifications. Submit a record copy (for Owner's records) of electrical work notices, permits, licenses, inspection or test reports, and similar items obtained in response to governing and imposed regulations and standards. 1.12 PROJECT/SITE CONDITIONS A. Inspect site prior to bidding to be thoroughly familiar with existing conditions. B. Install Work in locations shown on Drawings, unless prevented by Project conditions. C. Prepare drawings showing proposed rearrangement of Work to meet Project conditions, including changes to Work specified in other Sections. Obtain permission of Engineer before proceeding. 1.13 SEQUENCING AND SCHEDULING A. Construct Work in sequence under provisions of other Sections as applicable. B. Work shall be installed and rough-in completed in cooperation with other contractors to assure completion when scheduled. ~~ ~_ _~ BASIC ELECTRICAL REQUIREMENTS 16010 - 4 Howard R. Green Company Iowa City Water Facility Improvements Project No.526920J Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.14 OPENINGS, CUTTING, AND PATCHING A. General Contractor shall coordinate the placing of openings in the new structure as required for the installation of the Electrical Work. B. This Contractor shall furnish to the General Contractorthe accurate locations and sizes for required openings, but this shall not relieve this Contractor of the responsibility of checking to assure that proper size openings are provided. When additional patching is required due to this Contractor's failure to inspect this work, then this Contractor shall make arrangements for the patching required to properly close the openings, to include patch painting, and this Contractor shall pay any additional cost incurred in this respect, ~_,. ~ ~" C. When cutting and patching of the structure is made necessary due to~or~ractor's failure to install conduit wiring or equipment on schedule, or due to this Cali r~actor~"failure- to furnish, on schedule, the information required for the leaving of oper~rt~s; then it shill::. be this Contractor's responsibility to make arrangements for this cutting ~ratch`fig ar~¢ this Contractor shall pay any additional cost incurred in the correction. rE~~ - ---~~-~_. D. This Contractor shall provide cutting and patching and patch paintinin the existing structure, as required for the installation of his work, and shall furnish lint~'fs and supports as required for openings. Cutting of structural support members wil~f;~ot be permitted without prior approval of the Engineer. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. 1.15 WIRING FOR ELECTRICAL EQUIPMENT -- A. This contractor will provide power services for motors and equipment furnished by the Mechanical Contractor to include safety disconnect switches and final connections. __ B. This Contractor will be responsible for internal wiring, alarm wiring, control wiring or interlock wiring for equipment furnished by him and by others as shown on plans. C. This Contractor will furnish motor starters for motors furnished by the Mechanical Contractor, except where other Sections call for starters to be furnished by the Mechanical Contractor. D. This Contractor shall review the Electrical Drawings and shall call to the attention of the Engineer, prior to bidding, omissions of electrical services required for this equipment. BASIC ELECTRICAL REQUIREMENTS 16010 - 5 Howard R. Green Company Project No.526920J 1.16 PROTECTION Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. Special care shall be taken for the protection of equipment furnished by this Contractor. Equipment and material shall be completely protected from weather elements, painting, plaster, etc. until the project is completed. Damage from rust, paint, scratches, etc. shall be repaired as required to restore equipment to original condition. B. Protection of equipment during the plastering and painting of the building shall be the responsibility of the Contractor performing that work, but this shall not relieve this Contractor of the responsibility of checking to assure that adequate protection is being provided. ,~ ~:~ W hire the installation or connection of equipment requires this Contractor to work in areas ~_~ ~'~, prously finished by other contractors, this Contractor shall be responsible that such _..~~ .~ ~~e`a~ are protected and are not marred, soiled or otherwise damaged during the course of p__ .~ ~'' ~~c~.-work. This Contractor shall arrange with the other contractors for repairing and ~1 ''"" k~'ft~'shing of such areas which may be damaged. ~~._}.V.. ~ ;. heavy materials must be placed upon or transported over the roof deck, sheeting ~; s be placed to distribute weight and support such materials. Any damage shall be ~~, immediately corrected at no cost to the owner. 1.17 FINISHING A. General 1. Prior to acceptance of the installation and final payment of the Contract, the Contractor shall perform the work outlined herein. B. Cleaning 1. Perform cleaning required by the General Section applicable to this Division of the work as the following: a. Clean debris and dirt from panels, junction boxes, etc. 1.18 TEST AND DEMONSTRATIONS A. Systems shall be tested and placed in proper working order prior to demonstrating systems to Owner. 1.19 PAINTING AND IDENTIFICATION A. Painting 1. Painting of electrical equipment shall be touch-up only of factory finish. BASIC ELECTRICAL REQUIREMENTS 16010 - 6 -- Howard R. Green Company Project No.526920J Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa B. Identification 1. Identify panels, switchgear, starters, switches, valves and dampers with engraved nameplates. 2. Provide typed panel and switchboard schedules. 3. Identify conduit piping systems in boiler room, equipment rooms, tunnels, wall, both side of floor and ceiling penetrations, and pipe shafts with Brady or Seton color coded markers. Markers shall be affixed to conduits at intervals not exceeding 30 feet. 1.20 PRODUCT AND PERFORMANCE QUALITY AND SUBSTITUTIONS A. All materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product, and where more than one unit is required of the item, all shall be of the same manufacturer. ~: rx . c_ ~: B. Proposals as submitted shall be based on the products specifically rr~d i~-~#he specifications. ~ `°-- . , `-~ ~ _ _ __.. __-a ~'~'~ -.a.r ~ _ C. If specific products of more than one manufacturer are specified, the choice-g6f-tfiese shall ~-;- ; be made optional with the Contractor. ; ~ r ~ ... r° --- i.; ~-.~ '~---~ D. All materials are subject to approval by the Engineer both before and after orpor~tiQn in the building. ~'_~ c. E. Should suppliers of materials not specified wish to bid their material as a base bid equal, they shall secure the written approval of the Engineer that their product is acceptable as an equal to that specified at least ten (10) days in advance of the bid date to have their products covered in an Addendum prior to opening of bids. F. The Engineer reserves the right to refuse approval on equipment which does not meet the specification in his opinion, or on equipment for which no local experience of satisfactory __. service is available. The Engineer further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. G. All materials and equipment shall be fully guaranteed by the Contractor to be free from defects and to be new equipment; no second-hand, used, or salvaged equipment will be allowed. Replacement of any part which fails within one year from the date of acceptance shall be made by the Contractorwithoutcost to the Owner. Any materials not conforming to the specification will be ordered removed any time during the course of construction, and the Contractor shall replace such items, when notified, at his own expense. H. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. BASIC ELECTRICAL REQUIREMENTS 16010 - 7 Howard R. Green Company Project No.526920J fovea City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa The determination of quantities of material and equipment required shall be made by the Contractor from the drawings. Schedules on the drawings and in the specifications are completed as an aid to the Contractor but where discrepancies arise, the greater number shall govern. J. It will be the Contractor's responsibility to examine fully the drawings and specifications, to take his own measurements where required, to verify dimensions and to fit his own work into the schedule of other contractors, and to progress the contract as expeditiously as possible, so that the progress of the work is orderly and does not occasion excessive cutting and patching of this new structure. This Contractor shall be pecuniarily responsible for the cutting and patching of the structure occasioned by failure to install sleeves, grilles or other items required by the electrical work at the proper time for the normal installation of such items. All ductwork shall be measured on the job prior to fabrication. Piping rou i~in dimensions and locations shall be verified with the Owner or supplier of v,~;, equ~pment furnished by others prior to the time of roughing-in. c~.t ~fj~ontractor shall examine fully the plans and specifications of all other contractors on :- ~~ ~t;t~ tob to coordinate the installation of his work with that of other contractors. ~..~,.j ~' ~'fiJe~ngineer reserves the right to determine space priority of the contractors in the event ~; -~ qtf~-interference between the piping and equipment of the various contractors. Conflicts °-°i l~~nr~en the drawings and specifications, orbetween requirements setforth forthe various ~. , "~ trade shall be called to the attention of the Engineer. If clarification is not asked for prior :~_~ ~-~ to the taking of bids, it will be assumed that none is required and that the Contractor has submitted his bid in conformance with plans and specifications as issued. 1.21 COORDINATION A. The Electrical Contractor shall coordinate his work with all other trades priorto installation. Some spaces are extremely tight and shall require careful cooperation. B. The determination of quantities of material and equipment required shall be made by the Contractor from the drawings. Schedules on the drawings and in the specifications are completed as an aid to the Contractor but where discrepancies arise, the greater number shall govern. C. Where the specifications state that equipment shall be "furnished", "installed", or "provided", it shall be understood to mean this Contractor shall furnish and install completely unless it is specifically stated that the equipment is to be furnished and/or installed by others. BASIC ELECTRICAL REQUIREMENTS 16010 - 8 Howard R. Green Company Project No.526920J 1.22 EXISTING SERVICE Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. If existing services are encountered in work, protect, brace, and support existing active sewers, gas, electric, or other services where required for the proper execution of the work. If existing active services are encountered that require relocation, make request to _ proper authorities for determination of procedure. Do not prevent or disturb operation of active services that are to remain. 1.23 TEMPORARY SHUTDOWNS OR ABANDONED SERVICES ~,., A. Where work makes temporary shutdowns or need to abandon unavoidI~,..Co~actor shall consult with the Owner as to times and procedures for such shup~o%vr#s. _~1(her~-~; existing services are to be abandoned, wiring shall be removed and ~t~it s~,all be.'~' properly capped in conformance with requirements of the utility. = ~ ~~; ~ --~ ! ~~ 1.24 SITE ~`j ---' ~~~" `4-~ = rT^ A. The site shall be kept orderly and clean at all times during the constructior~nd the~`~oring of materials shall be in accordance with the wishes of the Owner in are~s~designated for that purpose. At the conclusion of the construction, the site shall be cleaned thoroughly of all rubble, debris and unused materials and shall be left in good order. All tunnels, chases or closed off spaces shall be cleaned of all waste materials, wood frame members, etc. used in construction. 1.25 EXISTING CONDITIONS A. All contractors shall familiarize themselves with the site and with any conditions of the site and/or existing buildings which might present unusual aspects to the work involved. Contractor shall verify all aspects of electrical work, insofar as is possible, check routes of conduit indicated, verifying clearances and other obstacles which might influence the construction proposed. No extras can be allowed on work occasioned by the Contractor's failure to make this inspection. 1.26 NOISE AND VIBRATION A. Electrical equipment shall operate without objectionable noise or vibration as determined by the Engineer. If such objectionable noise or vibration should be produced and transmitted to occupied portions of the building by apparatus, conduit, ducts or other parts for the electrical work, make necessary changes and additions, as approved, without extra cost to the Owner. -- 1.27 EQUIPMENT INSTALLATION A. Erect equipment in neat and workmanlike manner, align, level and adjust for satisfactory operation, install so that connecting and disconnecting parts can be made readily and so that all parts are easily accessible for inspection, operation and maintenance. BASIC ELECTRICAL REQUIREMENTS 16010 - 9 Howard R. Green Company Project No.526920J Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.28 PERMITS A. The Contractor shall secure all permits and pay all fees required in connection with this installation and shall be responsible for securing such inspections as are required by the authorities with jurisdiction over the site. 1.29 APPLICATIONS A. Where applications are required for the procuring of utility service to the building, this Contractor shall see that such application is properly filed with the utility and that all information required for such an application is presented to the extent and in the form required by the utility company. 1.30 REFERENCES A. All referenced to "Engineer" of "Architect" shall be interpreted to mean Owner's Representative duly appointed to supervise the project. Yy ~t~Y ~~`' ~~ END OF SECTION 16010 ~, ., ==, ~, , ~;~- :....' . ~... ~ _ __ ; .. ~~~ i ~'."~ ~..v~ BASIC ELECTRICAL REQUIREMENTS 16010 - 10 Howard R. Green Company Project No.526920J SECTION 16111 CONDUIT PART 1 -GENERAL 1.01 SUMMARY Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. Section Includes ,__, 1. Metal conduit. - t ~~ - ~._. 2. Liquidtight flexible metal conduit. - ~__ 3. Fittings and conduit bodies. ~v _ , °~-', ~--~-~ t ._.~ 1.02 REFERENCES =--' ~= ~_ ~"'' f~ ~°~ 4, i~ r A. ANSI C80.1 -Rigid Steel Conduit, Zinc Coated. r=, ~~-~ ~:.°~ ~'"' c~~ B. ANSI 080.3 -Electrical Metallic Tubing, Zinc Coated. ~'~ ~: C. ANSI C80.5 -Rigid Aluminum Conduit. D. ANSI/NEMA FB 1 -Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. E. ANSI/NFPA 70 -National Electrical Code. F. NECA "Standard of Installation." G. NEMA RN 1 -Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. H. NEMA TC 2 -Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80). I. NEMA TC 3 -PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.03 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.04 PROJECT RECORD DOCUMENTS A. Accurately record actual routing of conduits larger than 2-1/2 inches. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site. CONDUIT 16111 - 1 Howard R. Green Company Project No.526920J Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.06 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough-in. Corit routing is shown on Drawings in approximate locations unless dimensioned. ~' Roue as required to complete wiring system. (`.~ .."r ~~10~,~ ~1F(,~~RANTY t~:~: ~~Il=:warranty against defects in materials and workmanship for two years after final ~.`v ~ ae~e~ptance by the Owner, including all parts, labor, and expenses. ...... f._...,~y ==-~. Cam, '- PAf~~ 2 PR~UCTS 2.01 METAL CONDUIT A. Manufacturers: 1. Allied Tube & Conduit. 2. Vaw of America. 3. Traingle PWC Inc. 4. Anamet Inc. 5. Engineer approved equivalent. B. Galvanized Rigid Steel Conduit (GRS): ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; cast steel fittings: 2.02 FLEXIBLE METAL CONDUIT (FMC) A. Manufacturers: 1. Carol Cable Co. 2. Anamet Inc. 3. Eletroflex. 4. Engineer approved equivalent. CONDUIT 16111 - 2 Howard R. Green Company Project No.526920J Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa B. Flexible Metal Conduit: Interlocked steel construction. -- C. Fittings: ANSI/NEMA FB 1. 2.03 LIQUIDTIGHT FLEXIBLE METAL CONDUIT (LFM) A. Manufacturers: 1. Electriflex. f- _ 2. Carol Cable. ~:> `~t 3. Raco Inc. r-~ `_-- ; 4. Engineer approved equivalent. ~~` _r ~~~ ~ --- _ Cj _`- ~ ~_.._._ P ) ~; ~ _~ _ B. Descri tion: Interlocked steel construction with PVC 'acket. _...~ `~~~ ~~ ;,, C. Fittings: ANSI/NEMA FB 1. ~ ' ~~; ~ r,~ 2.04 CONDUIT REQUIREMENTS ~ cn __ A. Use the indicated conduit type for the following locations/applications unless specifically indicated otherwise on the drawings. 1. All areas: GRS _ 2. Flexible connections to motors/equipment: LFM, maximum 6'-0" length. 3. Flexible connections to lighting/etc above suspended ceilings: FMC B. Conduit size as indicated on the drawings. If no size is indicated, size conduit per NEC for type THW conductor. 1. Minimum conduit size a. 1/2" for LFM, FMC. - b. 3/4" for all other conduit types. PART 3 EXECUTION 3.01 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. -- D. Support conduit using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. _.- E. Group related conduits; support using conduit rack. Construct rack using steel channel. CONDUIT 16111 - 3 Howard R. Green Company Iowa City Water Facility Improvements ._-. Project No.526920J Double Tee Roof Beam FRP Repairs ~-~ Iowa City, Iowa F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports H. Do not attach conduit to ceiling support wires. I. Arrange conduit to maintain headroom and present neat appearance. _, J. Route exposed conduit parallel and perpendicular to walls. -- K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Ro~Y; conduit in and under slab from point-to-point. ` °~, fVl'. Mtain adequate clearance between conduit and piping. ~i -~ .. _, .._~5 [~t~inirain 12 inch clearance between conduit and surfaces with temperatures exceeding ~.',~.~ ~4~}4'~egrees F. .e,~.l i- ,__~ ~ -- G3:; t,~onduit square using saw or pipecutter; de-burr cut ends. -~ ~.:~ ~ _ R Brin~onduit to shoulder of fittings; fasten securely. ~; C`J Q. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. __ . R. Install no more than equivalent of four 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use hydraulic one-shot bender to fabricate factory elbows for bends in metal conduit larger than 2 inch size. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond conduit per NEC. _~ 3.02 INTERFACE WITH OTHER PRODUCTS ~' A. Install conduit to preserve fire resistance rating of partitions and other elements, using materials and methods suitable to the Engineer. , CONDUIT 16111 - 4 Howard R. Green Company Iowa City Water Facility Improvements Project No.526920J Double Tee Roof Beam FRP Repairs Iowa City, Iowa B. All penetrations of corridor walls and rated fire and smoke walls shall be conduit. All penetrations shall be filled with fire stopping material with the properfire rating (one hour, two hour, etc.). C. Install empty conduit system for computer system outlets as shown on the drawings. D. Install conduit system for telephones. END OF SECTION 16111 - ' ~-, ~-_; ~ ' ,.._y r ...,~ t_.._ .. '. ~" "1 --..i f _ _ __ j c ~ i~ ~,' `~,, ~__.J . C_Y,i ti CONDUIT 16111 - 5 ~';~ 1 '~ • '`' .1 C jw;Yi ! ~.~", ..,.,.~. . i ~ ~ .. a..,..,....~ r ~ (..J --~ c..~ - -, (- _._._ ~:~ ,: Howard R. Green Company Project No. 526920) SECTION 16120 WIRES AND CABLES Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa PART 1 GENERAL 1.01 SUMMARY A. Section Includes ,~, 1. Wire and cable. ---- <= a r-, ~~- 1.02 QUALITY ASSURANCE ~ _ -=p - ®s_ , ; ~~ _ ~ - .. A. Perform Work in accordance with NECA Standard of Installation. =- ~ ~" ` ._ "~ Y ~%::.; 1.03 REGULATORY REQUIREMENTS _)- ~~ ~--' c~' A. Conform to requirements of NFPA 70. }"' ~; `` B. Furnish products listed by UL or other testing firm acceptable to authority having jurisdiction. 1.04 WARRANTY A. Full warranty against defects in materials and workmanship for two years after final acceptance by the Owner, including all parts, labor, and expenses. PART 2 PRODUCTS 2.01 WIRING METHODS A. Concealed Interior Locations: Building wire in raceway. B. Exposed Interior Locations: Building wire in raceway. C. Above Accessible Ceilings: Building wire in raceway. D. Wet or Damp Interior Locations: Building wire in raceway. E. Exterior Locations: Building wire in raceways. F. Underground Locations: Building wire in raceway. WIRES AND CABLES 16120 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs `' Iowa City, Iowa G. Use no wire smaller than 12 AWG for power and lighting circuits, and no smaller than 14 AWG for control wiring. Use 10 AWG conductor for 20 ampere, 120 volt branch circuit home runs longer than 125 feet; and for 20 ampere, 277 volt branch circuit home runs ~' longer than 200 feet. H. Colors shall be assigned to each phase conductor as described herein and shall be -- carried throughout the distribution system. 3-Wire System White (Neutral), Black (one hot leg), ,--, Red (one hot leg) 208/12p System White (Neutral), Black (Phase A), ~ ,t ~ Red (Phase B), Blue (Phase C) r,,~ ~. -- ~ ~~ ~~~7 System White (Neutral), Yellow (Phase A), ~._-.~ ~ ~ ~ -• Brown (Phase B), Orange (Phase C) -•---! ° ~ dtfi~r-colors may be used on a circuit phase where the circuit is divided with more than __,A _ Tm,_ o~i~itch control. White shall be used for the neutral conductor only. Grounding -- coi~ _ tors shall have a green color. No other conductors shall be allowed in green except _ `~' grouri~is. Conductor insulation shall be colored in sizes up through No. 8, conductors No. J 6 andlarger shall have black insulation but shall be phase color coded with 1/2 inch band r-. of colored tape at all junctions and terminations. 2.02 WIRE AND CABLE A. Manufacturers: 1. Triangle. 2. Carroll. 3. Cablec. 4. Engineer approved equivalent. B. All wire and cable shall be copper conductor. Aluminum conductors shall not be allowed. C. Building Wire: 1. Feeders and Branch Circuits: Copper, stranded conductor, 600 volt insulation, THHN/THWN. 2. Control Circuits: Copper, stranded conductor, 600 volt insulation, THHN/THWN. D. Signal Cable: 1. Plan Mark SC1: One pair #18 AWG Copper conductors, with 300 volt insulation, rated 60 degree C, individual conductors twisted together, shielded, and covered with PVC jacket; UL listed. Belden 8760 or equivalent. E. Cords: Oil-resistant thermoset insulated multiconductor flexible cord with identified equipment grounding conductor, suitable for hard usage in damp locations. WIRES AND CABLES 16120 - 2 -, Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa PART 3 EXECUTION 3.01 EXAMINATION AND PREPARATION __ A. Verify that interior of building is physically protected from weather. B. Verify that mechanical work which is likely to injure conductors has been completed. C. Completely and thoroughly swab raceway system before installing conductors. 3.02 INSTALLATION ``' <~ -- ~ r. , ~,~~ A. Neatly train and secure wiring inside boxes, equipment, and panelboard~'~ r-~ ~:.. - B. Use wire pulling lubricant for pulling 4 AWG and larger wires. ~ ~!, .~ (~ - ,,,,~ -' C. Support cables above accessible ceilings to keep them from resting on c~r#~ijg~tilei;:~ c., D. Make splices, taps, and terminations to carry full ampacity of conditetors vwthiout perceptible temperature rise. ~`'' E. Terminate spare conductors with electrical tape. END OF SECTION 16120 WIRES AND CABLES 16120 - 3 ~;;.<: ~"~ ~` `~?` ;_ ~ ~ i ,. tea. ~~~ ~;~-= . .. ~ ~ _~== ,_ ~ rJ ~ . m.~ <~'_ ~~. t -~ ~~:~) .._~. ~~ Howard R. Green Company Project No. 526920) SECTION 16130 BOXES PART 1 GENERAL Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.01 SUMMARY ~'' ~- ~ ~:_ A. Section Includes = ~ `~% ` -' - 1. Wall and ceiling outlet boxes. `~ '- --_ 2. Pull and junction boxes. ~=-=' --, t _.:, ,_ _; 1.02 REFERENCES ` ~ ': -t~ ~ 1` ...._.i `-~ ~ ., :+ A. ANSI/NEMA FB 1 -Fittings and Supports for Conduit and Cable Assemb~s. c ~: , !' ~, B. ANSI/NEMA OS 1 -Sheet-steel Outlet Boxes, Device Boxes, Covers, arrdjBox Supports. C. ANSI/NEMA OS 2 -Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports. D. ANSI/NFPA 70 -National Electrical Code. E. NEMA 250 -Enclosures for Electrical Equipment (1000 Volts Maximum). 1.03 PROJECT RECORD DOCUMENTS A. Accurately record actual locations and mounting heights of outlet, pull, and junction boxes. 1.04 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.05 PROJECT CONDITIONS A. Verify field measurements are as shown on Drawings. B. Verify locations of floor boxes and outlets prior to rough-in. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Install at location required for box to serve intended purpose. BOXES 16130 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for two years after final acceptance by the Owner, including all parts, labor, and expenses. PART 2 PRODUCTS 2.01 OUTLET BOXES ^-, A. Sheet Metal Outlet Boxes: ANSI/NEMA OS 1, galvanized steel -~ 1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; include 1/2 inch male fixture studs where required. 2. Concrete Ceiling Boxes: Concrete type. ; B. Castxes: NEMA FB 1, Type FD, aluminum. Provide gasketed cover by box ~' manixjacturer. Provide threaded hubs. ' _ x$.02 ~.~--- `v~~'~' ND JUNCTION BOXES +_~..:f ~: ..,_~ _..~ As- S~~t~etal Boxes: NEMA OS 1, galvanized steel `J R k- B S r~-Mounted Cast Metal Box: NEMA 250, Type 6; flat-flanged, surface-mounted -... ~~~ juncti~ box. ,-- ~~ 1. 16taterial: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. PART 3 EXECUTION 3.01 INSTALLATION A. Install electrical boxes as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. B. Install electrical boxes to maintain headroom and to present neat mechanical appearance. C. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. D. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. - E. Install boxes to preserve fire resistance rating of partitions. and other elements, using materials and methods under the provisions of Section 07270. BOXES 16130 - 2 -. Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa F. Align adjacent wall-mounted outlet boxes for switches, thermostats, and similar devices - with each other. G. Use flush mounting outlet boxes in finished areas. H. Do not install flush mounting boxes back-to-back in walls; provide minimum 6 inch separation. Provide minimum 24 inches separation in acoustic rated walls. I. Secure flush mounting box to interiorwall and partition studs. Accurately position to allow for surface finish thickness. J. Use stamped steel bridges to fasten flush mounting outlet box between ds. r~:' ~: , ,~~_ _ E~ K. Install flush mountin box without dams m wall insulation or reducin it;;i~ ~ < g g' g g ' eff~ctiv~riess__ . L. Use adjustable steel channel fasteners for hung ceiling outlet box. = ~"~. --~ ~~_. i :.. M. Do not fasten boxes to ceiling support wires. ~~ -_= --°- ':,__.~ _ ~.:. N. Support boxes independently of conduit, except cast box that is conneet~d to tv¢~` rigid metal conduits both supported within 12 inches of box. - _ O. Use gang box where more than one device is mounted together. Do not use sectional box. P. Use gang box with plaster ring for single device outlets. Q. Use cast outlet box in exterior locations and wet locations. R. Use cast floor boxes for installations in slab on grade; formed steel boxes are acceptable for other installations. S. Large Pull Boxes: Boxes larger than 100 cubic inches in volume or 12 inches in any dimension. 1. Interior Dry Locations: Use NEMA Type 1 hinged. Enclosure. 2. Other Locations: Use surface-mounted cast metal box. 3.02 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box. B. Coordinate locations and sizes of required access doors. C. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. -- BOXES 16130 - 3 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa D. Coordinate mounting heights and locations of outlets mounted above counters, benches and backsplashes. E. Position outlet boxes to locate luminaires as shown on reflected ceiling plan. 3.03 ADJUSTING A. Adjust flush-mounting outlets to make front flush with finished wall material. B. Install knockout closure in unused box opening. END OF SECTION 16130 ~~~ - - =-~; ~ ~ r ~~ r ~. ~.-~ ' .. i_W) ._._. . ~, BOXES 16130 - 4 Howard R. Green Company Project No. 526920) SECTION 16190 SUPPORTING DEVICES PART1 GENERAL 1.01 SUMMARY Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. Section Includes - 1. Conduit and equipment supports. r' ~~' 2. Anchors and fasteners. Vic- ~: _~ - 1.02 REFERENCES = ;"~ _-" ~ _Y..I .-< t~ . `_,. _ A. NECA -National Contractors Association. ~ ~ ~ ~°= s % • <_,~, B. ANSI/NFPA 70 -National Electrical Code. -~' '- ~:-> 1.03 SUBMITTALS A. Product Data: Provide manufacturer's catalog data for fastening systems. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.04 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.05 WARRANTY A. Full warranty against defects in materials and workmanship for two years after final acceptance by the Owner, including all parts, labor, and expenses. PART2 PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. SUPPORTING DEVICES 16190 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs - " Iowa City, Iowa B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of - - equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: _ 1. Concrete Structural Elements: Use precast insert system, expansion anchors. 2. Steel Structural Elements: Use beam clamps, spring steel clips. 3. Concrete Surfaces: Use self-drilling anchors and expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle bolts and hollow ~~ wall fasteners. ,__ 5. Solid Masonry Walls: Use expansion anchors. 6. Sheet Metal: Use sheet metal screws. 7. Wood Elements: Use wood screws. 2.02 SL CHANNEL `. `.i~. Mufacturer: f ...~ :~L ` .~.__ ` Bee Line. f-' _~ Kindorf. 4~ ,-_ -- ~ ` t ,4 ~ ; Engineer approved equivalent. ;,_. ~_., .: __ _ ... '~. ~ ~e~cription: Galvanized steel ~, <-.-~ C_~ ~~ - PART 3 EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Do not use spring steel clips and clamps. ^ E. Obtain permission from Architect/Engineer before using powder-actuated anchors. _ F. Obtain permission from Architect/Engineer before drilling or cutting structural members. -- G. Fabricate supports from structural steel or steel channel. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use .~ spring lock washers under all nuts. H. Install surface-mounted cabinets and panelboards with minimum of four anchors. SUPPORTING DEVICES 16190 - 2 r-, Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa I. In wet and damp locations use steel channel supports to stand cabinets and panelboards one inch off wall. J. Use sheet metal channel to bridge studs above and below cabinets and panelboards recessed in hollow partitions. END OF SECTION 16190 ~~..~ < C~? - L~1 f _ 1-~ - r. . ~_~.. == r--y~ _ '- _. .~ ~ ~-° + _ C. 7 SUPPORTING DEVICES 16190 - 3 ~ ~m ~;~.,~ :~ ("`V i L. _ ~ { .. k.....,_ i ,....~ j= ~ r _~ m__.~ rJ ~_.a..... ~ • T _ ~;-. ;,~ ~.~~~ r-a Howard R. Green Company Project No. 526920) SECTION 16500 LIGHTING Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa PART1 GENERAL 1.01 SUMMARY __ A. Section Includes r. , 1. Luminaires and lampholders. C~LL i.} 2. Lamps. .z ~ ~ __ 3. Ballasts. -~~` ----` __ " ; --f ~ . ___ ~ ..... _.. 1.02 SUBMITTALS --~;~ `- = ~` _.., ~~,, -- A. Shop Drawings: Indicate construction details for Products which are not ria~ri,~tfac~Ker's `-" standard. ~' r~. c: ~. - B. Product Data: Provide product data for each luminaire and lighting unit. ry . C. Operating and Maintenance Instructions: Provide maintenance and operating instructions for battery powered lighting units. .1.03 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Conform to requirements of NFPA 101. C. Furnish products listed by Underwriters Laboratories, Inc. -- 1.04 MAINTENANCE A. Provide two extra of each lamp installed. 1.05 WARRANTY _ A. Full warranty against defects in materials and workmanship for two years after final acceptance by the Owner, including all parts, labor, and expenses. LIGHTING 16500 - 1 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa PART 2 PRODUCTS -~ 2.01 LUMINAIRES AND LAMPHOLDERS A. Luminaire Schedule: Product requirements for each luminaire and lampholder are specified on Drawings. B. Manufacturers: As scheduled. C. Accessories: Provide required accessories for mounting and operation of each luminaire as indt~ated. 1. ``recessed luminaires: Provide trim type suitable for ceiling system in which luminaire ~-. ttil ~s installed. c ~+ 2 :-Thermal Protection: Provide thermal protection devices to meet NFPA 70 ~~ ''~ ~ ~^ ~=requirements. ~_a '~` ~' :surface luminaires: Provide spacers and brackets required for mounting. ~~. _J ' ~` 4` -' ~~'endant luminaires: Provide swivel hangers, pendant rods, tubes, and chains as ,__ ,.~, _ f_ indicated to install luminaire at appropriate height. -may , ,._~. 2.02. , LAIVjP}S ; __ C'J W. A. Manufacturers: -- 1. Sylvania. 2. General Electric. `J 3. Phillips. r-, B. Description: ~-- 1. Incandescent Lamps: 125 volts, shape as scheduled. 2. Fluorescent Lamps: T8, 3500K color or as scheduled. 3. Mercury Vapor HID Lamps: Color improved. . , 4. Metal Halide HID Lamps: Phosphor coated. 5. High Pressure Sodium HID Lamps: Coated, suitable for ballast furnished in luminaire and for all burning positions. 6. Reflector Lamp Beam Patterns: Conform to ANSI C78.379. 2.03 FLUORESCENT BALLASTS A. Manufacturers: 1. Advanced. 2. Magnateck. 3. Osram -Sylvania. LIGHTING 16500 - 2 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa B. Provide fluorescent ballast suitable for use under installation conditions listed for each luminaire and lampholder. 1. Voltage: 120 or 277 volts, as noted. 2. Ballasts: Electronic type, <10% THD. PART 3 EXECUTION 3.01 EXAMINATION AND PREPARATION F° -_ ~:: <:, , >> ~ ~~~ A. Examine adjacent surfaces to determine that surfaces are ready to recei~~y ~rork. `-°~. w_ .._ . _. 3.02 INSTALLATION ~ ' _- ~ , f'-~ _~.j A. Install luminaires and accessories in accordance with manufacturers inst~~tons -~~ ~~ -- 1. Provide pendant accessory to mount suspended luminaires at heigl3t~ndicatl. 2. Support surface-mounted luminaires from ceiling grid tee structure; p~vide auaailiary support laid across top of ceiling tees. Fasten to prohibit movemert~~:. ~' -- 3. Install recessed luminaires to permit removal from below. Install g~id'clips. 4. Luminaire Pole Bases: Construct as indicated on Drawings. Install poles on bases plumb; provide for adjustment. _ 5. Install lamps in luminaires and lampholders. 3.03 ADJUSTING AND CLEANING A. Align luminaires and clean lenses and diffusers at completion of work. B. Aim adjustable luminaires and lampholders as indicated or as directed. C. Adjust directional arrows on exit signs to meet approval of authority having jurisdiction. D. Clean paint splatters, dirt and debris from installed luminaires. E. Touch up luminaire and pole finish at completion of work. F. Relamp luminaires which have failed lamps at completion of work. END OF SECTION 16500 LIGHTING 16500 - 3 C`-s c~~ <-f ~`` ,,. ' '_~ __ .~ , ,--- --~ .. __. r_.. ~ ~ ` ` 1 _; = {{ . _._- ...~ t..v ~~ r-~ :. .., C.;) _._. ~~ Howard R. Green Company Project No. 526920) SECTION 16721 FIRE ALARM SYSTEM PART 1 GENERAL 1.01 SUMMARY Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa A. Section Includes ,--; c='- 1. Auxilia fire alarm a ui ment. ~="' -Y q P - . ~-. f B. The work to the existing fire alarm system generally consists of relocatir~-g; some ®f the detection devices, and some of the detection and indicating circuits--~~oi~dult`'anc~ wire/cable). The Contractor shall make the modifications indicated on th~dtings;,;and4 - shall contract with ADT to supervise, test, and certify all modifications to~t~ie`~:fire alarm`-- system. -- •° 1. Contact: ADT, 2800 46th AVE, Suite 2, Rock Island, Illinois 61201. ~ , ~~ c-. Phone: 800-883-9664. 1.02 REFERENCES A. NFPA 70 -National Electrical Code. B. NFPA 72 -Installation, Maintenance, and Use of Protective Signalling Systems. C. Uniform Fire Code. D. Uniform Building Code. E. NFPA 101 -Life Safety Code. 1.03 DEFINITIONS A. Fire Alarm System: NFPA 72, manual and automatic fire alarm system. 1.04 QUALITY ASSURANCE A. Manufacturer: Materials as specified by ADT. No Substitutions. B. Installer: Company specializing in installing the products specified in this section with minimum five years experience. C. Conform to requirements of NFPA 70, and NFPA 101. D. Furnish products listed and classified by UL as suitable for purpose specified and indicated. FIRE ALARM SYSTEM 16721 - 1 Howard R. Green Company Project No. 526920) Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Iowa City, Iowa 1.05 SERVICE REPRESENTATIVE A. System startup shall be by ADT. 1.06 STARTUP COMMISSIONING AND TRAINING A. Demonstrate system functions and operation to owner's representatives. PART 2 PRODUCTS 2.01 MANUFACTURED UNIT(S) OR MATERIALS A. Description: 1. The existing system is a device addressable fire alarm system by ADT. ,~ 2. ° -Work consist of modification/relocation of devices and circuits. Provide detection y,.~ =-r~'circuit cabling and any other necessary fire alarm system components per ADT. °"~ B- I'~lai~facturers .. - ,.,.. k ~ ~: ~ ~~lo substitutions. _._...._ t'_. ;~~ PARS ~ EDITION t : __._. •; 3.01 EXAMINATION A. In the area of water infiltration, open and inspect all junction boxes and fire alarm devices. 3.02 EXECUTION/INSTALLATION/APPLICATIONS A. Coordinate modifications and system shutdowns with the Owner. B. Protect system from damage during construction. 3.03 FIELD QUALITY CONTROL A. Field inspection and testing will be performed. B. Test in accordance with NFPA 72H and local fire department requirements. FIRE ALARM SYSTEM 16721 - 2 Howard R. Green Company Iowa City Water Facility Improvements Project No. 526920) Double Tee Roof Beam FRP Repairs Iowa City, Iowa 3.04 MANUFACTURER'S FIELD SERVICES A. Include services of technician to supervise installation, adjustments, final connections, and system testing and certification. 3.05 DEMONSTRATION A. Provide systems demonstration of the fire alarm in the affected area to staff. 3.06 ,TESTING A. The manufacturers authorized representative shall perform a quality inspection of the final installation and in the presence of the Contractor, Architect, Engineer, Owner's Representative, and local code and fire authorities, shall perform a complete finished test of all aspects of the system. A system certification verifying the proper system operation shall be required prior to acceptance. B. Testing of the fire alarm system shall be limited to the system components affected by the work. END OF SECTION 16721 c_,, C .:i ~__~ ~: , '--` J~:.- =- t_ _. ~- ~ .~. ~ t . ,,. _, .. _.; --- - ~ ~::W -. ~:_ ~- :T` c.~ o -- FIRE ALARM SYSTEM 16721 - 3 ~m r-- , - G.:=' c:c, _ ~__ ,a=` _ .. p __: . __ _~ s, `.~ ~ ~ -_ <.. r~- w r rd C'. Appendix A City of Iowa City Memorandum Double Tee FRP Roof Repairs Appendix A December 2007 Iowa City WTP Page Al WJE No. 2007.1145 .._~.~ ='°~ -T ...~ ,.. _ ~ c -,~. F... _f --_.. . _... f ~ _._ f i rj r ; ~ C..) ~ __ ~..~ r - ~~,.~,'.,.~-,®,~~ CITY CJ F i Q W A C I T Y ~.~~ ~~,~~RA~DU~ .~..~___ Date: November 30, 2007 Re: Water Division Contractor Safety Orientation Training Information Contractors and subcontractors performing construction, renovation, demolition, installation, maintenance or repair operations in or on Iowa City Water Division's property are responsible for insuring that all of their employees, including subcontractor employees, attend and pass a one-hour Water Division Contractor Safety Orientation Course prior to starting work. The purpose of this training program is to ensure that contractors are informed of the presence and type of hazards in or near their work areas at the Water Purification Treatment Plant facilities; are made aware of the Water Division's expectations regarding safety compliance and control of worksite hazards; and to ensure the safety of Water Division employees and public who maybe in close proximity to Contractor operations. This site-specific Water Division Contract Safety Orientation Course is a computer-based -- training in program that is presented and administered by Kirkwood Community College. The cost of the training is $30.00 per person and can be arranged by calling Karla Schlesselman at (319) 887-3656 for the Iowa City KCC Campus. The contractor safety orientation training must be completed once every two years. Please note that the Water Division Contractor Safety Orientation Course is only available in an English-language version. If the contractor or subcontractor have any non-English speaking employees, the employer is responsible for providing translation of the training materials for their employees. Contact Kirkwood Community College in advance to make the appropriate arrangements if this is necessary. _ - ~.,.. C? ~;__ ~~:_ _--. ._ __ .- ~._ ~ , -...: _ ._ .. ,_.. r"_1 ~.; : . .._.. C =:-- dY.. ~ r_ {..' t Double Tee FRP Roof Repairs Appendix A December 2007 Iowa City WTP Page A2 WJE No. 2007.1145 ~~. s .:-r- _ ~ . __. _,_... t _,.~ _,e~ ,-..i. ~,... _I I'- ~,~"` ~ t .,_ f... ' ..,..._... a °~ ,. -. (..---y _~ ` ~ -- C~~) <^;,, ~ : _. -=- ~-' - _ . -. ,_ 1 . r . _. ~ °~ .. s _~.,! _..r. - ~ ~- _. _,.,, .,.. - . r ~ ._ _ ~__ _„ .- ~. ..» i `L ._.. `i- _~ -'' CJ i n ,~ .~ ~`~ ~ ENGINEERS 1 ARCHITECT'S MATERIALS SCIENTISTS ICI F-krnrard R.Ci~en Comparry - -- --- ------- --- ~ - ---- -- -------- --- - - ---- ----- - -------- --- -- ---- -----,-- ---~---------- - - . ~ ~ - --- ~ ----.; - - -.--~-o-.-~--~----------.--- -, - - ..- - --- -'~'---'- 1 2 3 4 5 6 7 8 on ~ - . '" -.; on .~ W J E ENffiNEERS ~ ARCHITECTS recas ou e- ee MATERIALS SCIENTISTS. u ... " J F F Wiss, Janney, Elstner Associates, Inc. :? 330 Pfingsten Road '" Public Works Director: Northbrook, Illinois 60062 ... - . - 847.272.7400 tel 1847.291.4813 fax .,....: 0 www.wje.com 0 e aIrS M Rick Fosse 6 0 Headquarters & LaboraIories: Northbrook,lllinois .M - Manla I Austin I Boston I Chicago I Cleveland I Dallas I Denver I Detroit . - 0 Honolulu I Houston I Memphis I Minneapolis I New Haven I New Yorl< - - , Princeton I San Francisco I Seallle I Washingloo, D.C. - Special Projects Manager: t- o 0 M - p.; ~ Iowa City Water Treatment Plant Shaun Bradbury z .!l ~ ::d Water Superintendent: lil E ~ 2551 North Dubuque Street ef Edward Moreno .s .S< E E '" $ ~ Iowa City, Iowa ... 0 .;,: b 0 ~ ....., = ~ o g - ~o '-- 1 J.-~ =i ~3: II ~,~/ ..=- ().... 1 ,- p.. Precast Double-Tee Roof FRP Beam Repairs -Iowa City Water Treatment Plant =\CJ -i \ Project: -<r- m ~ 'ill "'" ---, -.-'" ::Jr: ' ~ o-'~-' '-J 2551 North Dubuque Street INDEX TO DRAWINGS: <;; /". ?? )> W -i (Stephen Atkins Drive) Iowa City, Iowa S-1 TITLE SHEET, LOCATION PLAN, INDEX S-2 ABBREVIATIONS, GENERAL NOTES, D City of Iowa City - Public Works Department AND REFERENCE STANDARDS D Client: S-3 ROOF LEVEL PLAN lli:: 410 East Washington Street S-4 ROOF DOUBLE-TEE BEAM REPAIR ACCESS S-5 FRAMING PLAN AT ELEV. 728'-0" Project Iowa City, Iowa 52240 S-6 SECTIONS AND DETAILS Precast Double-Tee S-7 FRP DETAILS Engineer: Wiss, Janney, Elstner Associates, Inc. S-8 CONCEPTUAL CATWALK DETAILS Roof Beam 330 Pfingsten Road W E ENGINEERS M-1 MECHANICAL PLAN F;RP Repairs M-2 MECHANICAL DETAILS N orth brook, Illinois 60062 ARCHITECTS MATERIALS SCIENTISTS G-1 GENERAL SITE STAGING PLAN Iowa City Water Treatment Plant 847.272.7400 tel 1847.291.4813 fax 2551 North Dubuque Street E-1 ELECTRICAL SHEET KEY PLAN Iowa City, Iowa . www.wJe.com E-2 ELECTRICAL ENLARGED PLAN C E-3 ELECTRICAL ENLARGED PLAN C MEP E-4 ELECTRICAL ENLARGED PLAN Client Howard R. Green Company Consultant: E-5 ELECTRICAL ENLARGED PLAN l ~ 1 4685 Merle Hay Rd., Suite 106 --= -at!l: --- E-6 ELECTRICAL ENLARGED PLAN ~~W!S Des Moines, Iowa 50322 Howard R. Green Company E-7 ELECTRICAL DETAILS "'~.'''~ "l1li.' ..,. ~ 515.278.2913 tel 1515.278.1846 fax E-8 ELECTRICAL DETAILS AND PLAN NOTES CITY OF IOWA CITY City of Iowa City Iowa City Water Treatment Plant Public Works Department 2551 North Dubuque Street 410 East Washington Street Iowa City, Iowa Structural Engineer Electrical Engineer Mechanical Engineer B SEAL SEAL SEAL B _0 I hereby certify that this engineering document was prepared by me I hereby certify that this engineering document was prepared by me I hereby certify that this engineering document was prepared by me 5; or under my direct personal supervision and that I am a duly or under my direct personal supervision and that I am a duly or under my direct personal supervision and that I am a duly H licensed Professional Engineer under the laws of the state of Iowa. licensed Professional Engineer under the laws of the state of Iowa. licensed Professional Engineer under the laws of the state of Iowa. ~;; o iil d/ tJ ~!l :\\\\\U\\!llllWlJ/lfl/l 12/11/07 For Bidding ~.~ JO~ P/' ~ bK IC> 4'00 E~ ~~iO\" aNAL "''0", 7::KtJII ",,,_mufUllltllJ; ,# ss\.........Srjl, ~ Mark Date Description ~~ ~ v~. .. t':'J ~ (signature) (date) (signature) (date) ~~SSION~ (signature) (date) ~5<.v.... - - ...\;%:.:t ~q........... ':AI ~ l~ ~O." - ~':'. '.~ ~ ~ .+ ..~ ~ ,... . . ...., . ..~ :::: . . \\ ~ 0/ +.r;,"a ~~ 2'} Q:: NEAL S. ',\1 s; lJj+ . " ~ ll.: ANDER"ON :\11 2 Printed or typed name: Neal S. Anderson Printed or typed name: Steven R. Junod . 'G) Printed or typed name: Charles A. Pedersen 2007.1145 .S e - ~ ......;0 - r/,l: CHARLESA. ~_a Project No. ]'" -' ... 18566 . '= ffi~ PEDERSEN j~ % -;, '"-.~~t->; - * i ~, =~ ~ . ~.~~.. t 10 '" Ucense number: 18566 Ucense number: 13829 \O~ 92D5 ~ Ucense number: 09205 "ll~ 'a: ".. _7.~ '\~ ,0': c.,.." ~ 19 November 2007 ~ *.... -- -:':-~':'~ ..--' R Date t~ ~ ".. ...* ~~ 't11.[IOtvj.... ~ ....h...... ~ My license renewal date is December 31, 2008 My license renewal date is December 31, 2008 My license renewal date is December 31, 2008 ~ fONt>.. ~ * ........ .. 1;( O.~ ~II" ~\~-.&- .0"" IOW"-, Drawn RHS/ELV ~~ ~11111I/1II1111\l\\l"\" . i'll1lltlUlIUU\\" Pages or sheets covered by this seal: Pages or sheets covered by this seal: Pages or sheets covered by this seal: 6'""' Checked NSA ~g o . Sheets S-1 to 8-8 Sheets G-1, E-1 to E-8 Sheets M-1 and M-2 "" 0 Not to Scale :1l~ Scale tg! 1n! e.~ A A ~.,( Title Sheet, .~ l~ iir N Location Plan, Index ~~ 'C <Ii LOCATION PLAN: EB ~~ Sheet Tille 8 ~ 0", 8-1 : 8 ~." r o .e "--~ Sheet No. ue. 1 2 3 4 5 6 7 8 -,,' . - .-.."._,. ". ---- '" - - ~--.;.., ,'" I "--.....----.- ---.---------------..---.- -- ---..-..----------..----------.-.-.-. .~_._-_.-.._-_.._...- -_._._.--~_. ~ ...--- - '"-- ---- 1 I 2 I 3 I 4 I 5 I 6 I 7 I 8 on ~ N 00 -.; on .~ GENERAL NOTES WJE ENGINEERS ~ IOWA CITY WATER TREATMENT PLANT (WTP) ARCHITECTS Double Tee Roof Beam FRP Repairs MATERIALS SCIENTISTS ~ Scope of Work Demolition Wiss, Janney, Elstner Associates, Inc. "" F F ~ 1. The extent of the demolition work is as shown on and reasonably inferable from 8. Do not store materials on the existing structure that might cause distortion or 3. Air will be exhausted from the endosure via flexible exhaust ducts to provide a 330 Pfingsten Road '" 1. The construction work for the project is defined on these drawings and in the the drawings. damage to the members of the supporting structure(s). Repair or replace uniform airflow distribution through the working area. Northbrook, Illinois 60062 ... - printed Project Manual entitled Double Tee Roof Beam FRP Repairs, Iowa City 2. Equipment to be used for concrete demolition work shall be limited to chipping damaged members or structures as directed by the Engineer. 4. Passive make-up inlet air openings will be provided within the "active" endosure, - 847.272.7400 tel I 847.291.4813 fax r-: 0 Water Treatment Plant (WTP) hammers with a total weight not to exceed 15 Ibs. Larger demolition equipment 9. Field welding of the main catwalk structure or construction accessories will not to provide a uniform air flow distribution through the entire cross-section of the W'WN.wje.com 1'l - 2. This work generally consists of the FRP repair of the double-tee beam stems for shall be formally approved by the Owner and Engineer where no detrimental be permitted unless approved by the Engineer. Damage to hot-dip galvanized enclosure. Inlet openings will be constructed of timber framing or other means 0 0 Headquarters & Laboratories: Northbrook, Illinois M the roof structure of the Iowa City WTP. The following summarizes the major effect to the structure can be foreseen. coatings shall be repaired in the field with approved cold-applied galvanizing enclosed with either gravity tarpaulin f1aps-or-filtering media. - Manla I Austin I Boston I Chicago I Cleveland I Dallas I Denver I Detroit . - components of the Work: 3. Provide for off-site disposal of all demolished material. paint. 5. Passive inlet air openings shall be designed to provide an inward airflow velocity 0 Honolulu I Houston I Memphis I Minneapolis I New Haven I New Yorl< - - . Design, fabricate, and erect a permanent catwalk at selected, difficult to 4. During all stages of the construction, protect the WTP elements that are to into the containment ranging from 200-750 ft I min. Inlet velocities below this Princeton I San Francisco I Seallle I Washingloo, D.C. - t- o 0 access locations within the plant. In other locations, erect scaffolding to remain. Any damage caused to the existing building elements which are to FRP Repair Notes range may cause "short-circuiting" of ventilation air through the active endosure, ~ - p.; access the underside of the double-tee beam stem end (Sheet S-4). remain shall be the sole responsibility of the Contractor and shall be repaired to 1. The FRP system shall be installed in accordance with the manufacturer's while excessive inlet velocities may cause concaving of the flexible tarpaulin I . Relocate selected electrical and mechanical utilities as shown on the E- and the satisfaction of the Owner at the Contractor's expense. requirements and instructions and specification Section 06610 - Fiber Reinforood walls. M- drawings. 5. Perform demolition work during hours designated by Owner. Polymer (FRP) Strengthening. 6. Work platforms shall create minimal obstruction to the flow of air through the " :;:l . At double tee stem ends to be repaired, install an airtight, negative pressure 2. Carbon fiber-reinforced polymer (CFRP) system shall have a minimum elastic active endosure. The objective is to provide a flow of air around the workers ~ ::d dust endosure. Exhaust fans, blowers, compressors to the exterior of the Concrete Repair modulus of 8900 ksi and a layer thickness of 0.04 in. The CFRP system shall be within the containment to reduce the airborne concentration within the work area. l plant. Prepare the surfaces to receive the FRP through sandblasting, 1. Remove all unsound concrete and sufficient sound concrete to create minimum used for all repairs. 7. Ventilation System Calculations: System static pressure calculations worked in shotblasting, or miscellaneous grinding of the concrete surface. gaps around reinforcing bars or prestressing strand, and to permit minimum 3. The FRP system shall be designed for a maximum ultimate strain of 0.002 for conjunction with the fan curve results in the total anticipated exhaust capacity ef . Perform any miscellaneous concrete repairs and surface preparation that is depths of concrete pours. shear and 0.006 for flexure. used to design the active enclosures, induding cross-sectional areas, make-up .s required in order to achieve a continuous, planar surface. Conventional 2. Existing reinforcing bars or prestressing strand shall be cleaned by sandblasting 4. Material witness panels of each composite type shall be manufactured on site to air openings and exhaust ductwork, to be utilized throughout the project. .S< E E '" concrete repair products will be accepted for the small areas of patching that to remove all rust and adhered concrete. After cleaning, all exposed be tested by an independent lab in accordance with ASTM D3039 and $ ~ are required, if any. reinforcement shall be carefully evaluated to determine if replacement or specification Section 06610 - Fiber Reinforced Polymer (FRP) Strengthening to Electrical I Mechanical Notes so: . Epoxy inject the existing diagonal cracks and longitudinal cracks present in the additional reinforcement bars are required. Existing reinforcing bars shall be verify the properties used for design. 1. See Sheet E-1 for the Electrical System notes. Vi stem. field epoxy-coated. 5. Concrete surfaces to receive FRP shall be sounded by the contractor. Any 2. See Sheet M-1 for the Mechanical System notes. ...., = t- . Install fiber-reinforced polymer (FRP) repairs on double tee stem ends as 3. Sandblasted concrete surfaces shall be protected from contamination and unsound concrete shall be removed and repaired using the FRP manufacturer's 0 = 0 <= ~ <;: " approved repair mortar, or an approved equal. Reference specification Section Referenced Standards (Latest Edition/Revision Shall ApplYl <--\.. ,/ <- indicated on the repair plans. exposure to the elements prior to concrete casting. If in the opinion of the ).> -; :r- 0 -j II - -/. - C'l . Following FRP installation, the area repaired shall be coated with a coating Engineer the surface becomes contaminated, the concrete surface shall be 02212 - Removal of Existing Concrete and Surface Preparation, and Section 1. American Concrete Institute (ACI) rl .~ I - c.. ! -IC~' -.J 1 that matches the existing concrete color of the double tee beams. re-deaned. 03310 - Structural Concrete. A. Building Code Requirements for Structural Concrete (ACI 318) .::-<:r- m 3. For more information on the work scope, consult the project specifications, 4. Do not remove or cut existing embedded reinforcing steel, prestressing strand, 6. Before installing FRP, all cracks in the repair area greater than 0.010 inch (10 B. Manual of Standard Practice for Detailing Reinforced Concrete Structures no; ~ ;--j ....--'...1 :31: 0:: - f)...--".' \..J Section 01800 - Expanded Summary of Work. or mesh. Existing, embedded steel should be reused, and any damaged steel mils) shall be epoxy injected in accordance with the specification Section 03604 - (ACI 315) ~;A: CD 4. The existing building will remain in operation for the duration of the project. The may require installation of supplemental reinforcing steel. Bring severe damage Epoxy Injection. C. Specifications for Structural Concrete for Buildings (ACI 301) )> c..J .-J contractor shall provide all temporary controls as necessary to allow for the conditions to the attention of the Engineer. 7. Where fibers will be wrapped around the comers of rectangular cross sections, D. Recommended Practice for Concrete Formwork (ACI 347) building operations. 5. Segments of existing bars or strand with more then % in. cover from the original the comers should be rounded to provide a minimum radius of 3/4 to 1 in. 2. American Society of Civil Engineers (ASCE) concrete surface which were partially or fully exposed in concrete removal 8. Uneven concrete surfaces shall be ground or filled with approved filler materials A. Minimum Design Loads for Buildings and Other Structures (SEll ASCE 7) General Requirements operations shall receive one coat of epoxy which fully covers the bar. A touch-up in accordance with specification Section 06610 - Fiber Reinforced Polymer (FRP) B. Design Loads for Structures During Construction (SEll ASCE 37) 1. All work shall be in accordance with applicable building codes. coat shall be applied if visible pinholes or holidays remain after the first coat. Strengthening. 3. Intemational Code Council (ICC) 2. Minimum design loads: The dry film thickness of the coating shall be approximately 10 to 12 mils. A 9. Prepare substrate concrete surfaces to receive FRP by abrasive blasting or A. International Building Code (IBC) D second coat of epoxy shall be applied to existing exposed bars with 1/2 in. or other equivalent mechanical means to remove alllaitance, grease, curing 4. American Institute for Steel Construction (A1SC) D Roof Loads (per original design) less of cover from the original concrete surface. compounds, waxes, and other bond inhibiting materials. The surface of the A. Manual of Steel Construction Double tee - self weight 150 pcf 6. Existing concrete surfaces below the bars shall be protected from epoxy spillage. concrete shall be profiled using abrasive blasting and/or disc grinding to a B. Detailing for Steel Construction Roof snow load 30 psf It is recommended that heavy paper, cardboard, or visqueen be installed below minimum concrete surface profile designation of CSP-3 as defined by ICRI 5. American Welding Society (AWS) Roof superimposed dead load 5 psf the bars during the coating process. Epoxy spilling on existing concrete surfaces Guideline #03732. A. Structural Welding Code - Steel (AWS D1.1) Project Roof drifting snow load 7 psf shall be removed by additional chipping or another approved method. 10. Splices in the FRP material shall be avoided, unless approved by the Engineer. 7. All accessories, including bolsters, chairs, tie wire, etc., used to tie or support he 11. Where splices are approved by the engineer, minimum lap length in the strong Abbreviations Catwalk Loads epoxy-coated bars shall be epoxy-coated. fiber direction of the FRP material shall be 12 in. Precast Double-Tee Uniform (permanent & construction) 50 psf 8. Design and construction of formwork shall be the responsibility of the Contractor 12. The manufacturer's technical representative shall be present to inspect the +1- Approximately Concentrated (perrnanenQ 300 Ibs and shall be performed in accordance with ACI 347. surface preparation work before the FRP is applied and to observe the initial ALT Alternate Roof Beam - Railing - uniform 50 plf 9. All new concrete shall be placed against existing concrete surfaces that have FRP installation in its entirety. BM Beam Railing - concentrated 200 Ibs been prepared by sandblasting and protected. Prior to concrete placement, the 13. Cure FRP resins in accordance with the manufacturer's recommendations and BRG Bearing FRP Repairs existing surfaces shall be saturated surface dry (SSD) or drier to promote bond. specification Section 06610 - Fiber Reinforced Polymer (FRP) Strengthening. CC Center-te-Center CIP Cast-In-Place 3. Dimensions and elevations of the existing construction are based on the original Epoxy bonding agents are not necessary. 14. Apply a smoke and flame spread coating to all FRP repairs, using Tyfo RR CL Centerline Iowa City Water Treatment Plant design drawings for the structure. Copies of these drawing are available from 10. A proprietary bag mix concrete shall be used for the concrete repairs. The bag coating, SikaGard 550W Elastic, or an approved equal, in accordance with the COL Column the Owner or Engineer upon request. mix concrete shall be manufactured by the Sika Corporation, or an approved manufacturer's recommendations. CP Complete Penetration 2551 North Dubuque Street 4. Actual dimensions, elevations, and existing conditions may vary from the original equal. Thicker portions of the repair section shall be extended with 3/8 in. CONC Concrete Iowa City, Iowa drawings. The Contractor shall field verify the existing dimensions, elevations, aggregate in accordance with the manufacturer's recommendations. Use of the Containment Notes CONT Continuous and existing conditions prior to starting the work or ordering material. proprietary bag mix shall be in strict accordance with the manufacturer's 1. All proposed abrasive blasting containments are to be designed in full CONTR Contractor C Dimensions of the new construction shall be adjusted as required to fit the recommendations. accordance with the SSPC-Guide 6 (CON) Class 3 containment specifications. DIA Diameter C as-built, existing conditions. 11. Concrete repairs shall be paid on a square foot basis assuming the entire double 2. An Iowa Professional Structural Engineer shall design any suspended 0 Diameter Client 5. Normal working hours for the Contractor shall be per the Specification. If tee stem width will be replaced. Measurement shall be a vertical area on one platform, scaffolding, guying means, attachments, and incidental structural DBL Double 1 ~ ! circumstances warrant, the Contractor may request permission for extended side of the tee stem. components of the enclosure. Enclosure drawings and calculations showing the (E) Epoxy-Coated Reinforcement -- = -at.. EA ,.....-- hours or weekend hours. temporary enclosure structure and bearing the PE seal shall be submitted in Each !5.W!! 6. The Contractor shall develop and keep up-to-date a work plan and schedule for Epoxy Injection Notes accordance with the Specification. Submit an analysis showing the loads added EF Each Face ,,~ _a,' all repair activities so the City of Iowa City and Water Division can be apprised 1. This work includes epoxy injection in conjunction with the FRP repairs, along to the existing structure by the containment system and waste materials. Verify ELEV Elevation ES Each Side .... .. and plan accordingly. with any additional epoxy injection work designated by the Engineer. A slight that the forces and stresses induced in the members from these loads do not EW Each Way CITY OF IOWA CITY 7. Coordinate any relocation or protection of building contents with the City prior to allowance in quantity has been included on the bid form for epoxy injection of cause them to be overstressed. EQ Equal (spacing) - and during the repair work. additional cracks. 3. Anchorage or attachment to the existing structure shall be through bolted EXIST Existing 8. The Contractor shall secure and pay for all permits, licenses and govemment 2. Existing cracks designated as A, B, or C on Detail 21 S-6 shall be injected with connections, damps, hooks, cable loops, etc. Welding to or installing concrete FLG Flange City of Iowa City fees as required. The Contractor shall comply with codes, ordinances, rules, epoxy to seal and repair. The crack length for measurement shall be the vertical expansion anchors into the existing structure to attach the endosure support FS Far Side regulations, orders and other legal requirements of public authority, which bear side length on one side of the tee stem measured in length units (in. orft). . means shall be prohibited, unless approved by the Engineer. Any approved HORIZ Horizontal Public Works Department on the performance of the work. 3. Reference specification Section 03604 - Epoxy Injection for repair materials and welds used for support shall be removed by grinding. HP High Point 410 East Washington Street 9. Contractor shall provide and maintain required dust barriers, barricades, procedures. 4. Do not store materials on the catwalk or scaffold structure that might cause HS High Strength protection, and warning lights in good working condition until completion of the distortion or damage to the members of the supporting structure(s). LLV Long Leg Vertical Iowa City, Iowa work requiring such protection and then remove the same. All signs, barriers Structural Steel Catwalks 5. The Contractor shall determine actual sizes of containment endosures. LLH Long Leg Horizontal and barricades shall comply with federal, state and local laws and regulations. 1. The Contractor shall field verify all necessary dimensions and/or lengths prior to LONG Longitudinal 10. The Contractor shall maintain premises free from accumulations of waste starting the work. Tarpaulin Enclosure LONGIT Longitudinal B LP Low Point B =~ material and rubbish. Precautions should be taken to minimize dust from 2. Calculations and shop drawings for the catwalk fabrication shall be prepared and 1. All containments shall be constructed of high strength, light transmissive, fire 00 entering the building sealed by a qualified Iowa Professional Structural Engineer. resistant tarpaulins (or other acceptable materials) suspended directly from the MAX Maximum ,jl"" .l<.~ MIN Minimum W 0 11. The Contractor shall be responsible for keeping all WTP areas used by the 3. All steel shall be fabricated and erected in accordance with the American roof structure or from a steel cable support system. Each enclosure shall consist Iii~ NIC Not In Contract 1l ~ Contractor, subcontractors, and suppliers clean and free of all dirt, mud, and Institute of Stele Construction (AISC) "Code of Standard Practice for Steel of a bottom tarpaulin or suspended solid decking, sidewall and end wall ,,!l NS Near Side 12/11/07 For Bidding Iii.~ other construction debris, and will be required to clean them as necessary in Buildings and Bridges." Welding shall comply with American Welding Society tarpaulins. NTS Not To Scale .sJ;i order to maintain them in a safe condition. The Contractor shall be especially (AWS) specifications and performed by certified welders. 2. All seams between containment sections and the structure shall be impervious to OC On Center Mark Date Description 5.0 ~;:; responsive to requests from the Public Works Department, Water Division, or 4. Structural Steel: the emission of dust and debris. All seams between tarpaulins shall indude a 24 OPP Opposite r..::;:a ~[ any official of the Owner, to cooperate throughout the project duration. A. Plate and Bar: ASTM A36/A36M in. (min) ovel1ap and a continuous seal. All seams between tarpaulins and the OH Over Head W 12. All materials shall be delivered to the job site in manufacturer's sealed packaging B. Angles: ASTM A36/A36M roof structure shall include a 24 in. (min) ovel1ap and a continuous seal. PL Plate Project No. 2007.1145 .8 e "" " - 8 Iii and stored in an enclosed shelter providing protection from damage and C. Wide Flange Shapes: ASTM A992 3. Submit information for tarpaulins to be utilized for the enclosure per the REQ'D Required ~ W l~ exposure to the elements. Damaged or deteriorated materials shall be removed D. Structural Tubes: ASTM A500, Grade B, structural tubing. specifications. SIM Similar Date 19 November 2007 0;; from the premises. E. Stainless Steel Plate: ASTM A666, Type 316 4. All inside surfaces of the enclosure, including suspended work platforms, will be SQ Square "W 0.- .0"" Drawn RHS/EL V ~~ 13. Contractor shall remove portions of the existing CMU firewall as necessary to F. Welding Electrodes: E70XX cleaned with vacuums prior to disassembling and/or moving the enclosure. SS Stainless Steel '5....:- access repair locations. Contractor shall determine the need for, and perform, all 5. All fabricated catwalk assemblies shall be hot-dip galvanized in accordance with T&B Top and Bottom NSA ~g TI Top of Checked disconnection andlor temporary or permanent rerouting of existing utilities, in ASTM A123. Ventilation Systems o . TYP Typical """ consultation with the owner, to facilitate the repair installation. 6. Fasteners shall be ASTM A325, Type 1 hot-dip galvanized, high-strength bolts. 1. In the event the average airflow velocity through the enclosure drops below the ;iJ~ UNO Unless Noted Otherwise Scale As Shown ....2 14. After completion of the repair work in each area, the Contractor shall replace all Where possible. bolt heads shall be on the exposed side of the member. Nuts minimum allowable level, interior tarpaulins will be positioned, as required, to VERT Vertical o ~ i"!l removed portions of the CMU firewall to match the original. shall be heavy hex carbon-steel nuts (DH) ASTM A563 (ASTM A563M); and reduce the effective enclosure cross-sectional area and increase the air velocity VIF Verify in Field o.:! A 15. The Contractor shall at all times protect the building exterior and interior finishes ASTM F436 (ASTM F436M) hardened carbon-steel washers. Nuts and washers above the minimum level. A ZIl WI With Abbreviations, ai~ against damage resulting from the work performed. Any damage caused to the shall be galvanized, and DH nuts lubricated. 2. Mobile fabric filter dust collection system, including flexible exhaust ducts and WIO Without iii! existing building elements shall be the sole responsibility of the Contractor and 7. All welding shall be performed by certified welders and shall comply with the make-up air inlets, will be utilized to provide negative air within the containments. WPT Working Point General Notes is shall be repaired to the satisfaction of the Owner at the Contractor's expense. latest edition of the Structural Welding Code (AWS D1.1). The dust collection system is designed in conjunction with the enclosures to ~~ 'C ..,ft 16. Contractor shall comply with all security procedures at the Iowa City WTP. provide the minimum allowable airflow velocities. ~~ SheetTilIe "':8 00 ?l'" 8-2 -!l ~." .~.~ g.~ Sheet No. "'Q. 1 I 2 T 3 I 4 I 5 I 6 I 7 I 8 . - ----..~---- .-.. -.---.--- ------.--.-.--.-.- -.-- ~.~ ~--- -.--.-.--- ----- ~- --~._.- --.---.-- - -..----.--.--..---.-.-.- -..-- -- ---.-.----- --.--- ---.-.-------- 1 2 3 4 5 6 7 8 t<l ~ ";' '" ~ W JE ENrnNBERS .~ ~ ARCHITECTS MATERIALS SCIENTISTS u 1 1 6 5 4 S 2 F Wiss, Janney, Elstner Associates, Inc. ~ F 330 Pfingsten Road :? lIII'G . ....0 &H~~~~ .... .... 1!HI $'1''' '" Northbrook, Illinois 60062 ... - 847.272.7400 tel 1847.291.4813 fax - t- o www.wje.com 0 ~ 0 Headquarters & Laboratories: Northbrook, Illinois 0 M - Manla I Austin I Boston I Chicago I Cleveland I Dallas I Denver I DeIroit , - Honolulu I Houston I Memphis I Minneapolis I New Haven I New YllI1< 0 - _____.._.____.__ - __ _____._n ________.____ ~ -- 1 I 2 I 3 I 4 I 5 I 6 I 7 I 8 on ~ '" ,;, -.; f WJE~ ~ ARCHITECTS ~ MATERIALS SCIENTISTS ~ Q " s ~ ~ (~~ ~1 Q) 6- ~ . lC: ; , ':;t , . } c; ? I I ..., ] F 8 ~ \ 4- ,) ) \~ d) (~J \ ~ . . . F Wiss, Janney, Elstner Associates, Inc. ~ ~D GN -.-J. H'.\l__________.._. h~__.___2!H .~,____~__._r~_:~~. ___,)5.-~r__. 57'00 , J AntiCipated Access ReqUirements: NO~~~:O~~~~~~~i~~~~62 ~ ' 847.272.7400 tel I 847.291.4813 fax ~ fAl Construct temporary scaffolding in Pump Room www.wje.com 8 I ~ to access double - tee stem ends ~ Headquarters & Laboratories: Northbrook, Illinois ~ ' . . . Atlanta I Austin I Boston I Chicago I Cleveland I Dallas I Denver I Detroit ~ r-B1 Construct temporary scaffoldmg staged from eXlstmg Honolulu I Houston I Memphis I Minneapolis I New Haven I New York :; ~ WTP walkway to access double - tee stem ends. Princeton I San Francisco j Seattle IWashington,D~C~ ~ - ~ ' ~ Construct permanent catwalk along cast-in-place ~ 0--1 -t------ -- : - - ------- ----------- _ot- 0- - ---- --- ---_-0-- -----0 i - --- -- - - -- -.- --- -r - ro---t- ------------ -- -.,- +--~) - conc:::~~o:~:::"::~::::he::n horizontal i ! j 1 j ! I ! i IC11 beam aligned with concrete girder bottom elevation. ~ I 1 I I I: I i (see 21 S-8 ). ~. i i i i I i l i e I I I r I j ~ I :~ E I I ! ! ! ~ j i Catwalk hung from double cantilever beam bearing E ~ 71 I' 'I ~ ! I! I ! IC21 a top the concrete girder and needled between .0 0. t I I I ~ ~ "i i i i i i i i double-tee stems (see 51 S-8 ). ~ i i i i i i i j ~ i -'11' l-j 1"-: 6""'..\111' i'-' ,-, 11 t"1' 0"', cI ;; 1"-' i El Typical one-sided cantilever catwalk with main 9 o I w J "'''' 2 P":; - r (;. ~ t.~ <, S8'-U I .... ~- ~ tr---.-.------~--. lk-.~.-.-.--._--------.---~ - 1 ---~-_,-.--n--_~-.__i---I'- ~---------.----~----~--.-----{-} C3 honzontal beam aligned with concrete girder -,; '~n o' I' ~ ~ ii '-1 ~ - ~~..,- . . .- I .~,-- ~ ~ -~~ - - ~ r- _ '" --~ o 0:; - B I . --,-. - ~ BEfPING CL ../' I I I ~-- ". I 11--- " ~'-,.... .'1 ?: ~'-'! -- B (IS ) (,,) J ~I :1: 1, '-'~~:: 11 ".'IH'.(.":" ;1: 22 ,1' (~ :: . 33 "" 'It(~-;}i: :: f 44 ~):L-.j i area see 8 -8. ._J 15;1;, I ""~, f.:" ,) "'" ' i -I ~; .~: 'I '.' '. I~ ,/j , (EU lY; &"-~ -~". f,c~.).rr~ I ->>(t)"l i", I_~ r l! - ~ ~ I \ J r - "_~ " , "!', . ~ , ' 'I , ,) v: I , .. ,,' ' 'f v'.", ' ") ,'J '. " , , " ,'~ , / 81 I I "t '"I":. 1\ \,' "--)i; ." 1~X-",-","(:-.~'-~L--J:---*_----:I\----1'-\-r n " x--._~..!--!.-. --~.",---.Jd'--7"-''''7'--~-X-' '1J{~117r--~..,.'1 r4'T-'f'..,.......-7"-i-----)~..-.-'\\--~--.r---""""--.......:,C--'_l.i--~~-----I.---.-'G:;\ 'j' ',~ . I. :. ~ -' .'1" ','"'' 1\ " " : ' iji, ~"" .\.\ ,. H " n '-c/ J =) Catwalk suspended from East-West !.fJ"""L "'7 ~s. _ff .:;..i(~"", ' ~ ~ ti'-,j ,l",,~ ''!N'< ie.. tlf"l ~--_._- I i ,-- --2- @ -rl~E -l9 i ----.-----.-.~-~.._'~.~", _J.t"-' /~"\ i ----.-.---.-----.--....J--,.,I-.-~ _J L-T-'~''J:_r ---.--~-~-~--.'i,.{,,:r=:.dJl-:i:::;;..7-\{:F_~.2,~-1 i--A.S''':!'. ._. ,., .-.------~-.----.--~~-'-l: !-------i-~~ ICSI Roof Beams (see 6/S-8) '--./ ~;. I l : "-' \!:~'l_. i . ; "- '-/ I 1 (roff. 'it' ...:.. v..,. L _' ~ 1 ti~2\".Jl!):' 4 $.,; , ~ "'4 'J fr~'~ ,~ i t., (~ ~\ '/. ""..." l \ ~ .-1 ___ I 0 "~' f I ~_'" ... ~ ':-~-:Y f' '". ~~ .:.v~ ' ""' "'''' "'-}'-' t 1-' 1 --- '.1h. .' 1 _ v ' , , , , , ,.......y j , \. .I ,j" d , / '/ \' I " ICfl~ C,11, ' '.' ,!-- 0 l ( ! I, If , ~ A, I \/ ' " " . , ,~ '1 '!] I r~~' 1', X \ J.." I ^ I,. [, " ,i. /t---, 'it'!. lc .;>, )\ ;'t-- i\ L, !\ . ..., --.!( X-----;i-';,---;\;;Qfuf"1, ~"l-j:~ ''I' f"-1'-~~1'."--,.,-- "'-X~-~-~t-.-l'iA.~~, 1D I >? ::.. .>.~i';"" t I"' [ __....,.-, >{:~ '5c ,,~ j ! .::::=.:"!~'~ ~! [ @\ ~ "", DC:. ~ 3~c: 1(;1 11 d11i:3 II CHC1 !l c~124[ ~ I ~ '.:~ ; I: 1'35 e ~~~_~::Jj~i5: ?T"Ctt"?zJJ l 46] }~- D ~ ~-i' ~ ii, T . ~ I ;,; l........... 1 . J ", ::;r ,"\ ""~'""" 1,1] <n 'I ~ " I ( '1 r L !;!\ - ") :~ J ~;\" ','; ,-----;:- ~J \ 'r .... j ,t, 'J' r ,/ I I I. ~ '.V , \,- I \. I t Of a\ r' , \. 'I ''F' I II ""'."~ /\ ^ \: ,-~' X X ~-t.:-1':..~--- i\ ),;:-__-"(__,,_~_\L-L....,* . ~ ",,.,; ..__"___\,____,..j'__4~._~4_"r.--IL.~]l.'--'-,- 1-_.-41_ \L... J _\L-_Y ----"'- ~~-,".J I ' J.:." ~l ' . . , I ' ' . . .---7\ I", 1\- [L ,,, . , " " 7\ ., , \ . ~#V, 'I, " ,', \ j. ----:?, ~ ~r, ~ l'\ -~' II I ;<;"; , .'-? ."'. - 4,-"" ","K-<- ,Q I 't I! ." I '~. : ! f ~ ~, j (r;-:, I' . - _. s.!.!~..-..: i t 1 h I '.:r:~ _...~ ~ <"') ... ';r I: .-~; ., frf" "'~ ~.... ~ . , I, 4 ~':;;" 14 i SU1?..\,>!;; E[ ':.~ 'i ~ 2.,) I ~~ TC.lP C[f eUu-\ EL" "j ~, -J.@l _...~-, ~ ..~,. ,1':$J?'i - - ----,-1+ u. 4-7 1 --.._~ - ----- ~,,'<;~~- ('j- 1-'.--- // I .'. I... j lL. .. .._.J 7;O'-~ I~> w... I 1<2'-D ~ l 1.:J::::r ,'-- . d) II... ...) ~.- > 'Y'j ".;, f ../ Project ... \,1 \l \. ., ~.!- or ), , \1'.( 'I . \.1 ~ " ('d I "; t i f \.J '.f "'r 1~ f . :C) ," , - '-, r~~"~ ,- : ~~ ,.0;. ,.-..,~"'~~~w.~~~w;Ii""""*~""-~-,lt-.Lr'c" '--' N -r-,..., I. l\ 1\ 1~~Jt:-, ff~7 ~~~ 'f{.~~Ef..~/~r.~;;:.l<?o,f. [\ ~ t! ";\ .J..K~~ (\ r<J\ \ I~-f ~"!, !t5\.'~t\~~""~...: ~~";-.~ad;l.'l\;" &~1\~&h"t4~/\ f~~r~.~~~~~\<I.~.,.=1\Q~:Q ~ - ~~~ ~4:i-~~ ""'" ~v :r i" I '-'!~~ . "';:' 6.- .~ < > _~~";k" ~r1t~ r'l i-..t ..+~<, EXisting flue duct. Frame!! if.'1c, , .r6~j "" Precast Double Tee <'i i 2:"z u; ;)! ,~;;:" 15 i @U ,II 26 ' 'i' (@ ,: ,37 I around with catwalk !,.~-.) B ;~; 148 i ~'0il '~-".~,!. - I ~ 1< l-- ., ,l . __ _~, iJ.: '" - "I ,- h,!,2li.l", ~....r ' .' "Y .';4~ v, _____ ::.::. _~ ,_. O-~__ ......-."--~ ~ ~_.__~_.~~._~_..__,_~_..,__,._~_, ,_ . '1'''''''' "';'-l !-..., ~ 'ot \- \...1 1.1 \i-- " . t / G~~ ,=_f-:tt\l: .._,_. -~- '~<'", -:, - .-..---. ~ ~'7T"~- \ ~_._._--_._-_._._._._._----l-------- "~,,+,. f11:......~. ......-..---. ~'-'-'---.'-'-"~~'i-'- .-.- ._""~. ==C?;'~5'=~~=""" """",,,l\l~,_....__ :l~-.--;l--;\ Roof Beam _ V:'Y~ " ~ "'--r-:,I"\ tL" ~'-'-4 --'Ii! \.I ,/ "" 'I I' , I , V V '~ "~ " ' " 'IOt\'y;I " \/ \' ~. )<{. '., -!-4. ,', ~ ~'''''i\'I-''- = ~_.. "-'--.' :J'c ~",-"=,,,. ~! \::,i) o ,;:l ::; -~'.r ,:.,11-'\. i '1:7 ..--- /\,- 1\ "-'~/c;--~r::----t',-~-l\ .I~'" /\ - .. " J ) 1\ 14' '\ ~T .']~ -----7" J\ ,I'., ." " ---tr'i;--- I ,-;-- It-'J''Kl1A,;-1.W? 91 '610.' "., -""---ASI'.n -, .,' !. i-. '-' ~ <... _" '<_ I",,, ,1, j i Q , ., .~, ' , . ',..p",," ".~'V ~, :J --,~ 'f ,,'u,. - ' -.;:j"", ~ ".".., .,~ "'1l'''1'+ " ~",. 0, -~-~'.-.l()l -- . ~ R, ,~!i;r . "':;, 6 1 th~: 1 ;1'6'" 2@.:'::27 I ~ €.:: i 3~_J ! ! @ ;~' WI~n[SnONS ---~, 2 hour.fire separation wall FRP Repairs -, - , . / ;-;-;\, ~ :';,.;::; ,M,''-A '';'. 1 I .', I (Col Line 1 to 2) ,..-.. -~ '~I:- ~7f"r' 4il ~ r i4 0 I . 0---~---'tfr t ::?,= ~ ".~~~ X-j(' ~---- ;-, r; :-*--X '"I; "-1':- ~~.;~. . .2CN~~~t.; -;';',;,.i.[ot:t ~' , ~ --- -~, - _u_ pu______ - i I -0 I~~~~:~';;,:~a~':s~:..~nt I ~r.'~.'. ~~" v ~~~j.,~;~t~~thus .' 4thUs:.~~. :""t28 I ~4~lua:{'J. :~~}9,Jcontinuousatsoftenerta~k 1 tf~ ~V~\ ~ll 2 hour fire separation wall ! I C"ty Iq "! ~~t~' ,,~~- "tT" _1,__'"___/ .ftFf "L _ , , _ I ' .'fH-~L 'f_ ca~alkeelow(typ->'J !.4, 1 ,.-_~ ".:.~'€j ~ (CoI.LineA.9toF) ! owa I, owa ;{) ___. _" t' ~ l.- . . '''.,,~ (, -1'\ 1'; ~, X 4..\: I :~------:r\ ---+----1( X "* '" " t., '..... :::::;---J'~: ' ~ 1\ 1"E_ tt-----!7\ --1-"1\- "",;::;0 -,,"1 ! N . Q. . . , -- . T"'., ~ Jt4 " Q '!J - - - -, n,.t~ I I ."f ~ \01 59"-6 j C .. I !~+ .', ' ;8::" \. J q411 8 15" un- a:K~IhG."~C~' 11'1, C~ 2q I TO? Cf' .. , .L, Z. I,,? ~ ~ -zf:lIi ----;-----.. ([2\e. ~" 1 ~._- -.~---~.._~. C . N, ~ .'. , ',,,, :t'~ 731l'., ,1.1 ~ l/--;l.~l 5'<:R!' E -, """'~ '-'="IT ' : I ~= .'..,. d! Chent N }'''. "- ~ ...~);:: '"' l~ ~J.-'1d r, '.I t Y """'1 h..L--l, ,~- ~ - . ~ ,,~" Q . (E) I 'f'~~ "...., ,/'=-t:::\1 ,,' 'I \f~' .~I1""";'1 \J v v v "I>\!..... "f!~,_ \, _-"-1 ., '~ I" !~ ;"f~I(:,~--~~.- 1--.. ~ ~_ -..-.__~________~__~~ "". . l{J<~s ( , , ~ ,., ""'" i"!"'C'lZ:~~~"""U-'17V '" ,"L""rl~'P t:M" ,,,..., ~, ~.- \ \ E . 1 '*",- "'. '. '<'. .'~ ~ ...., '. ... "''''' "',"';"""~~~~2:i;.3:?~~~, .~;;&.~~~ ,O{~ ~ - --.-.- ~~----_._._-._- -.-..--.---. -.+-----------{ [ / &.t L ........... ____~, > ,'''' _." [, II. I'>.. 7'. '_-,~~->\J.,,... ~b' _ ,\ " " f;'.i' f'\,~ ~~...l.'../\ 1\ ^ 7\ .l',~ .'T" i ,\ M.,~~ii<i--.--.--_.i~~ ; '-.../ -- =- -4 _I' ~. ,,', .~ ' 19 I cr:~ :1 f 30 I~ . ~ '111 (t~;!I': 41 I ' l@ :~" '?I : ty-~:;II~~,...1It ~, ';: 0: 1 th~r ?)~ _,) " f '.' I , I'~~ -- _c, ~ ......-:,-:-Duct Llne~ "I ~>~<., 1 ~",:., I .g (.(;l ! ~ ~.. ~ .~ ~e;( -, -,:!'- 'f (,' ~ --- X '7\--1'~-A X l, ~; j " i )( - ~\L__I.'....,...,..-j~=-- H+--i --*----';!--.-.l;~--~.)~-~----->c---..l1'--L4\--.-""'::;:ji;"" J b~ j "":' _l1li.' -- ,... -w------'" , ij2-"'" ; \ ,~c,! ,', -r,- r;!". r -, . , , n " , , - 1'. " , " . , ."i- _ ~ , ::!..illll c <:1 '"" - f'" 1\ ' ." ') I - .. ~ ~ 1 " , , . -. I 1 ' , ~- , " ~. ...... I _~ .' .q- , .. .--- t' h t ' .....--- ~ '-f ~l u"1 I ..... aa 1;; Z f. ..:' ds 9 I ':f! Os ,qs :Q,j <t1C2; C~131.J In ~! ~il: ~',: c2142 j 1 1 ~, ,r ;;,~ Remove and replace any qMU ~J .-ffim'~'" "'. ....i.. X- _~:.,. cl~ ~ X----10---X~.:..i..! '. '....~...--..".~..~.'~. X. )(--*-----1(. ~{.~_ ,. -~......~.~ ~..~..\.t...'.....~..L---V-----\,'-...............(:-.--i*--~ ''-_1?:::;4. ,- ---< in-fill at the double-tee beam CITY OF IOWA CITY ,:;-~I ., ~., \ \3i OF; ...,..,...._.. ^ . ~f'. .!\ .. " ,--'7\ 1:1!^ '-'- ,:' ~ ...." ~ A " ,\ I, ., ----)ic, \y# .-m> 'r' _ l"~ 1::';b\t ,;-10'~~.i (r"1L<\ " L01 I. OCRRU';:' .~L. ~1~" !-3.~.L;.d,l. r!C~ .elf' m;RI'l El, ))11 ~rUB:i; lit :'4',) 'I. i i .p:.,;l':il a"'f' ends to facilitate FRP repair ! .i:1~""" , . ~~ '. j! , ?If,'''f-'~ \ " , I 14j-Q 'I 1 ". ~~" , , \1.-". !~" ! .'~ 1'" ~ j~'" -, " ; I . '"~_ . I. ! 00- i (~ ; . \.J ; --- ~f>, ~ r--.f ' . . .'J- ~'."'~..!'.~.".'.f '. .~"' .......-. L.......i.,.. 'I "I '.". ,,, "mJ ;b ----,.,..1 I , '. '- '.' _L~' i '~. ""..........".... ....... . It. --. . c. . _..t.C: work (typ) I ..- Clt of Iowa Clt r:; "~..'. '~.. '. t(. ,'" ~...--. F""""""\/ I " II ,-( c .\( .,r~... r. .r ". .'.'. tl '/ I\'.~" '~";;'17:~~".~".""'''"'''---' (,.- rF) :~~ "-..-""~80L ",,,, ,(~~~~cq~~l~ . . Dc' ,,', "'"">"'''\ '0.. ~ .Ai':'Y',,:,XYYV)~,X?)~~~~~~"yy,,~)(;'~I"'~:!~-::!(VJ'~._,-- :-"._____,..~_.._~...~,_.~._......._...._.._..l__._..____.--(0. Y Y ~... ._, ~~. - ::d)~X~~~4;" - . ,~~.\,' .,. ',4,.; ""'~~~,,!_,!>J>j~..A -.' -, A, ".i;~"6.{."""'__M_;..,b>-"---<o;c~d'~-x;i'.;,.7y<K!' I?".-.!-- I en ! I L'!2 I Public Works Department I 2 2 thus I 2 2 thus ~ I 410 East Washington Street ~ t -!: ('LA!/,{.. J 1 U I I C'ty I 2'" ' J ,/ I __".,.-l"- \" 1" ! I;d i".'_._~".-"~--.._-----'-~-~~ owa I , owa ~ ,,,,"-Urn" . 53'-1O} . 1. 63'-J.! 72'-G~. . 2 . 'Ad!. 'n;::i;::~ lli-H';;: 1'::;, _~ ,_ ,,' .~.~. . ~,&;v ~ n~ti It"."' ] ---.-----,--.----~.-------~----1--- --.-------.--- ~--.-~,l.-.-J..--._.~ -J .0. ." '. I. ~ .' .tAN , I I U ;V.';;, Fi "D"IeEi5i! r.--2'~O! (10, cO, 0"" 'n B'-Oll.' n' r d"'_1 I ,'>""i.. .:; ....;.:~--J ~-, ,> -- ~____ - II ,,1>pei'ilv - .",';:',j l I (o)sl"(jrgS'.Oo5-1-"O I I ,-.,11 i I i< U 0 B ..UI,,-it.CllUN~ ~i'-.--------- -,-.--" ~,_.~ -II. ---~~-. _._-1~____~_LJ i VI'';!' ., B .. ~ 3IJ.o 0,',0 <'.'.0 q c"~ -co 0 . Ll c.,. h t~,.~,_ . ~ .~- "5 '" V.~. -"~ ..' j LJ \0 . ~-' ~ -.,. "".,J 11 .-~------_..-----_.~-_.-----.~-. 4'.D -.L."Ot. . l-.'~~~-l. .'.__._0_'. ~-~----- 8d le., /', "'-. !! /6 Ii. cb 0 (2:0 <':') (~) ~ 12/11107 Foc mdd;n, ~~ 12"';~1'::T rUle::: BAyl A:.t"., "':''l"'' F,Qi'.M'.!N.:"'" p...>1 A'.!\" E1EiIA'''\''IOI!;.I 7,".1'=0 Mark Date Description E] '1!,__.~"n ':' ~ ~~.J i $ Id\ .' i b ~ L,,~ cL "Ii .., fl'll . 'irl ..e.;; "'€ !ii Q. .8 11 Project No. 2007.1145 "0'" - 8 !ii H Permanent Catwalk Notes: Date 19 November 2007 2] ~~ Note: Temporary scaffolds cannot block access to Drawn RHS/ELV ~ " r;\ Provide removable vertical ladder for access electrical panels or equipment controls. I ~ \!.J from 60 ft diameter softener tank catwalk N Current traffic walkways shall be maintained Checked NSA .g ,; PROPOSED REPAIR ACCESS PLAN EB without obstructions. .~ ,5 ., Scale As Shown ~ i f'2\. ProVide permanent vertical ladder for access 1 SCALE: 1/16'" = 1'-0" ~ .~ \=.J from walkway below Q.~ A o~ A ~~ f3\ Providegatedaccesstocatwalkforextension Roof Double-Tee Beam i lil. \:::../ ladder, aerial work platform, or scissors lift. . j( Repair Access Ol>~ .C <Ii ~ ~ Sheet Tille ,..: 8 00 ~~ S 4 iJ,- '~.; - 8 l Sheet No. 1 I 2 I 3 I 4 I 5 I 6 I 7 I 8 _ ._L _ .~ - - -- - 1 2 3 4 5 6 7 8 on ~ vi rh -.; I WJE~ ~ Ii ~o~~ .~~~.. ~H'..~ n~u ~~~~~i~SSCIENTISTS u d ~ jl " r Q ~ ~ ., .g F Ii F Wiss, Janney, Elstner Associates, Inc. ~ I: 330 Pfingsten Road " 2 0-cn-. .-- n_nnnnnn_~n_n.__.u~n ~.~ ~.___nu_u_____nn___~'-n-__n--J _~_n_ 847.~~~~;~~:il":~~i.~~~~~~3fax o ~ o WWW-WJe.com M - o ~ I Headquarters & Laboratories: Northbrook, Illinois :z Atlanla I Austin I Boston I Chicago I Cleveland I Dallas I Denver I Detroit S ~__ Honolulu I Houston I Memphis I Minneapolis I New Haven I New Yorl< ;:: , I SEE SHT. S11 FOR FRMNG.I PrincetonISanFranciscoISeallleIWashinglon,D.C~ g . ...... OF MAINTErJANCE AREA.~ ~. 0 .-- ., ~ I _I --~ .-,. I' p.. in '" S" SO CO ( TO '. 0; ,,~ "T r1 ., L." BELOW i: ~ PROVIDE 4S"W. X S"DP. PRECAST ELEV. 722 -0 ) I. Z CONC. PLANI<S @ LOCATIONS AS, I ,!J .. PFWVIDE BACKER ROD W/ SHOWN (W/ALUM~ HANDRAIL~.)- ~ '2' I. Pi'(OVIDE,,3l' P/CAST DOUBLEt\~~4" SO. C;,OL.,,CBELOW TO. ..'. "" 0 CAUU<@ ALL JOII~T'~ ~- ---0( TEe: W/3 lOPPING SLAB , " t:.LEV~ 71 ~i -0 ) i "" _ , (WALKWAY) - FIN. EL.=72S -0 2"-5" I L..I >-'< I Sf" ;S ---,-----,f- . fa ('l 'I COLUI.lN T BEAM ,/" I T/GEAM I~ . SUPPORTS 'J7 '_ ~ I 125'- i~ i j~ @ A.9- ~ ~ ..-.- . n ~~__.. _u_ . ~_.-- .~. --. -.~ ~ . - -.. - ~ . -. .n' ~ ~ .. n...n .-- - ,BSBFP ,~ ~ ~ -. --. I BSB2-2~5. 7f c~:-~-~ ~~ ~ -- ~ -- - ~ .:n. n..., ;c'. ~ ._~ ~ 8- t - u._ .u~un_.~ ~___ ..n . c:.....~.~.. , ~.. ..... .... ',t, u'~ , ~ ~ ~,.~1~:\i~,u... ~ .,,~ k<}~'~ ' . ~u ..~. ,. . . - -~ - ----., ~--~..'. ___n'__ ---..~ -~ .J_~ ~ r:\ in ' , 'I':: :: c$n1>;~ 0" "".." . :, ,: :' :,:: " i: H~I' 11:' " ~'IWff7/y/z:f(#f#FW#}iJ.f!:;:/~W~1V 1: ',d ~ E~. .. ~ .~.__. --r--li~i~-'-- .~W~-u_- I-~-~I-g ---.'. "'.,,~ g -- -.1. .,.~t "gt.....,- j----'lg 'i -,'~j- u. - Jgl- u.-'-;sli . /~##77'7/ //7T /;[ /~#~, ;Ar~ ~~ :i i !. :..... Note: Contractor may use service elevator E i@.1. -, ~." ~.. W:~Jw__ ~II I~ I . ~ I ! . ..11. j i.~:,ilL __JI____,~IL:~;;.' BS3B-B.2 EJS2.5~B,1 .JM I~ ~~:! ,;: prov~dedtemporarywallprotectionis p.. I ~,,,. . . I ' .,' , Le,", ,:-!~ "".:...:/" '//' " provided ~, 0\ j I \ \ liJl b I l:;J ~ I: b I ~ 1 I l1.t I --I~ c-,~~;. I '" I~ j ~~U}~/; I I / 1.A1/ 1 i :i: ,=-7 :;; G,r: uun i.m .y.xx-(X].""rXriX-7':T7\.;X;:-.l. '" /Y T"5< "'~~~'-X-::/i:,;'.". }<,'^/... ^liir'~FY/y~ ^.~ ~XT''''~ Yi../~~~ . 'x, -~2~';r.n :t!lar\j'~ ! I" 11:L..-12" Ci~U WALL ':.1..:. .'. ,C.c; t- V 0 ~~ ,<(7)",V ~vr'iX ./ ,y X ^Y 'I;Y n '0 ~ y x x ~~, ,Y X" ;Y''''~(1\'Ii! ..", X;%' . ",' "": ' IY .., ',:1 o )(11/ IX""/YX I I/~ XIAIT\ 1 ..11 i ::/ 1,;1 !:<: 8;;' L _ / _/ j,V, ~~)(X y )'IIXX / x' ;/, N"Y,' ,YW Xi) ~SlY 11 , ~)<'%~ .yl Y!') :,'~ . .. ! iil - I - g ,.~ - _C -/~::Y:T -')(~~- >f.~7V 7~~7"~)(:X ~ . (70~ :x'.~ ~0(-,X"'(,/ "v Y ~!i.1f l' 1::1 EXIStln~ServlceElevator !,;:.: 4}. A ~ ...J- ~ _ ,0/ /~. Yv )(~ x~.,(^, IX~)'n (2')<~~// V ~~;'VAX' N ~I' !;: (Capacity = 18,000Ibs) I !~S14.~ ~."O """"-V~ , v'>( r~, m ,I)" I I I'.' "ll 'I :i '"7" . 8 n N . rd.~ ,~ .J" , Ii I ~ 0 ':.':: ;_;::i: 130' ~6n i l' -;t" I ro OJ I. I // /! ;! I i I.'.: i~-::-) ..9 I .- .;; I : _-L~~; . ti ,~ --- -- SEF. 1 m OJ : VI. '/I J ! ! 1 p.. in n ::. ~.I:ci _ _ '0 0 110-0 - HRG-Rf' ,2 I L ,[)/" ~II/ Wk 1]1-- _ _ _ Co,) ('J , . ;'1';. lYl' , lYP. ~"" ./' " ~ ~ ~~IV '.1' ' ,.1:,. co ~ " . ,", ~" I" ,\) " I -1! 728' C"/ ' . i I I 1-'! f.3;\ 51M ;l~EJ\M~ ! J ---- ! I'" 722' 0" T,TBEAM 1 ~ V'el ~ " 'B I ,;, ~. . /725'-1" i i I : I l/BU,~,1 : /' ~ ~~ 11 ~-- ' ;) o _ _-,; ;" ..~II _11;-\ . ~..;.... ...IHI" m ~ ~ .~~ 1111.'1---. _. _u._.~~:~ i ,--/'''{ . -;,,1' '1; ___._u_ S~ 7 u. _.. u __ nn ~.';.L V "., /fA/( BSC5-.6' ,.1. 'I. \ . /~ .. ': ",.' .. ,.. 775'-'''./ B8C2-L~~f.T),1 'I" :' <j" ' Y h / ' I /~ . -- PROVIDE flCCESS HATCHES ~ T/BE:'~ vY" ~. ' I:: ~ ' , , . ,// _ ' \ / AT LOCATIONS SHOWN-2;TYP. ' ' [,I" ,~---~- <0' !i ~ I~ ' PROVIDE ,??/PRECAST DOUBLE 'V/ 36" SO. Al.UMINUM HATel, , " " _uu.".. ~. ~ ~ ..__u . ~j:; @+n .~~, TEEW/3../TOPPINGSLAB,.. .I.:~ ~,I.---FLOSinjI/FL()OR-SlA8...'> - -.-. ....~ -~.,!..~.~.-~~_... -:iT'-'-;';.'. ".' o I w' I ~ (WALKWAY) FIN. EL~=72S -0 " ,', ' ..~ (/ I 'I'i' "~'/'~ I' ,'. to I /. 1.\ '. , J I 1// ' ., I, i '" I D.I 0 " M~,,"D j/ CASHN -Pu'CE 6'~. Su'~ -;:-\ : ' B.EAMS BELOW-SEE SilT. S3 . /, .'. V: r.:J~ . - - ,,' ! ';~: ~~. ;: D n ~ i"1~ @ ii I~OR WALKWAY@E..L.722-01"'i ': I~OF, BEAM MARKS..~ , ; '. ....' ~", I' _.~_~.-.~~,cc} ,. . '.":' CD - m' 'I)"'~j(. BAP1 // SAFETY RAILING [I\,SIDE... \I ' Ii /,/ I.. ' " , '.' 1';<; /" i 01' I I. .: ~~ I, " "". "N .' . o .-. ~n~_ ~u ._-~ .~ _u...~ - mn_.. ~mm --- ~ ~... '''''H'y~ ~ _ u;tj(~ - / I :: ':: 'i. "..'.': i Vr" y i co ,; . I I/.A Y/ I I I I I ,~J ';. .,..,II'~ I ill : 'i~S ~\ ~~dW~#~W~~>>~~WI.W.I~~~mgW#~H~H#UU#WM#~~~U..J~I'i~... ; ._, ~ ,YY/A ~~ '~.,/ '11' ,. '.' I 'i" I _ " :-:;(-0-~yf)1 ; SEE SL4B_ REINF. ::: ,_, I! : \ '. : i j' I T8'-O" . <'J"<AP/ .7/0 '" i' SCHEDULE ON , , ' CAN IILEVER. " . , ... ~,1~7{..'-"~~~~~-~~- "~ o . //1-"/'/ iLL_ ~.v \ SWE-..l "27 '01 L --- " , I BEAM ~ ~ i ~/0-~,~ .., _u ~ S;5 nO.. ~ 1./" I '\ ~~~r~~Er // " i ;: V;;' I' . Precast Double-Tee _ /1?'~'nr/:7'.I!' ,'. ; i MANUF,-IYP. , ~YI ~ Roof Beam @..I " ~'/"/./....-. <?L!{ PR~VIDE 12'-4" rp . :. . ~~Ij'::i FRP Repairs ~_ _1. J //\0'/7 7/~ 'y/, LL ' I ~ ' 535 , , BAP~. i.:.. I I OPNG 1i-1 SL:AB __ _ ~ ..._ ~ ' . cc.. ' . ~ ~. ~ ~ n. ~ n ' . LL :! I . a 'i ';':':-' 1"'- 505 Ii ;~~OI;o..,.. WW(,//f,Y BELOW ~ I ~'i ii, . __ :1 I~ Iowa City Water Treatment Plant ,1 ' . ~ ;' 7'-5"[' gs , "'\" ' . " ' &3 I 2551 North Dubuque Street f'.- ! lL -;... ,-; -, I - I m ';1 F., ",--- rt;s ~- ;~; <<~-~~X;;;(Y)(~/YV~X~{Y)<~~<,i~~. '7;1y\(.;(>>~)0<<~Y)(Vx>')<Ii- 7ti0{" i' ~.!i I. lowaCity,lowa I <Xl:.!. 1/)"; y :x . ,7/><' y> >>/ Y)<,)<,,( / Y X / Y X . ]/><' y> y/ W'X /)" X)( / "Y XX/xY)('.,( / /X)< .1 / % d I'\, 728.-0'1 ~ . ,:ITl :::!Hi YY / /x Y'x'-/X ~/)/)< YX Yx/ ^ >0<),x, ~V'1/Yxx/;,/V?h ;xl,' :(~ '.1' ,I 178[A'.' ,i :-,~. , 8-~-- ______u__u_ .... ..= ..)(~.,(;S/y,(X>0maY"x!x,;y;x: . /),~.Y/"P<N,('hN~/~~..~t~!!i . ~.II.-.i' ' "'m i I ! I :': i I ! ' : ; I ! ~ : i i ! :i' . ,. KEYPLAN ~ ~ ' . ' I". . . . ' ;' I " - . , " . I - I i ^ i i -~ - -...... I' ,. I j~~""": I' . 'i:. .-.-- ~';;;:1lI .,.- It : i ~~..... ! Note: Concrete walkways d~Sign~dfor:. ,.. i 1 COLUMN SCHEDUI_E...SEE SHEET 528 I' ~~.5~ I i I_.~~ ______ _____u. a service live load of75 psf(typ.) I: BEAM SCHEDULE........SEE SHEET S27 - ~ I i SEE ARCHITECTURAL f>u'NS] , I' Sl AB c"l-iEDUI E SF~E SI-IEc~1 S2.7 I C I C 1 I I FOR ALT STAIR i'u'NS, 1 . i i; , 0\..... ~......... ~- =._ L ITV OF OWA ITY ~_~TIONS A~.D~~~.J ii' Iii : ! _IL~u~. . .nn_._~__~___..~~'.. r .~-- City of Iowa City , '~..--. .-. ~__~~_nn~_____ ...... SE.E SHT SS FOR . I I ' 'j ... ,..} - - - Ii' !.:.j-- ,,'i FRAMING. OF AD~III~~ AI~EA..~ P bl' 1Al k D rt t i.. i "."'~.'---- U Ie vvor S epa men Legend: 1 I ! : : i :;\ i 410 East Washington Street I I ii, ~' i'l \.\ Iowa City Iowa ! I ~" ' ~ Existing walkway access i! i i :: I \\. at Elevation 728'-0" (:I:) , . ' ! \';" I ; '..:,,, ". ' ~ E' t. Ik I I ... i I 1 FRAMING PLAI\j @ [LEV. 728'-0" , I '<., B ~~ xlsmgwa way paLlormaccess I -. - __._ --- ! .".~ at Elevation 714'-0" or 722'-0" i SCALE: 1/16" = 1'-0" : ~~ i! i 'I i !I)::l I I ' , ~.! I! i l! ~ 12/11/07 For Bidding ~i i 30'-0" 1 64'-0" : 64'-0" i 50'-S" 6'-6~ 15'-0" I 57'-~6" : Mark Date Description ", r.n. _.L____ .: I _n ..n_ I ., .... -, il 0 0 0 2.500 f;\ i ~ 20071145 .5~ U V U 0 U! ProJect No. . ~~ ' g :! 287' -S" -g c. -- --. --- '. Date 19 November 2007 I-o.~ I 1 Ii 0 0 Drawn RHS/ELV E'" U ~ @ Checked NSA 5E:. ~ ~ N Scale As Shown if A FRAMI~,~ ~LAN AT ELEVATION 728'-0" AND LOWER ffi A ~< SCALE.1{16 -1-0" (SHOWING EXISTING WALKWAYS) \J7 F . PI _gj ramlng an ji (FROM HOWARD R. GREEN COMPANY -CONSULTING ENGINEERS) at Elev. 728'-0" -Eh~ 'C "'~ ~ ~ Sheet Hie '" 5 ~,g S 5 _ c -ffi,.~ ._~ - !;',.- go Ii Sheet No. u'" 1 2 3 4 5 6 7 8 . - --..-...--. ---....-,------..- ---.---...--- -_..~ - --.------.--.-..- .-.-.- 1 I 2 I 3 I 4 I 5 I 6 I 7 I S on ~ \0 rh ~ ~S ! ( TOP FLANGE (POSSIBLE CRACK EXTENSION (VERTICAL SHEAR {LIKELY PIS OR CABLE LIFTING \;DUR-O-WEB WJ E ENGINEERS p.. <t. <t. r INTO FLANGE (TO BE SEALED) REINFORCEMENT LOOP BURNED OFF FLUSH VERTICAL STEM REINF ARCHITECTS ~ OF STEM OF STEM BEAM END IN DAP (Av) TO THE FLANGE IN WEB (Aw) MATERIALS SCIENTISTS ~ 2'-117/S" 6'-0" L 2'-117/S" ~ 'I .g F 73/4" I I ~ I- I / V \ F Wiss, Janney, Elstner Associates, Inc. .}, I -L 330 Pfingsten Road : N ~ Northbrook, Illinois 60062 i I 4' ~ ~ ~,~ . ~~ 0) ~ll ""- 847.272.7400~.lj~:~,291.4813fax ~ '. ~I / " I.' / fi3\ ~ DOUBLE-TEE BEAM """ """ '7 ~ ~ .:l \:::.J ~ STEM WEB HORIZONTAL DAP "-.. Headquarters & Laboratories: Northbrook, Illinois ;::: / ~ 1 ~ ) l REINF. BAR (As) Mania I Austin I Boston I Chicago I Cleveland I Dallas I Denver I Detroit :::: . . N BEARING PAD (S) PIS STRANDS Honolulu I Houston I Memphis I Minneapolis I New Haven I NewYorl< 8 ~ ~ NOT SHOWN FOR - Princeton I San Francisco I Seallle I Washington, D.C~ ~ - - - - I. DAPREGION ~ I / @) CLARITY ~ 101/2" L- L z '-- [, 161/2" (:t) !, COAT PIS STRAND ~ , ENDS IF DAMAGED DAP DEPTH AT END DAP END BY SANDBLASTING ::d (VARIES:t 1/2") I I 57/S" OPERATIONS (2) #6 HANGER BARS iii ~ (Ash AND Ash) EO i , TYPICAL CRACKS A TEND REQUIRING EPOXY INJECTION I. V""""",,"' a", m 7 ~ .1 ; r-j;;\ DIAGONAL CRACK AT RE - ENTRANT CORNER OF DAP ENGINEER TO DETERMINE DUR-O-WEB LOCATION E TYPICAL 12 FT WIDE DOUBLE-TEE@\::.J IN FIELD TO COORDINATE WITH REPAIR CONTRACTOR ~ 1 ..., , B DIAGONAL SHEAR CRACKING IN THE WEB FOR THE FRP REPAIR LENGTH REQUIREMENTS :; SCALE. 3/4 = 1-0' (COLUMN LINES 1 TO 5 SHOWN) ~ @) LONGITUDINAL SPLITTING CRACK AT BOTTOM o o ,__ C:' o ::::: .-~- ,== ~ TYPICAL EXISTING REINFORCEMENT _~ . ~ _ 2 ~~IC;:~~;POXY INJECTION LOCATIONS CD ~.~~~~-1EE STEM _._ (',,) c') {EXISTING CMU FIREWALL (2 HOUR) INFILL AT COL. LINE 2 / I V I I I / I I D ? _. -L ~ F /.> ~~~~, -------_10 c! D ~ ~ ~ / /// 7 I --=r I ~ ~ f- - - ~/ / ~ /~ - - - : () : #6 HANGER BARS I I ADJACENT TO DAP Project [ 112" 0 SPECIAL ~ PRESTRESSING ~ EXISTING STRAND ". P t D bl T CONCRETE BEAM 1 '-... ~. recas ou e- ee REPLACE CMU IN-KIND AFTER FRP CAREFULLY REMOVE EXISTING REMOVE AND REPLACE ANY ~. \'t'" CHIP OR GRIND EDGES OR - REPAIR INSTALLATION. LEAVE 1/21N~ CMU INFILL WALL, AS REQUIRED, SEALANT DAMAGED DURING ~ \!. REPAIR AREA SQUARE (TYP.) Roof Beam GAP AND FILL WITH FIRESTOP SEALANT. TO INSTALL FRP REPAIR. REMOVAL FRP REPAIR WORK _ COAT WITH CMU COATING (SEE SPEC~) TO EXTEND BETWEEN MORTAR JOINTS . ~ / EXISTING REINFORCING BARS . ~, , / / / OR PIS STRAND (SANDBLAST FRP Repairs r / V> 1/ CLEAN AND PAINT WITH EPOXY / / / , WHERE EXPOSED) . / " '/1/ Iowa City Water Treatment Plant L ~,r 2551 North Dubuque Street COLUMN LINE 2 CMU IN-FILL DETAILS /": ~ '/ REMOVE UNSOUND AND SOUND . 4 SCALE: 3/4" = 1'.0" ~ /0.717 CONCRETE FROM POTENTIAL REPAIR Iowa City, Iowa /'" h / / AREA. FORM AND CAST TO RESTORE ~ ORIGINAL CROSS-SECTION USING C ~ SPECIALTY OR PROPRIETARY CONCRETE C FORMWORK FINISH Client REQUIRED (TYP~) I ~ 1 ..-.,...= -at 5 ~~I~,':; CONCRETE REPAIR AT TEE END .!~.!!, .... .. CITY OF IOWA CITY - City of Iowa City Public Works Department 410 East Washington Street Iowa City, Iowa ~ B B ~ g il = ,911 ~~ .~ ~ 0 lil~ o . ~3 lil .i'l 12/11/07 For Bidding E~ l; C Mark Date Description ~'" ~~ ,.,= = 0 .g. :;; ~ - Project No 2007.1145 8 lil .g 00 ~J Date 19 November 2007 o 0 ~ 00 0.- .0"" ~~ Drawn RHS/ELV i$ ~ ~ Checked NSA o ~ "" 0 ~~ A Sh ,g '" Scale sown ....~ o . ~g Q.~ 0';: A A z. -g~ i~ Sections and Details J!J lil -EI,~ .0 <Ii _ 00 3 ~ SheelTttle 00 0,," i.~ S 6 ~~.~ .. g.!J U Q. Sheet No~ 1 I 2 I 3 141 5 I 6 I 7 I S r/:i E-- r/:i ..... ~. I-< c.5 i~ .""'II1II E-- C 0 ~ ,,\ ...... I z _ x -~ \LI s::: S ur J2 .~ ! ~g (J) ~ ~ .......... ~ en Q) c: <ll c: , "" ~ ...... \I.f U ...... ~ $ e. g; ~ I-- a.. Q) +-' s::: Q) r/:i r/:i .m ~ CO .;,,!.' le ~ OJ I(/)...... t.;.;. >- · - Q) J:::; rI:l uE-- r/:i~ g "0 00 "": ~ =Olll ~ ~ II \ E s..... ~ U5 f- I' E (f.) t5 (/) ~ ca 'I:'"" ..c \LI ._ "" -- \.J 0- ~ ~ '" 0 CO (j) :E :;;z ~ - n'f n'f E Q) CO U t:::: s::: CO N .- p:.l E-- ;::2 :t 0::: .!1 "! ~ ffi ~ Q) ..c '- u '- u ......:::s 3: CO CO.9 3: I... CO ~ s:: ~ "" ~ g ~ ~ m ~ ~~ :::J (J) a. ~ g.Q ~ :::> g. 0> 0 0) ~ +-' E-- <I> "" ._ () ._ _ c: <ll "- ~ ;;> ::> s::: c I.() d u~ ..... c ~ = co.oJ 5 (.) c: Cf) 0 """ (J) 1-.0 ~ 0 0 0.-...;:. .- ~ E > 5: (J) Z........ ...... ..,# - - ;r 1ii -'- - L..L.I".." :::s .... .s::: .... "0 c: Q) ~ ;;> 0 ~ ~ .!!1. g>.::.i 1i3 ~ ls ~:: .~ 0 LL- u.. ~ 0 i"':\ 7:'" - ~!a i"':\ ~:8.;: ~ ~ ,g W 1+= 0 ..... ~ ~ '-' ._ '-' ......- "" '-' .... "- \U '-' L.I..I';:: l'- Z N'\ <( ,^ ",0.. 00 ...J:E-affi 0 ~.s::: CO 0 '+- 0::::> - I... () 0 W W a.. U-J > 1-0 ~(.)ELt +-' a.. \U t:::: ~ 0 :::> > \U 0 ~ 0 (j) :r: (/) UJ . ~~:@t! ~~~ffi (/) 0 ".." ~ 0 ~ ~ > 1i) ~ l.l.. 0 N 'I:'"" 0::: Z <( ".." c (Y') 1::. 1:: ~ c: ~ CO ".." u.. ~ Z - - .......... (..) CO - u.. I cu ~ ~ g.~ ~ ~ 0 u.. LL ~. ~ U ~:c w t5 LL ~' ..., N -g Ja.$2 ~ () LO .- :::s 0 ;:: ~ h . ~ ~ ~ c ro '" l'- ::r: ;:l -'1':: (J) CO LO I' a.. ~ 'I:'"" 0 .!!! ~ ~ ~ a.. s..... 3: C'\I \.J "C:t N :::> CO .$0 a.. 0 'I:'"" d <ll . ;;:> ffil5 _ z "0 E 0 :;::l:t: "0 -t:: Q) I- Z <( Q) 1:: .Y ""' c:.:.: .......... '0' Q} J;;; Q} Q} 3= () 2 Q} Q} ....._ III .0'..... III Q} <<l Q} Q} ,,;-:; :iE .... <<l .... .c: () .c:.c: ~ ~ !l. 0 0 () (j) (j) (j) ~ LU 0 () CO <( I- Z LUO :iELU ~~ O:::() 00 ~~ I I I I ~~ I I I I co CO~ I I I I co ~ CO I I I I 00 ----------------- ~~ I I I I g:iE I I I I (!) ~ I I I I ~lli LL_____________~~ ~ I- I I I I LU ~ I I I I I I I I I I I I !z _________________ LU(j) I I I I rljrELU I I I I O:::~~~ I I I llio~~ I I I ~~OCO (!)-O::::J ZLU<(O LUO:::oo z:r:z~ LU(j)<(O ~~t>z i::coN:J LULUO:::O::: CO$: 00::: I- 0 I~O ~ ~O::: LUql-~ :iE~ ~~~CO ~ ~() ~Ol-z O:::~ ~o:::@~ 01- OLUI-- ~z O~<((!) ~O ,,<(!l.<( LU() ~ - O:::!l. LU~~~ :r:0::: COoI-Z~ (j)~ ()<(O LU :>- I- I- <( (j) LU :iEco :r:0:::-1- (!) 0 :::J 0 !z t: frl ~~ 0 ZOci....lLU(j) I-z ~ LU()LU 0 ~LU ::i~ ....I!l.I-(j)z X:iE O:::o:::<(LULU LU :iE :iE <c ~ () CO :iE rE 0 <( 0.. "I fh 0 9 :J LU ~frl &l:H ce ~ o:::~~~t> !l.~ ~O u.. z ...-: 5<( @5 0 1-0 W ~~ (j) .-. 12 uj 0 '\""" 0 (!) (I) >- z 0.. '0 ::l5~ Oce e <(~z co (I) ~ 15 ~ 0.. (I) O:::LU~ I co en ~90 Z -- ,(j)w ..c (j)0:::0 0 ...... :JLU(j)- - Q 0> 00 l- e :JZO::: <( co.. (I) Z:JLU I- -' i=:iErE > ..J I'-- <D N N 0 ZLU zooo W b ::J " ..- 0> 0> 0> "- 0::: ...J ' ~ ..- N ..- ..- :iE (j) . ffi 0 ~ f2 W ;:- .... ~ 0::: 0. :J (j) I- ~I 0 _<( _1-- I a L.. ~ CO (I) j:: LU ~ .....I C\I r- 5 0::: IX: (j) ~ 15 ::!; ~ () ~ ~ (j) (j) I- :-: _ LUZ ~ 0:: LU....I fh Q o <( .A" Q, C 5:r: ~ <3 :s2 0 00::: 0.. (j) - ..J I.() 0 ..- ..- I.() g:~ U) w <ri cO " " c.-) oz z ~ 1-0 0 ..J 0:::5 ~ -LU (..) ~~ C LU (j) (j) W ..J 0:::5':: W D::: Q &1- W Q Q ~~ I- C ~ I 0 \0 W..J ~ 0)"-001.() .....J W ~ 0..-..-"":0 \0 CO (..) - ~ - D::: .....I ~ W o w a.. o U) ::J U) W o ~ ~ <'1 Lt:!"'! "'!o ...... u.. 0 N ..- ..- Lri '+- ..J"-"-"-"- C\I W ,.... U) - C"- ..-..-..- z ._ T- ~ ,.- T- T"""" ~ - I I I I I U) =- ex:> N (") ex:> ex:> ::::. I.() I'-- <D I.() I.() ~ ~ J ~ "'" >- C\I (") <o:t I.() <D "'" COO 0 0 0 CO I-- I-- I-- I-- I-- ..- N (") <o:t I.() 110n O~ 110 110-,0 Gl-- - o LU I- ' (j)CO ZLU~ ;2l:!J LU~O o ::> 12 <( LU :iE <(Z (J....Jo :J O:::LU -r~- w:iE WW ~~(j) co- ()<: ....100::: ....I~ C'".l :J i== <( LU LU ....I :iE o~ ()o:r: <(LU LU C'".l 0..... --I- :r:> ....I "Q 0::: n:: ~ ~ 0 (j) <( LU (!) !l. LU LU LU 0 (j) :r: () ~ OZ > I- 0:::0 <( (j)LU <:;J 1-0::: ,OZI- LUI- ~ <(:r: o (j) - Z n:: I- ;>- () :J :J It 0::: ~ :J ~ :iE :r: ~O::: 0:iE0 O:r: (j) I- Ot: ;? 0 ::JZ 0 (j) () I- LU :r: B: 5: . ~- 0::: LUO l- S> :>-0::: i=~~ 1-0 LU t: oW - XW Z(j)- LU 0::: :> Z~ C'".l 01-1- Ol-LU 0::::iE () ;;> <(Z '<::1 !l.~LU ()LUCO ()(j)(j) Z ~ W(3 LUI-::l ....IWOLU zO;2 0 Z ....10::: :>-<(u:: ....I:r:Z(!) OZO () <( !f!0 ....1= <((j):JZ ():J<( W 0 I- !l.~0 1-(j)!l.0:s ....100::: :r: 0::: <(R !l.~Z ""0:::....10::: I- 0 o..~ <(0<( ~tt<(~ <((!)~ 0 () :iE<( I- () O~ 0::: <( ()O I- Q ~ ~~ - 0::: .........1 u.. !l. @ ::l !l. o 0 0::: <(~ri ce LU <( :r: LU LU I- !l. (j) 0::: I- LU(!) LU (j)CO:J JI W ct~ g: ~::lt; ce :iEZ W:iE X<(<( h &, OLU coW O:r:~ . ,v _ n ():r: I- !l.(j):J ~ ~ I- ::l(j) LU(j)Z " '<:;J \0 ce l:H ~ <( fu I- ~ <( N 'V u......ILU:r: z_:iE 'V I ....10::: (j)& ~ffiW N ~t> f:3~ :Jl-rE Z (j)!l. ()LU ~<(~ o zo::: ~rE (j)~0 -I- Q~ O:::~ O....l(j) 1-0 :JO Z<(5 u b &3~ (j)n:: <(ri- W -' ...., Z LU LU >- LU ~ .... Z 1-0::: 1-0:::0 (j) II ~Q~:J ~:JZ .....J ii ()~ ()t; !l.t;w <( ~ <( 0::: Z <( 0:::- <( ~ _ .... 0:::<( O~ ~"'" I- .... ()!l. ():J LU:JO " iJj....lLU....IZ ~Z() !:Q ce ~ LU....IO:::....I<( O:::<(LU ~ 'i7 <( <( b <( !l. <( :iE !l. :iE 0::: ~ nO Z' ' . ~ ~(j) ~ N C'".l N ~ ~ II ,.0-,0 ~ LU 0 () CO <( 1JA\p' L -S\sil~'l.Ul(l\dl.M.;:)J-UOSl~PUVN-517 II' LOOZ\OOZ I -I 0 I I\LOOZ\:d :~umN ~Hd 'H uumo~ 'Ulo!d!S Aq Wd Z17:5 LOOUO IIZ I :P~uold 'Qsn PQzpotpmmn Sll JOJ Al!lN!Su,odsQJ hUll sI.U!1l10SlP iliA'\. t~[fh0 'oUJ: 'SQllll00SSV J::)t!lsl::I 'hOUUllf 'sslA'\. mo.y UOlSSlu:tmd lnotpjM. SUllQUl hUll hq JO UlJOJ hUll II! PQonpoJd::JJ::Jq hllUllUQUlnOOp s!quo.jJ1ld ON 'P:M,J;lS::JJ slqilp nv . LOOZ; lq1ll.L\do;) 1 2 3 4 5 6 7 8 on ~ EXISTING CONCRETE ~IJ 2'-6" (V.I.F.) 3'-0" (TYP.) , 7'-0" (TYP.) 00 GIRDER rh -.; on .~ "- BED HSS IN GROUT ATOP CIP WJE ENGINEERS ~ I ~..,~ I GIRDER. USE PLASTIC SHIMS AS X = 60", TYP. ARCHITECTS I I I I V- HSS4x4x1/8 REQUIRED TO LEVEL X = 40" AT COLUMN LINE 5/C-D, ~ II .. ~ .. .4. . . I I 41 E-F, AND 31 E-F MATERIALS SCIENTISTS I! ~ ~ ! u 4 EXISTING CONCRETE BEAM, '7 -'.- :; ~ -. .(I: VERIFY DIMENSIONS IN FIELD HSS 4x 4x3/8 I 4~~ I I I ~" OSHA GUARDRAIL PROVIDE 4" SQUARE PLATE "" F F Wiss, Janney, Elstner Associates, Inc. ~ I I , 8'-0" MAX. SPACING WASHER AND DOUBLE NUT I I ~ ,~ ANGLE TO LIMIT 330 Pfingsten Road 4 BETWEEN POSTS .;, I I MOVEMENT OF HSS Northbrook, Illinois 60062 ... I I OSHA GUARDDRAIL - ~4 ~ 3/4"0 THREADED ROD - I I . ~.. .t1..~ 847.272,7400 tell 847.291.4813 fax r-: 4~~ ASTM A193, GR~ B7 (CONSTRUCTION 0 I I PROVIDE SS EYEBOLTS IN SS CONCRETE POSITION),TYP. HSS 9 x 5 x 3/8" EXISTING www.wje.com 0 ~L:l M I I I ANCHORS FOR TIE-OFF LINE (TYP.) NEEDLE BEAM DOUBLE-TEE 6 -<1.. 0 ' ~ ~ , <J M 4 ~" OSHA GUARDDRAIL Headquarters & Laboratories: Northbrook, Illinois - " , 4~ (TYPICAL CATWALK Manta I Austin I Boston I Chicago I Cleveland I Dallas I Denver I Detroit - 3/4"0 WIRE ROPE <J~ 0 4 POSITION), TYP~ Honolulu I Houston I Memphis I Minneapolis I New Haven I New Yorl< - CL ~ ~ , (OPTION TO REMOVE ' ~ . - ~ , r:: <I.. AFTER CONSTRUCTION) :..of .. ....d. Princeton I San Francisco I Seallle I Washington, D.C. 0 . " < 0 ~ ~,,~ M 4 - X t .~ Ii; :;;; ,~ " ~. <J ~. ~ ~ ... <1" ~ ,~ b < , 36" FIBERGLASS ~~<J ,~ N 4 . L EXISTING Z ~ , ~ GRATING " ...... , " ....:. .!l .. ~ Lf~ ~ 1->- NOTES: 1. COORDINATE ALL MECHANICAL WORK WITH ROOF BEAM REPAIR WORK. 2. COORDINATE SHUTDOWN OF ALL EQUIPMENT WITH THE OWNER. 3. RELOCATE PLANT SERVICE WATER (PSW) PIPING AS REQUIRED FOR COMPLETION OF THE ROOF BEAM REPAIRS. , ! i Ii I i:;.>:<:.t ~;C~.(!';!: ~ Tcc': - '"'" L;; ~ ::c: 1;,: ~~~ ";;J f~ IZl IZl IZl c= i: ~ ::= ~. , "~'. :~;~'~ ~ .., ii ~=~=~",,,,,,,---="~==~===,,,,=,,,,,,".,,,,,,,,~_,,,,=,.,,,,~~=,=,,,~_,~,,,^,=,,,,,<=>''''c~=2'='~''--"O'''''''~o'===_"",,~ "",,,,,,,-,,,,,,^,,,, ij[J (Sill) \... "L ~~ - / i . j ~i L(~~:Vlt~~:)p.l ! j 4"' UNIT HEAlER L,-~:: EL""::"2V) r - ~', ~! ."~.'" ! """- 4"' UNIT HEAlER \lENT W&;~ UP : \lENT W&;~ UP ',~], '",_, ! I THRU .- f!~..~~ THRU IN,. "~. , DETAIL 3/11-2 !r....~~'~~.~:'.~.,~.~~~,.,~~. DETAIL 3/11-2 (SIll) ~~ .It::.......~ ,;';;;'~:.J 8f1.\)'\'\' C,:J ':1] i, ;.-_1-.., , ~-'"'" :';;':, !~ '-!,." i~~ 'f I~.i J; If".", I U;; ~, , "., , [I (: \",; I i I 1:~ ".! j, -S" UNIT HEAlER -I"'", /,>:i;:<:-'-: .~..~~, ::>--.:~:.:::,." ,~ -~<:'~>::~..~::~~., "~. .,~~~.' *:"::,, ~,~ -J:~ / ::>::: '.:,~.~ ~..,.. "<~. ~'?<.>. ;!Ill,., "~"~"""i i~: " , \lENT W UP " / / ',.~ '1 / '" ".'. ,,~', ." f! ! =L~/II-21(SlIII'-1 i /<:>"<~>" ! (.'\ :;<> "':,~,'\' /<> ~. ~:~ I., [ , , I " / , " , [ '.' , RfI.llCAlED PSW '~, ' ,I, ,,/ ' RfI.llCAlED PSW " '.,_.~. '. ' ~ ~~ .. ~ I, ! ' "-1 ! /i .\, J.l /:/ DETAIL 1/11-2 \ \ ' !~I'.! i,' DETAIL 1/11-2 r ir~.} j'DH ' ',' " "" i Ii" I U/ ~'~' ,,-, , ' , ~.- ~j,. ',. ~ ~~.. //1," ~"~.. '!! SER\llCE WAlER (PSW) . I L~I i Ie .-. " i \ \ ! ! \:,\ ! ' . i" ~ RB..ocATED PSW .: <' c \ " / ", ' ,/ , ~. l; f' f J . \ ' -, ;' / f ;: iDETAlL 2/11-2 ; I , , f ' qr'[;fi \ ' ! , r ~'~ ~!~~, l' ~ // ___~ \\ ,oi/ \ /'// ~__ \\ ~ f" J ,~""~~.!wc...~~" i ' ,/ ", ' , I i~7\"',\ Ii /' \ i :'~~" (~.& Iii ' J i I_._--~,.,,,~-."L'..~".'.."'i~~...'i'~--:.."'ii. ~", ~~~ ~ 'i,l " r.:"~."...",,,_.,.,i!!~!~i:;;;":;~~:;;ii~;-;';!-::.:C~"-;;:::~!;;i:,:;:-,~i~~i~::;::!,:;;!:;i:;E:j ~ GJE'i i~~i ~C=c-.:= r r '1"'_~"i"i""_"""'.~"'i~"_'_"-''I-'.._.~''~'-'~I''.''''"~'i'''~'''~_''~'i'i''.'~:'( ! I ' ~.. -.. . ". I ! ( "TiT "t i I UP I ""~H-~''''._~'~'''''i'.''~'-'~\'''"i~".,~}L__.,~.~,.--"""jL1 'i,_,i ,,_.P.'.'~"" ii. ."~,~ :" ,,-~"~"'~"~--~ "-""'.';'~1j 1[;;', r? IJ~ i'" ~~ ~ ;\\0'-0"'" "."~ ,/ 10'-0.*1 \10'-0'''',_"./ f i \ tr , '\.' - - ",,'" - 'f ,- , , , fi', " . ',' i" ~Ji I(,jt~p U ~ . I; j, \\ ./ :'/ t . II !t<A I /i . i " :i 1- isT Lo." ~~ / i: / j , ./ / /~/ t q I'X ~ i"!',/ I ,-' ~l !2C:~i ~_ \ Y' ii, " " \ 2}JD t, ,.; -,' -. f/ '<,-- _j, // 11'1 i -=i3 iJ' ij'i::') C to I.. '. '~i~ ~ / :~:,. .. ; / /;' ii;ri". ;. ''''''1 '. .. .~ , . ~ / ,~ .<~~>~:::!:::::'~. " " , C:cJ ~,~ f "i: q \.'T '~<::.':.~~,^'-~~ /<;:<'.,./ " :--:~:.~,> " / <" ~:>. .__/ .:: -;:-.. r .:'_~' I U", ?!' .:::':::::::::'..~'-"'_._'_.C;':::::: 58X26~,<::-,:,,~,_. '-':::-:-:::> r8:1, / ~ :'''1-.''i~i~~;)f;2 ?,~.r.;T[) ,'~'ioo ... .... 'I :~c:~-'-----"- '. i "._-~~., , ; ., i~ \, .'"x"" <( II !' 1=C-=oJl!0? =_:,-:,,"'=-11= """:_::}~J:=-'I'r"-:"-=:--"BJ - y "'" , , "," I od; = i! 0"_ ""= i _e > ~ I Vl x ~ r i i I ,f; "~j q ~'i ~ ,:J:: . Ci~s). I IX) I' . C I ':) ~{ N .... ~ I I' '" T ,.;_~" i" C ::;; I '"-';'";~?7-~'-;-;~'~'--~~T>'~~~~"~'~'~$.~~ ", ,g:c;:J "f l; Vl ,,,,,,,,,,,,-..-,,~~~- --:0" = .~~'" . ., _ ~_=_ '.~ .~~~ _. _. ___ x 4" UNIT HEAlER 4"' UNIT HEAlER 4" UNIT HEAlER, : ,. uC' to \IENT~~ \lENTW~ \lENTW~ I' THRU ROOF THRU 1-1 2' GAS THRU 1-1/2' GAS ;. DETAIL 4/11-2 DETAIL 4/11-2 THR~ ROOF DETAIL 4/11-2 THRU ROOF }J~J&:? q I DETAIL 5/11-2 DETAIL 5/11-2i:.,c~ Cl ll:: to I <0 ~ CPS:,j TC, \jC'-Di; X to , Ii i ;. q I ... MECHANICAL PLAN i:\, ff0rJI" 8E[.':'1:' .... w I Vl SCALE: 1/32-=1'-0" I""~,,, w~; X to ;. q I IX) ."l) N !:, .... w I ::;; X ;~~~> to @ ;. q I IX) N H .... w I <( X to SCALE: 1/32" = 11.0" ;. q 0 0.. I NO. REVISION DESCRIPTION IOWA CITY WATER FACILITY IMPROVEMENTS SHEET NO. ~ DRAWN BY: GW JOB DATE: 2007 DATE BY MECHANICAL I I ::;; APPROVED: CAP JOB NUMBER: 526920J DOUBLE-TEE ROOF BEAM REPAIRS MECHANICAL PLAN M-1 X in CAD DATE: November 29, 2007 3:52:48 p.m. - IOWA CITY, IOWA " Howard R Green Company ~ CAD FILE: 526920J\M\M-1.DWG X '<'* * bu I::::::::J * ~ ~u Q(/~ S~ ~~ $ 0 ~ ! O~~ ~ .- CONTRACTOR ENTRANCE AUTOMATED ~~ GATE 0 ~ 0 " CONTRACTOR VEHICLE PARKING ~ " LOADING DOCK 0 AREA DO ---- --------, I I I A I - I I I I REAR ENTRANCE DOOR I I INTO PROCESS AREA I --- , -~- I FREIGHT ELEVATOR, I 10,000 LB CAPACITY I OUTDOOR LAY-DOWN I AREA FOR MATERIALS I '. -. ,... - , ..., ." <:_--~..." -.' --:"-;. ,.~~...".:'- ;:',... .. ~PROCES~ I . '. . .. -. -.. .-., .' . ~ AERATOR ;.' .:'''. ---. ...~. - ,', ~:.. ...;.", . >.:. ~. . I C:cicc;:~(,~~C;'~'~:' COLUMN I AREA I t I I I I I I I -------------~ NOTES: I]] HEATED STORAGE SPACE - ROOM 126 LOCATED ON FIRST FLOOR, A ACCESSED FROM LOADING DOCK, APPROXIMATELY 11 FT x 15 FT, THIS ROOM IS SECURED BY KEY LOCK, CONTRACTOR SHALL BE PERMmED A KEY rn:J HEATED STORAGE SPACE - 10FT x 12 FT OPEN AREA ON UPPER I FLOOR MEZZANINE WEST OF AERATOR COLUMN, THIS IS A NON-WALLED AREA. P R E L I M I N A R Y NOT FOR CONSTRUCTION ~ 1 ;:~ ~~4~~~ON MAP @ D 4D I I I 1- = 40' ~ Cl Z C> SHEET NO. (/) NO. DATE BY REVISION DESCRIPTION IOWA CITY WATER FACILITY IMPROVEMENTS Cl DRAWN BY: JAL JOB DATE: 2007 ELECTRICAL I t APPROVED: SRJ JOB NUMBER: 526920J DOUBLE-TEE ROOF BEAM FRP REPAIRS SITE STAGING LOCATION PLAN 0-1 x ;; CAD DATE: December 03, 2007 9:15:33 a.m. - IOWA CITY, IOWA ~ CAD FILE: 526920J\G\G01.DWG Howard R Green Company x I , I I GENERAL NOTES: --------, I I " , I \ , I 1. TO QUALIFY, THE ELECTRICAL CONTRACTOR INTENDING TO BID ON AND PERFORM THE I -- ---- - ELECTRICAL MODIFICATIONS DESCRIBED IN THESE DOCUMENTS SHALL BE REQUIRED TO ATTEND I II I A PREBID CONFERENCE AT THE WATER TREATMENT FACILIlY TO BECOME FAMILIAR WITH THE f7:\----------- _ _ _ _ _ _ _ _ _ _ _ _ _ - - ----1--- ---.JL..----r--l-- ___ EXISTING SITE CONDITIONS AND THE INTENDED MODIFICATIONS. REFER TO THE INSTRUCTIONS \.::J- I II I I TO BIDDERS REQUIREMENTS DISCUSSED IN THE FRONT OF THE PROJECT MANUAL. I II I I I I I 2. THE INTENT OF THIS PROJECT IS TO RELOCATE EXISTING ELECTRICAL CONDUIT AND I II!! EQUIPMENT TO ALLOW SUFFICIENT WORKING SPACE TO PERFORM STRUCTURAL REPAIRS AND I U_______-1______-Io__ RE-INFORCEMENT OF THE EXISTING ROOF STRUCTURE. THE REPAIRS ARE TO BE PERFORMED I II I I ON THE STEM (VERTICAL) PORTION OF THE PRECAST CONCRETE DOUBLE-TEE ROOF MEMBERS I II I I WITHIN APPROXIMATELY 10'-.0. OF EACH END OF THE DOUBLE-TEES. THE MINIMUM I II I I WORKING CLEARANCE ENVELOPE REQUIRED AROUND THE STEMS SHALL BE 2'-0.. SEE I II I I DRAWING DETAIL 1, SHEET E-B. I II!: 3. CLEARANCES INDICATED ARE MINIMUM. ADDITIONAL CLEARANCE MAY BE REQUIRED TO ~ T T Ull_______~------.j.-- l ACCOMMODATE THE STRUCTURAL REPAIRS. IT SHALL BE THE RESPONSIBILITY OF THE I \ / ELECTRICAL CONTRACTOR TO COORDINATE WITH THE STRUCTURAL REPAIRS CONTRACTOR PRIOR i I I I II ,-,-_... TO RELOCATING THE ELECTRICAL EQUIPMENT TO ACCOMMODATE ANY ADDITIONAL CLEARANCES I I II THAT MAY BE REQUIRED. THIS IS CONSIDERED INCIDENTAL TO THE COST OF MOVING THE ~ I I I II I ELECTRICAL CONDUIT AND EQUIPMENT. ~_____ __ _' _ _ _ _ - - - - - - - - - - - - 4. THE EXISTING CONDUIT AND EQUIPMENT INDICATED SHALL BE PERMANENTLY RELOCATED 0F - - ~ I I I I I I T I I -- OUTSIDE OF THIS REQUIRED WORKING SPACE. THE FINAL INSTALLATION SHALL NOT HAVE ANY B II III III ~ III' I I I I I CONDUIT SUPPORT SYSTEMS OR FASTENERS ATTACHED TO THE PRECAST DOUBLE-TEE STEMS I i II III ~ DN! I I: r I I IN THE REPAIR AREA. VERTICAL CONDUIT AND CONDUIT SUPORT MEMBERS SUCH AS I III ~ II ~ I I II ALL-THREAD RODS ATTACHED TO THE ROOF DECK WILL BE ALLOWED WITHIN THE OUTER 1 FT. 0------ J-- -~-I+l-----------IZl--+rt----- ---~ --------~ I I 'I PORTION OF THE WORKING CLEARANCE AREA TO FACILITATE SUPPORT OF CONDUIT. SEE ~V-- I ! I ! !I ! . I r I-l-titlll I I I DRAWING DETAIL A, SHEET E-B. B.2 ---- - - ----r-rr - - - - --1iTt--- - - - - . N . . - I I I I I I . I II I I I ! I .1 I PERFORMING THE WORK. THE WORK SHALL BE PERFORMED IN STAGES TO MINIMIZE THE II III; . III . II .. '. . '", I I . ..~ . " NUMBER OF BUILDING FACILITIES OR PROCESSES SHUT DOWN OR AFFECTED AT A~ ONE I I : .. iIIiliii '.' I I ~.'c.' ~.:. _ ~~." I L.'-:. iIIiliii TIME. THE WORK SHALL BE PERFORMED IN A TIMELY MANNER TO MINIMIZE THE DOWNTIME I I I I ." . I ! ~ ,~"" I I ~ I I OF THE AFFECTED FACILITY OR PROCESS. I , I "' '. I . ii' I " I I ! I I I I I I I I I 6. PROTECT EXISTING EQUIPMENT NOT NECESSARILY LOCATED IMEDIATELY IN THE WORK AREAS. II II: I! III I I I III THIS EQUIPMENT INCLUDES BUT IS NOT LIMITED TO SMOKE DETECTORS. PROCESS II! I ! II III I I ! I INSTRUMENTS, CONTROL PANELS, AND LIGHTING FIXTURES. Jllij': I I II I I I I I I I I , , 1 I I I I I 7. ONLY AFFECTED CONDUIT RUNS ARE SHOWN ON THE PLANS. OTHER CONDUIT RUNS EXIST ~ _ _ _ I _ _ _ _ _ _ _ _ _ _ _ _ _ __ BUT ARE NOT SHOWN. ~ ~ ;.rx~1 ~ I I I 1"-, I "lo....-n ~ ~ I I I 8. IN THE CASE OF AN EMERGENCY WHERE THE OWNER WOULD NEED THE PROCESS OR FACILITY I! I Jr} ~ ~ (]1,' \ ( A'~ '. ~ I I II THAT IS CURRENTLY SHUT DOWN IN THE COURSE OF THIS PROJECT, THE OWNER MAY II: till \ L f ~ l :1,1: ~. :. (III) ) ; "''''' ' REQUIRE THE CONTRACTOR TO PROVIDE/INSTALL TEMPORARY CIRCUITS, CONNECTIONS, ETC.,@------<:.=11}11 7 il -------- \\\I! - II -- ----- \\\~~7 --------- ,,: - I J) J TO MAKE THE PROCESS/FACILITY AVAILABLE FOR USE. + -J I 1/ \\'-. ~~> II ~:"-~r~.YYI ~ I V Ir Ii 1 1 '/ \ 1 II I I II I I 9. THE CONTRACTOR SHALL INSTALL NEW REPLACEMENT CONDUIT AS INDICATED FOR EACH CASE. ~II. =wI '11/;: III I d ,1,,- ALL NEW REPLACEMENT CONDUIT SHALL BE GALVANIZED RIGID STEEL WITH CAST METALLIC ~ I I I 1/ . ~.. I I Cl CONDUIT BODIES. ~-- -- - - - ~~."__~ I I = I 10. CONDUIT MOUNTING HARDWARE SHALL CONSIST OF GALVANIZED STEEL STRUTS / STRAPS / I:! UP Ff 1-' ~-~~~~~~ ~O"~~--9-'=--=:-~ ~~:= UlU ~=~~~:-.:. w -7 J1 -~ HANGERS, GALVANIZED STEEL ALL-THREAD ROD, STAN LESS STEEL ANCHORS AND FASTENERS. II-_~ -----I .' . '. .' I I R1 II Jr) h1 n CONDUIT SHALL BE SUPPORTED MAXIMUM 6'-0. ON CENTER. I ~ I I I \ . I I I I , n ",' en" n , " .. U 11. IN MOST CASES ONLY A PORTION OF A CONDUIT/CIRCUIT RUN IS BEING RELOCATED AND THE I"! ! r~x-=1 \\ E~. ) ! II! \ I j ! I'! \ ~ .~. 'I /i I J I =- ~ ~F~ ~ RESULTING CONDUIT/CIRCUIT RUN LENGTH IS LONGER THAN THE ORIGINAL CIRCUIT I ! I ,\':'11 I I I I 1:' .' ,& n' . ~ jI I rn '-.J ',,- r CONDUCTORS. IN SUCH CASES WHERE THE RELOCATED CONDUIT PORTION IS MORE THAN 50 11:1 . ~ ~ 1'1 11:!IlliI' I /;1: 8 - = FT. FROM EITHER END OF THE CIRCUIT TERMINUS, THE CONTRACTOR SHALL BE PERMITTED TO E ____ ---l.L ~ .)1 _ _ _ _ _ _ _ _ _ _ ~" ~. _. '_ _ 8 IIQ INSTALL UP TO lWO CONDUIT JUNCTION BOXES IN THE CONDUIT RUN AND SPLICE NEW 0-.... >>=------' L =--1 ,/ /, ~ I g , _.j;f;j- n _-I ! " CONDUCTORS INTO THE CIRCUIT TO MAKE UP THE DIFFERENCE IN RUN LENGTH. \ I I I I I I 0 , ..... '! rr II ro;:::;:>'ll" ,II~ I' ~ : r..:::::::.Illl II'r..:::::::.I I I I '^-<"+ I I I I I I I I -, , y ( II II, I I I I I ',"1. ~I::J..-,___" ~ ). ^ I d ! I I I I I I V--..... III I d I q I I d I I ~ \.. ~<(' ~<(' Ii ! II ! I! ! I! I II i] I : ~ ( ~~ ~~ I I' II II I ' EV1 I I ! i I ; : I', II, III I I] , @-___ I _ _ _ ._ _ _ _ _.. _ _ _ _ _ _ I ~" I i [ ~ " I IIlIIIIIlIiIII. ~ I j i i Ii! i illl. ::::::t i ), ! Y-! +- ----L! +-1; I!~ ~ I I I I I rl I I I ~, ~ 0 0 0 0) @~ I, 4 . ~ ~ ~, ! I ! ! T ~ I I I I J J, I I I I ~ I I I I I ~ ' I I I I ' ~ T I ~ I I ~ I I ~ I I g' NORTH w I .. X ~ SCALE: 1/16" = 1'.0" o ll. ~ DRAWN BY: JAL JOB DATE: 2007 NO. DATE BY REVISION DESCRIPTION IOWA CITY WATER FACILITY IMPROVEMENTS ELECTRICAL SHEET NO. I ~ APPROVED: SRJ JOB NUMBER: 526920J DOUBLE-TEE ROOF BEAM FRP REPAIRS SHEET KEY PLAN E-1 $! CAD DATE: December 10, 2007 2:16:23 p.m. ~ CAD FILE: 526920J\E\E--1.DWG Howard R Green Company IOWA CITY,IOWA I I I I I - - - - - - - --- - - - --- - - - --- - - --- - - - - - - - - - - - --- --- I I I III! II ! I , I , I I I I , , I I I I I I I I I I I I I I I I I I I I I I I I I I , I I I I I I I , I I I I I I I ' I I I I I I I I ! ! ! ! ! I ! I I I I I I I I EF-1 I I EF-2 I I ,I I I I I I I I I I -11 I NEW LOCATION I -l- I NEW LOCATION I' I I I __________________ - -- _~------- __ _____ __________________________________________ --- r 1 I I 1 I , I I I I I I I I I I I I I ' I I I I I I I I I EXISTING LOCATION @ I 1 -.a-.-L------------------ -1-___ +---.-_1___________ ------- ------------------------- -1-------- T-+--- ------------------------ I I I I I I I EXISTING LOCATION I I I EXISTING LOCATION EXISTING LOCATION I I I EXISTING LOCATION I I , , I I I I I I NEW LOCATION NEW LOCATION I I I NEW LOCATION I I I I I , I I I I I I I' I I I ! -- ~ 1---------------------- ---------------- --- ------------------------ --------- 1-------------------------------------- I I I I I I I I I I I I I I I I I I I I , I I I I I I ' I II I I I I I II I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I , , , I ' , I I I ' I I, I I ' I I I' I I I , I I I I I I 1 I I I I I I I I I ! I I I I I I ' I I I I I I ' , I I I I , I , I 1 1 I I ' 1 I, I I ' I I' I I I I I I 1 I I I , I I I 1 I I 1 I , I I I , , I I I 1 I , I 1 I I I I I I , I I I I I I I I ~ I i I : I I I : ... !:i: - --- ---------------- ------------------ - - ------------------- ------------------- --- - I lJ) x ~ I I I , ~ 1 I I I "! 11--. ~ --"-~---.~ I I , ~.___, I ~ .-'- I I , ", co I' //'1"'" III '",-- ~ I I I '" I I .'" :::;: I I I . , I ~'. I I I I ., I I " lJ) , , I I I " I I, \. x , I I \. I J I ' Cl II ~I I i ~ I ' I 1 / , J...-- I'~~.,I <:> I ,~ . /1 f' . f '" I ,/ I l ~ I I I l 1/ I I f '\ i. ! / I I 1 \. \, <:> I ,I I ' , I ; , \ 0:: I ' , ' , ' I I I \ \ Cl I I ,I I I \ \, II ! I I \ \ I I - j \ 1 i I I 'I ' <0 I I' I I ' I i I I I' I I 1 \ i I I ' ~ I I f x I I \ \ I I I II \ \ , , 1 / J.. ~ -t I \\ I~ 1/ /'"',," \\ l~ 1/ / .'''.." "! _+-______ ____________~___~_~----L- '-, -------------------------------------- -\-----:'\<.- ~..j~--I--/ ------------------ I \ r~ I / \, t --,. I I ... , I\.' I I l \. I 'I / t- I' \. I I . \. 'I' " w I '- I ~ / \.. J I ' I I I ' ' ' I , fJ) I '-", I I / '",,- I I / x I "".,. I I I " I I ./ C!) ft I .........","- I I I ,//'~~ .,.~..". t J I //~'"., ~<:> I I ".~~--!~ 1./ '---J 1 J------ "-. .I . i 1- ..___r-c-" 1--- ---- t ~ I I I I ' , CO I I I ' I N I I 9 II ! ! I' ! I II I :::;: I " @ I I x I I I I , I ' , Cl I I I , ~ I I I I I , , I I I I "! I I' II' NORTH III .b I ' I I I ~ I I 1 ' I w I I I I , I ~ II ! I ! 'I ! SCALE: 1/4" = 11.0" ! I ! I I I ! I C) l . . ~ "! o 0- I SHEET NO. <:> DRAWN BY: JAL JOB DATE: 2007 NO. DATE BY REVISION DESCRIPTION IOWA CITY WATER FACILITY IMPROVEMENTS ELECTRICAL I ~ APPROVED: SRJ JOB NUMBER: 526920J OOUBLE- TEE ROOF BEAM FRP REPAIRS ENLARGED PLAN E-2 .i!! CAD DATE: December 10, 2007 2:16:23 p.m. ~ CAD FILE: 526920J\E\E--1.DWG Howard R Green Company IOWA CITY,IOWA __ _______..._ __ - _______._.______.__.~~__~ "__ __.._..__~_,______~_______~___._.__.. - ._...._ _____.____.__.___.___._.__.._.___m_ _ __..."._...____ __,______._._________....__________ _____._......___._______ __._n_.........._..._._._____.__. ._ _ _.__._ _______._~_____ --------..- 1 I I I I Iii 1 I I 1 : I - I _ _ _ _ _ _ _ .-1. - - - ./- ______ ___ _ ______ - - - - - - r 1 , ,- - - -. - -~ ' - -, EXISTING LOCA~N - - T - -, - - - ~ISTI~G PANEUlOARD LB ~ITD - , ,T I I NEXT LEVEL DOWN~ I ~ I I I I " I ~ "- T l-rlr------ ---- - )'~- @--------------------------------------------1---1 I ~ ! I 1 I 1 I ...... I I I I I 1[\ I --+ "-k---- (D8 I II I I I 7 I K 1 ..... II I I r 1 ./ I ..... E-7 D N I I I i = CA I I ,. ~ I ,-, D ; II I I I '-'7 ~ \ I ~ I- ~ 'I R ! E / : I I I X 1 [.I.-+-----F -------- ------€> l)<k I XiI III ! I o---tl- - 1-lIIIIIIICi-----t; -------- ------€> ! x~ ! I I 1- I IX/( I I i I- Ii I ___ 1---_ ___________________________", - -- I T --------- -- -_€> I rx 1 --- -------- -------- - ~- - ---; ! I II: E-7 I = .,.-------------- --- --€> I ~ I /'1 TA_I . !tI-'l EXISTIN LO ATIOI Ie I I I I I 4 \. A; Y i lili\iii1 I I ~ I I 1- I 1 I I , 'lC I l "T-------r------ --- \---€> I 1 , Ie? __ I I I I I 1 -- , ! I I N LO ATIO 1= I I I II 1 =. '.A'...!"' . . ,.J:<" ..' . '. "I.. '.' .... :.. I I IJ- R - ,. . .1.. , ..... I.. . 1 ---------- ------------- '. I J. I --- CXIT/EGRE~S U HT FI0"URE r N - '. : / ~. I ,~ ~ I I II "-, ~ ' EXISTING LOCATION ~ I C,'"I ". I, I 1 ......,y., ~ 4 . . I -..,1..' I'; 'I. ,i I' I I I ........ . . I " d! III ' I . 1 .,', ' ji '!! j. I I ,. , 1 NEW LOCATION,Q. :1 ~I i'.' I,.. I I I I ...~ ~ / : 1 ~ I Ii I,' ili ~ I I, I --Go. 1 .... I 'I" ,III I I III-t l--!-- I" , . r I), ~! ~ . - t II tL 'w", II T I 'C7 -- .. '. 8 .. 1 u ill , I ..... . I ~_._-~- I -- . , ---------------- -------------------- ---~-- ---~~ Iii II D4 1 =.: .. E LEV A TOR .7 : i ---------------- -------------------fr--;:]---- 'r'(~ I ! ! l EXISTING UNIT HEATER E-7 ! =:.' 1 0 000 ! b. :. i ~t=JT II _.. I' I 9 I I I . I I I .... I I II .... .. I '- 110 1 .. .. I ,..J I !.. I '; '. I "i I r .... I I · I =. II 11 I ... 4... \ " : ! '(.;/ Ii I II I - " I I - ,. · , 1/ II ... .".' .iII. 'z, ,. ...... .1,4:',\.'1". I =. Iv I II I _' I.. , ... A , . <I.' ~ :4. I '= ! I!I D3-" I II1II ~O!)/'! 1 I I E-7 .,.... _ ,,,,K , ! I I I -----------,-- ------€> I I I I II - I . 'I I II .... I 1 I I .... ~ I 1 ____~, I I 1 r==_-===o I , ~ 11IIIIIIII I 1 , m I , r--... I - I 1 m' 'II I I I 4 1 r.:\ 1 I [I III I ' -- \V I , 'I ",I I - I , hi \ I I i iil ,1.11" :........0 liliiii 2 , HI lit I I I ~. T .. 02 f III Iii I I ' ~ I I.. E-7 , lli LU I I =- I ........ I ----. 1 I ~ I"""" I , I. 1 I I _ I I , , I Io-r ----- ....--------- -- :)1 1 'I = ..) I I I i '-= l' 1 I' - ........ I I C> 1 , .... I I '!i< Cl '" ... !;( I ~ I I / / ~I' ----- ------------------- ~ - - ________------- ~ / ----- ~ ~ ---- - - - - --=--- ~ ----------------- ~ ------- ----- --....... - -- ~ [X r 101 + I I I I -I'i ~ ~ I I _ I .J i I --- C> /-'Il~' 1 I I '!i< / 1 I' I I o ! t " I I ,. I , . I I I , I' ' , Cl . 1 0:: '1' " 1 , C> I' " -- I I' I I' . -, I to I 'I _ I I x ! I-~I ~I I ! /..-r- I 1-" .....- -~---_. Co) f / I I'\., \ I I ~ /. I \ \ I I ( ( ( I I I \ \ I CONNECT CONDUITS IIIIlIIIIIIIIII j ! I 1 I' 1 'i ' I TO RELOCATED -1------ ;!: \ I! I I I .1 I CONDUIT BANK ... w .. , I 1/ .I. ........ I , \., 1/ ;'-. ........ en \ " It. ,~......, __ __ ____ X \ ~~../ / ~ ____________________________________~--- ___ _ _ ___ ____ - I.. C> -------------------------- ~ I ..L----I ~. ..... '!i< \ II' / I..... Cl \. 1 I l ~ \'. I I / ~I ~ C'\I ",,- i I / I --- I D '- 111/ ....1 '" I I ~/. -- I do '" ! I ! /"-. I... 1 x "-... H-+-/ ~-...., @ 1 C> ~I I' 1 - I <9 '!i< , 1 I ... I /\ q 'II NORTH I I 1 X I I I _I IX) , 1 I N I I --~ - . .... . . w ~ SCALE: 1/4" = 11-0" C> '!i< Cl ~ o 'T ROUEMENTS SHEET NO. D DRAWN BY: JAL JOB DATE: 2007 NO, DATE BY REVISION DESCRIPTION IOWA CITY WATER FACILITY IMP 'y ELEClRlCAL ~ APPROVED: SRJ JOB NUMBER: 526920J DOUBLE-TEE ROOF BEAM FRP REPAIRS ENLARGED PLAN E-3 .i!1 CAD DATE: December 10. 2007 2:16:23 p.m. ~ CAD FILE: 526920J\E\E--1.DWG Howard R Green Company IOWA CITY, IOWA -- --.----.----.-"- ". -- - ----..---....-----.,-..--,.-..-. --..---- . I I ' I I ! I ! I I I I I I ! I I I I I I ! I I I I I I I I I I I ! I .-- - --- --- - -- --- - --- - - -------- ._- --- - ! I I I - - - - - - - - - - - --------- - - - I - , / I ,> , ! ! /" I I I '.~ \ ! f ( I (\ \ I ' .' I I' t , . \ ' I I ! I , I I \ \ I ! I I I , i I [ ! I I \ i Iff t" \ . I ' I . . I I I ' I I I' I ' I il'! I J , \ I I; 1 \ ',i $ ; I I ~ \ · I I / l \ '-\ I Ii; }... I . \" , . . i~ I'" I \ \1 1/ I""'-~" \ \, ,/ /~.... I \ ~<.I 1/' l -""'" \ ~ .~__L_") _________________ _ I, . ~ I~ _-L_. _ _______________________________________ \ ,..___'+____~, . f .- -4-.------ -----------~--- I~.___=l--rl -- ./ \ I "--- I / , I \ I 'I / . \ I' I / I, \ 'II / \ \" III / , . " / " f I I , / '. I I, , " I , ' . I I i 'I '" ' I / ~ I , / " ....... I,' /"'-.... ',"1/......., , ~,I 1/",. ~'~~.I 1___-/ '" I ' ',~ I r ' _/ ..", /" ~".~i-~--r-i-- 'v , ~-- ------r . , I I I I , I , ii, I , , , , ' , I I , , , I I I I I , , I I I , I , - I I I I I I I I, I I I' ! i I'! / OPE I , \ I I I C ' I , ' I , I ~ T I , I I I i , I I , , , I ! I I I ! , I BE I ~~~" ....~ - EXISTING LOCATION 4 \ I I I h:>. _ _ -+ J_ _ _ _ _ _ _ _ _ _ _R::CEPTA':LE CIR:UIT CO~DUIT _ '\ _ _ _ ,_ i- _ _ _ _ EXISTING LOCATION SOFTENER #1 CONTROL ! I ~ EXISTING LOCATION , PANEL (SCP1) I I I I I L' - , , , (,) , , r.A ! 1--- .-----...----- --.---.-------.-------=-==.-==:=::--==0 .'- .J~~'cTI.... L-=-:.:.=--.- .-=:==---=..::=..-'-----===-=--'--::-..==c;c=:===.=::==-==-..=;.c.=="-~. ..~~ ceo c=:J.,.::..-= ._~.:-.. C~'.. ..' ".. . ~ _'. . __ ...... .'. . ._~ . .~,-..*=-~-~c:,:=:o=..:.c= I '= \ I I I -. ---------.---- -----.-------....--..-----.-.- - I I i 1./ I ~' ._L ", .-.-^-. '-1Ti t ~LL......_ ~. ------------------------- (~ 11 ~ --------~-I l~-~-------- --~-----------------~----------------~-------------- ~-l--------~- III -r~- ------ -- --~ '~UP ~-----I "i~ 'I...---------~--~ /~- ----.--~--~~-~'-~ ~------I--~-_::' ..... ._..__.. 1,)......( (I .~ -- ="-~ = .' ~ .-.... -...--. _.~ -.. .. -- =..- - --r- . .::'-.. . \" ~. .-" .... ... ....--~--= o 000. .. --~ .~. -.. - .~.... --..-----.. ... . 7 '-1' II I I r- r -r- r -r- r- r rn, \- LJ t" I ~ I ' ;', ' , , " '" I -~ I , I I : ~ : : : :: : 1/ I _ ......- It............ I III I I I! 1 f ~ II II ~ I 1..---------- " .. - -, -. ------- _______________J ------1 NEW LOCATION @ ~ +' I I + ~ , -..........:..:\.: ' : : ~ I i I ~ I ~ I- ,I l~.: :h:tJ:._L..l "h I ~ NEW LOCATION I! I I I ~ NEW LOCATION I ~______i' I II' I I ! ! FOUR CONDUITS UP TO AERATORS ! I ! I ~ \ : I I TO REMAIN IN PLACE, PROTECT , \ ---J'+ , TV - ii, I CONDUITS IN PLACE j I I \ I ! ! L._________________________________ D6 I D6 I I I D6 'I ! ! r--------- ------------- I) E-7 , E-7 / i' I \ E-7 , I I I I , I I I I , , I I I {" I I , I , , I I , I b ~ C I I ' , I ,~.,." I I I , I I I ~ , I- I I , I I 4 I I I I 1 I , , , , , I I , I I I , , I I I I J , I I 1 ~ :,/ I , I I ; I ; '\ Iii i /; ! II '\ I I I I , , I I I : - // ",-", I I I "'- '" _______ _______________ - ,- ~.. ~ - ----- - -----------------------------------7 7 ------ ~ "'~- -----------11--- ...............'Z.......--- i - -- "" "'" '\.. '\.. I I 1_ , I , _________________________________J ~---------------------------------~ I i = I I I I " I I '; I, I I , I I i I I , I I I l I I 'I I I I I I I .. ~ i! DN I i C><J I i I I, I : I' : I I' I I I I I I I- I , I , I I I I , I " I , I , , 15 I' I I I' I I II : ;" , , I I I I I , I I ... I , I I I ... I I , I , ! I' , I I' I I II I x I , I I I I , I " , , , I ;;: I I , I '( II I 'I I I 'I I IX) I , , I '" I , I I 5i I , , I I I ' I I I I l ~ I- , ! i ! I I : ~ I ! }- -I ~ .l.r- : ~ 6 I I c>:1 I ~ ",;9 '" I I I I I Ii ' I 'f I I I I I , <0 I I , I x II I : I " I / ' '\/ I ;;: I I I I 0, , I . I ~ 'I ~, I II ! i II I ... I I I , w, I I I , ii' In ., I I I ~ _I.' [ 'I "! - - - ------------------------- I _ _____________________________________ CD - ------------------------ ---------- '" ... w I ::< i I I I I I I x " T @ I : I I NORTH ! t- , I : ! I SCALE: 1/4" = 1'.0" ! "! o Q. I SHEET NO. o DRAWN BY: JAL JOB DATE: 2007 NO. DATE BY REVISION DESCRIPTION ,. ~~ IOWA CITY WATER FACILITY IMPROVEMENTS ELEClRlCAL ~ APPROVED: SRJ JOB NUMBER: 526920J .." ~.I" DOUBLE-TEE ROOF BEAM FRP REPAIRS ENLARGED PLAN E-5 k! CAD DATE: December 10, 2007 2:16:23 p.m. ~ CAD FILE: 526920J\E\E 1.DWG Howard R Green Company IOWA CITY, IOWA . , \'1'" "'T I" - \ ~ 1 1/ ;", ------ . ~~.~' ------------------------------------~--- --- ---------------------------- -r---- I-~.:c.: i --- - \ I I 1 / 1- '- I' I \ I 1 / ... I I 1 / I \ I I / I" I ". 1 1 I ;' ... I '- I ~I /, I I .~ I J~./ ---......... I ~~I -1--/ '" - , 1-, 'I _, , I I' ,I I 1-' 1 I 1 1 1 1 _I I 1 I I 1 I 1 1 I-I III 1II1II1 , I 1 I , , 1 _I , 1 I OPEN i i i 1 IQ---: ! TO ! I ! I.. I I 1 I I 1 -~ B E EXISTING LOCATION I ! I" ! # I EXISTING LOCATION SOFTENER #3 CONTROL I I SOFTENER I I I CONTROL PANEL I I PANEL (SCP3) I EXISTING LOCATION 1 I -- . -- 1 t I ~:P2) ~-- -"---~'. -- ,--+~" -- u_ - 1 r L.___.. - .. :t: -- " : ~ 3 , ~~ LJ-~~------ -- -------------------- ------~-------- ---------------- -------------- - ~ ---- ---------------- ----------------1-- ------ - I ! ' ! I 1 \_ '4 ~~ ---- ~f1j------ -~ ,. - -- -- --------~ -- -- ---_.~--------- ,---_._-, _. -,._._---=-- ~_.._-----~.-::-_.."@._- .~. --. " ~~I' .~ - -~ - - - ,.. --_.~-----~~==~==~-------- -..--.----- ----~. ~ I I II I NEW LOCATION I i I i I I + I 1 I + NEW LOCATION 1 0 I! I ! I I NEW LOCATION I ----------------------. I 1 I I 1 I I I' --r+ I -J+- I I I ' I I I I @ I I i I 1 1 I Iii ill I 1 I 1 1 I I 1 I I I 1 I 1 I 1 I I I I I 1 I I 1 I 1 I I 1 1 I 1 I I I I 1 I I 1 I I 1 -----------------------------------1-- ----- --- - -- -------------------------- ------- ------- I 1 I 1 I I I I I I I I I I I I 1 I I 1 1 I 1 1 I I 1 I I I I I 1 I I I I 1 I 1 I I I 1 1 I I I I I I I I I I I 1 I I I I I 1 I I I 1 I 1 I 1 1 I 1 I I r-- I I I I I I I I 1 I I I I I C> 1 I :;: 1 I I I I I I C> I I I I I I I 1 R~CONNECT DROP TO ~l I I v I I I I !<' I 1 I I I I I I I I I I RECEPTACLE I I en I I I I I I x I , C> I I , :;: i I C> I I I , , I I I I I I I I I IX) I I '" .... I I ::. 1 I @ RECONNECT B~K INTO ORIGINAL I , en L1GHTIN, CIRCUT CONDUIT 1 1 x Q---1 I C> 1 I -~~ :;: I I,' I:! ,'. 1 1 1 ;1) , 1 I I __t C> I 1 '" I 1 C> I 1 <0 I 1 1 I 1 x I 1 C> I 1 :;: I I C> 1 I 1 -~~ , 1 1 1,' v 1 J I '" .... __J;} w ----- I en X _ J--- _ ---- - - --------------------------- - - - - - - - C> ---------------------------------- I :;: C> r------------, , . --. .' - . ..... . , , IX) , ~'...' .'" -_.~. .~- >.< :~:. ..::. ~:~ ~~~. ~:; ::; ,-- .'~j.~.':~<.::,}_;~;..::~<~4:....:..::; ,:~ j~>:;~:; .';;.~; .. ~ .~:.. , , '" .... w I I ::. X ~ I I 1 I:! I @ I I , IX) '" ..... I I 1 w I I I I .. X C> SCALE: 1/4" = 11.0" :;: I:! 0 0.. SHEET NO. I NO. DATE BY REVISION DESCRIPTION IOWA CITY WATER FACILITY IMPROVEMENTS ~ DRAWN BY: JAL JOB DATE: 2007 ELECTRICAL 0 I 526920J ENLARGEDPLAN w APPROVED: SRJ JOB NUMBER: DOUBLE-TEE ROOF BEAM FRP REPAIRS E-6 X ;; CAD DATE: December 10, 2007 2:16:23 p.m. - IOWA CITY, IOWA " Howard R Green Company ~ CAD FILE: 526920J\ E\ E --1.DWG X --- --- RELOCATE 3/4. REMOVE TWO EXISTING DBL -TEE ROOF CONDUIT TO NEW EMPlY CONDUITS CONCRETE DBL -TEE BEAM (STEM) CONDUIT SUPPORT /.ri,. BEAM ROOF BEAM ROOF DECK DBL -TEE ROOF DBL -TEE ROOF SYSTEM r;;\ 't::? DBL-TEE ROOF (STEM) BEAM (STEM) BEAM (STEM) o BEAM (STEM) .:J -C:"'.LJ '" ". ., 4 "'- -"'-.; ,0 "0 " ..; ..0"', ~ _ -~ G - .t:", - <;" . 'it , CONCRETE '.c' ~ ,~~" ~'~, ' I 1<;" tl -' ...,- u u u u ~ ~u BEAM 0 ~ 0 ~ 'c " ~, ELEVATOR SHAFT " " ", , d ", ~ 0 1 J 0: CONC. WALL CONDUIT BANK TO BE ~ c' CONDUIT BANK TO BE 0 ' "0 CONDUIT BANK TO BE " RELOCATED, REMOVE RELOCATED, REMOVE MOUNTING L" , C RELOCATED, REMOVE ' ", ., MOUNTING STRUT FROM ~" - STRUT FROM ROOF BEAMS ' '-, , ' . MOUNTING STRUT FROM 'b ROOF BEAMS b" "," 0 ROOF BEAMS .1 ' I ,. I /SEE N , . N' ,~ : N DETAIL D1 ' < ,~ I I -<1 -: .q:i.1 '" C U U U u- - ...... .u '" il. . -" .," ., CONDUIT BANK TO BE ~ CONDUIT BANK NEW LOCATION. . ........ . CONDUIT BANK NEW LOCATION ' .,' ~'~ j', ~ , RELOCATED, REMOVE MOUNTING ' -' CONSTRUCT NEW MOUNTING/ " ~ ", " ~ /7\ STRUT FROM ROOF BEAMS . ....... . . STRUT CONDUIT SUPPORT SYSTEM" , CONSTRUCT NEW MOUNTING/ ........ .. , "0 b CONDUIT BANK NEW LOCATION./ 0 ' ON FACE OF CONC. BEAM, MAX STRUT CONDUIT SUPPORT ., . . . '0 ALL-THREAD.I CONSTRUCT NEW MOUNTING 6'-0. OC SYSTEM ON FACE 0: C,?NC. . ......., . " ~ ROD (TYP) N STRUT CONDUIT SUPPORT SYSTEM ~ , . BEAM, MAX 6 -0 OC ~ . " ' ON FACE OF ELEVATOR SHAFT' ., 0 & @ " CONDUIT BANK NEW LOCATION. CONC. WALL, MAX 6'-0. OC , ' .5 . , CONSTRUCT NEW TRAPEZE ' " CONDUIT SUPPORT SYSTEM, CONDUIT BANK RELOCATION TYPICAL CONDUIT BANK 7 (DO~~~!;E~ ~~~G:~O~TD~~ J .......... D 4 DETAIL WEST OF ELEVATOR REI 'OCA'J10N DI:"TAIL ROUTE NEW CONDUIT UNDER CONC. 6'-0. OC . ,. D 1 L:. '" , . ~I, BEAM SIMILAR TO EXISTING TYPICAL CONDUIT BANK SCALE: 1 = 1-0 SCALE: 1 = 1 -0 CONDUIT BANK RELOCATION DETAIL RELOCATION DETAIL D 2 ~~~~~~~ BEAM D 3 SCAlE '" - ,'~" DBL -TEE ROOF ROOF DECK ROOF DECK BEAM (STEM) (FLANGE) (FLANGE) ROOF DECK " ' ' . ~ (FLANGE) .,. '" <l --<l ~ " " ,,':"" "<) - ".F _ .:; . ~\ . .:; -', "" - -:: "" ..-, ,".i ,~ " -----NEW MOUNTING STRUT, ~ , ,,-' , , " , "CLAMPS, OR OTHER , ~, L " 4',,' ~ ~ HARDWARE AS REQUIRED ,~ }" DBL -TEE '< CONCRETE ROOF BEAM DBL -TEE . BEAM . (STEM) ,; ROOF BEAM DBL-TEE'." RELOCATE CONDUIT RUNS ~ < EXISTING FLANGE-MOUNTED (STEM) ROOF BEAM 0 TO UNDER SIDE OF DBL- TEE ' . CONDUIT RUNS 119' .. ALL-THREAD' .. , 'eI . . 4 REMOVE EXISTING (STEM) DOUBLE-TEE FLANGE ~,. ROOF BEAM , ' ROD (TYP) MOUNTING STRUT ' . _ ~ OUTSIDE OF WORK ZONE & CONDUIT BANK TO BE b (STEM) d, , , ~:;, . RELOCATED, REMOVE MOUNTING .1 ~ ~ RELOCATED CONDUIT @ < " ~ " STRUT FROM ROOF BEAMS N . -, P . CONDUIT RUNS TO BE RELOCATED . .' I OUTSIDE OF WORKZONE, CONDUIT " \, ~ u~ ~ SIZE AND QUANTITY AS NOTED ON RELOCATE CONDUIT UP TO EXISTING PLANS, REMOVE ANY MOUNTING ,,4 0 FLANGE-MOUNTED CONDUIT RUN, ill CONDUITS TO ~ ~CONDUIT TO BEJ'i<\ HARDWARE fi5\CONDUIT BANK NEW LOCATION. @ REMOVE ANY MOUNTING HARDWARE BE RELOCATED ""---CONDUIT NEW RELOCATED 0 ~ CONSTRUCT NEW MOUNTING , LocATloN@TYPICALCONDUITRELOCATIONDETAlLSTRUT CONDUIT SUPPORT~ 4 CONDUIT REI 'O,..A'J10N DI:"TAIL ~~~~ ~~~~~~ L:~ ~I" \!.../ LOCATION EXISTING CONDUITS TO D 6 FROM STEM TO FLANGE BEAM MAX 6'-0. OC FROU STEu TO FLANGE REMAIN, MOUNT TO NEW ' D 8 IVI IVI CONDUIT SUPPORT ;;;\6 SCALE 1. - l' O. ~ : _ - SCALE: 1. = 1'-0. CONDUIT RELOCATION DETAIL CONDUIT BANK RELOCATION D 5 :~~~ = ~'~o.ELEVATOR 7 ~~~~ = ~:_o~ONCRETE BEAM /NEW PLASTIC TUBING UP INTO FAN ~RFLOW ROOF DECK (FLANGE) '" -",. '~'cJ.",. '" ",_ "" '" <:l~. ~."" "'0 . '" -" , .:l '" .'Ii "- ",. " --4 ,~ EXHAUST FAN DBL -TEE ' RELOCATED .f.>rl.. OPENING- ROOF BEAM ' ' , DBL -TEE CONDUIT 't9' (STEM) -' ~, ROOF BEAM '0 ,(STEM) RECONNECT , ,CONDUIT/CIRCUIT . ~ ' TO DP SWITCH .j ~ . -~ ROUTE NEW CONDUIT UP TO AND ALONG DBL-TEE SUPPORT BEAM BE RELOCATED @ . o I N DP SWITCH NEW ~ LOCATION ~ ~CONDUIT NEW.t;;;;\ / LOCATION ~ DIFFERENTIAL PRESSURE SWITCH <.? D 9 RELOCATION DETAIL (lYP) ~ SCALE: 1. = 1'-0. o o I ~ DRAWN BY: JAL JOB DATE: 2007 NO. DATE BY REVISION DESCRIPTION IOWA CITY WATER FACILITY IMPROVEMENTS ELECTRICAL SHEET NO. ~ APPROVED: SRJ JOB NUMBER: 526920J ~ CAD DATE: December 10, 2007 9:56:15 a.m. DOUBLE-TEE ROOF BEAM FRP REPAIRS DETAILS E-7 :!< CAD FILE: \ \Hradmnas\data\CAD\526920J\E\E-7.DWG Howard R Green Company IOWA CITY, IOWA PLAN NOTES: NOTE: ALL CONDUIT TO BE RELOCATED SHALL BE DONE USING NEW CONDUIT UNLESS NOTED OTHERWISE. @ FOUR 3/4" CONDUITS TO BE RELOCATED FROM DOUBLE-TEE STEM UP TO DOUBLE-TEE FLANGE. SEE DETAIL D6. @ TO FEED THE NEW RECEPTACLE CIRCUITS INDICATED IN PLAN NOTE 48, THE CONTRACTOR SHALL INSTALL lWO SEE GENERAL NOTES. RELOCATE ONLY THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE (GREATER THAN 10'-0" FROM SUPPORT NEW #10 HOME-RUN CONDUCTORS INTO THE EXISTING 3/4" RECEPTACLE CIRCUIT CONDUIT. THE BEAM). CONDUITS CONTAIN: CONDUCTORS SHALL RUN FROM APPROXIMATELY COLUMN LINE 4 EAST AND NORTH, AND DOWN TO 3 - #8 #10 480V POWER TO MAU1 PANELBOARD L8 (SEE SHEET E-3). ASSUME RUN LENGTH OF 280 FT. PROVIDE AND INSTALL NEW 20A, ill CONDUIT BANK TO BE RELOCATED AS PER INDICATED DETAILS. CONDUIT BANK CONSISTS OF TEN 3/4" 3 _ #8' #10' 480V POWER TO MAU2 SINGLE-POLE CIRCUIT BREAKER IN PANELBOARD L8 (SQUARE-D NQOD). GRS CONDUITS EACH WITH CIRCUITS AS FOLLOWS: 7 _ #14 & ; _ DETECTOR CABLE FOR FIRE ALARM SYSTEM 8 - #10 FOR 277V LIGHTING 4 _ #10 7 _ #12 RECEPTACLE CIRCUITS & MAU1/MAU2 CONTROL POWER 10 - #14 & 1-DETECTOR CABLE FOR FIRE ALARM SYSTEM ' . 2 - 2/e T-STAT CABLE FOR HVAC CONTROL @ EXISTING LIGHT FIXTURE TO REMAIN. RECONNECT ASSOCIATED CONDUIT TO RELOCATED CONDUIT BANK/RUN. 4 - #12 FOR 480V POWER TO EF-16 8 - #12 FOR 480V POWER TO EF-3 / EF-4 @ RECONNECT LIGHTING CIRCUITS/CONDUIT TO RELOCATED CONDUIT BANK. 8 - #12 FOR 480V POWER TO EF-1 / EF-2 12 - #12 FOR 480V POWER TO EF-10 @ RECONNECT FIRE ALARM CIRCUITS/CONDUIT TO RELOCATED CONDUIT BANK. 8 - #12 FOR 480V POWER TO EF-5 / MAU3 6 - #12 FOR RECEPTACLES @ RECONNECT BANK OF RISER CONDUITS TO RELOCATED CONDUIT BANK. 3 - #12 FOR RECEPTACLES @ ONE 3/4" CONDUIT TO BE RELOCATED DOWN ONTO NEW BEAM-MOUNTED CONDUIT SUPPORT SYSTEM. SEE DETAIL D1. @ ONE 3/4" CONDUIT TO BE RELOCATED DOWN ONTO NEW BEAM-MOUNTED CONDUIT SUPPORT SYSTEM. CONDUIT CONTAINS 3 - #12 FOR RECEPTACLE. SEE DETAIL D2. CONDUIT CONTAINS 4-#12 FOR EF-5. @ ONE 3/4" CONDUIT TO BE RELOCATED DOWN ONTO NEW BEAM-MOUNTED CONDUIT SUPPORT SYSTEM. SEE DETAIL D1. @ 3/4" FIRE ALARM SYSTEM CONDUITS CONNECTED TO THE SMOKE DETECTOR AND THE VIEWING WINDOW CONDUIT CONTAINS 6 - #10 FOR 277V LIGHTING. FIRE SHUTTER. THE CONDUITS ARE CURRENTLY MOUNTED TO THE SIDE OF A DOUBLE -TEE STEM AND REQUIRE RELOCATION. RELOCATE THE CONDUITS TO THE UNDER SIDE OF THE DOUBLE-TEE FLANGE OUT @ EIGHT 3/4" CONDUITS TO BE RELOCATED FROM DOUBLE-TEE STEM UP TO DOUBLE-TEE FLANGE. SEE DETAIL D6. OF THE WORK ZONE. SEE DETAIL D6. RELOCATE ONLY THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE (GREATER THAN 10'-0. FROM SUPPORT BEAM). COORDINATE RELOCATION WITH NEW CAlWALK STRUCTURE. CONDUITS CONTAIN: @ EXISTING SMOKE DETECTOR FOR ELEVATOR RECALL TO REMAIN IN CURRENT LOCATION. CONTRACTOR 3 _ #8 #10 480V POWER TO MAU1 SHALL PROTECT SMOKE DETECTOR FROM DAMAGE OR CONTAMINATION. 3 _ #8: #10: 480V POWER TO MAU2 1'-0. 1'-0. " 7 - #14 & 1 - DETECTOR CABLE FOR FIRE ALARM SYSTEM ROOF DECK @ 3/4 FIRE ALARM SYSTEM CONDUIT CONNECTED TO THE SMOKE DETECTOR AND THE ELEVATOR RECALL. 4 #10 7 #12 RECEPTACLE CIRCUITS & MAU1/MAU2 CONTROL POWER 1 RELOCATE PER DETAIL D5. RECONNECT BACK INTO RELOCATED CONDUIT BANK. - #' - . 0 SCP3 3 - 12, 120V POWER T q @ EXISTING 3/4" CONDUITS TO REMAIN. MODIFY MOUNTING PER DETAIL D5. 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P313/P325 ' ~ C.q "" . q 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P303/P324 ,/,/ ,,' ). .............. o lWO 3/4" CONDUITS TO BE RELOCATED PER DETAIL D5. CONDUITS CONTAIN: 2 - 2/e T-STAT CABLE 4 - #14, 2 - SC1, 120V AND 4-20mA CONTROL FROM SCP3 TO VALVE B503 ,/,/ l' .............. FOR HVAC CONTROL; 4 - #12 FOR 480V POWER TO EF-16. ,/ '. ....... @ EXISTING SIX 3/4" CONDUITS ON CONCRETE BEAM. RECONNECT TO RELOCATED CONDUIT BANK ABOVE. COORDINATE " !, .............. @ EXISTING 3/4. CONDUIT TO FIRE ALARM DEVICES IN ELEVATOR SHAFT. RECONNECT TO RELOCATED RELOCATION WITH NEW CAlWALK STRUCTURE. CONDUITS CONTAIN: "I~' . 1 CONDIUIT IN PLAN NOTE 5. 3 - #8, #10, 480V POWER TO MAU2 < .' DOUBLE-TEE I 7 - #14 & 2 - DETECTOR CABLES FOR FIRE ALARM SYSTEM I @SIXEXISTING3/4"CONDUITSTOREMAIN. 5 - #12, RECEPTACLE & MAU2 CONTROL POWER CIRCUITS' IIZ, ' ROOF BEAM I 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P313/P325 VERTICAL CONDUIT OR CONDUIT I @ RECONNECTION AREA. TRANSITION CONDUITS FROM THE SOUTH IN RELOCATED (LOWERED) CONDUIT BANK 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P303/P324 SUPPORT MEMBER PERMITTED IN "WORKING I UP TO RECONNECT TO ORIGINAL CONDUITS/CIRCUITS. 4 - #14, 2 - SC1, 120V AND 4-20mA CONTROL FROM SCP3 TO VALVE B503 OUTER PORTION OF WORKING 1 - CLEARANCE L1MIT~' SPACE < @ EXISTING 3/4" CONDUIT UP TO EF-4 TO REMAIN. @ EIGHT 3/4" CONDUITS TO BE RELOCATED FROM DOUBLE-TEE STEM UP TO DOUBLE-TEE FLANGE. SEE DETAIL D6. \ / I RELOCATE ONLY THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE (GREATER THAN 10'-0" FROM SUPPORT 1 @ FOUR 3/4" CONDUITS TO BE RELOCATED FROM DOUBLE-TEE STEM UP TO DOUBLE-TEE FLANGE. SEE BEAM). COORDINATE RELOCATION WITH NEW CAlWALK STRUCTURE. CONDUITS CONTAIN: \ I I DETAIL D6. RELOCATE ONLY THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE (GREATER 3 - #8 #10 480V POWER TO MAU1 \ I THAN 10'-0" FROM SUPPORT BEAM). CONDUITS CONTAIN: 7 - #14 & ; - DETECTOR CABLE FOR FIRE ALARM SYSTEM \ / 2 - 2/e T-STAT CABLE FOR HVAC CONTROL 2 - #10, 5 - #12, RECEPTACLE CIRCUITS & MAU1 CONTROL POWER \ / 5 - #12 FOR 120V POWER TO UNIT HEATERS/RECEPTACLES 3 - #12, 120V POWER TO SCP3 / 8 - #12 FOR 480V POWER TO EF-1 / EF-2 3 - #12 120V POWER TO SCP2 TYPICAL CONDUIT / 4 - #12 FOR 480V POWER UP TO EF-3 ON ROOF 4 - #14: 2 - SC1, 120V AND 4-20mA CONTROL FROM SCP3 TO VALVE B502 SUPPORT SYSTEM " // 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P302/P322 , / @ PROVIDE/ADD OFFSET IN CONDUIT TO TRANSITION FROM ORIGINAL LOCATION TO NEW LOCATION. 12 _ #14 120V CONTROL FROM SCP3 TO VALVES P312/P323 .............. ,// , ...... -- "'"-- --- ~ ONE 3/4" HVAC CONTROL CONDUIT CURRENTLY LOCATED NEAR TOP OF CONCRETE BEAM BEHIND DAP OF @ EXISTING FOUR 3/4" CONDUITS ON CONCRETE BEAM. RECONNECT TO RELOCATED CONDUIT BANK ABOVE. COORDINATE ------ DOUBLE-TEES. RELOCATE CONDUIT RUN DOWN ON FACE OF CONCRETE BEAM AT 2'-0" BELOW RELOCATION WITH NEW CAlWALK STRUCTURE. CONDUITS CONTAIN: DOUBLE-TEE STEMS. RECONNECT TO RELOCATED CONDUIT BANK AT NORTH END. CONDUIT CONTAINS: 2 12 _ #14, 120V CONTROL FROM SCP3 TO VALVES P312/P323 - 2/e T-STAT CABLE. 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P302/P322 @ FOUR 3/4. CONDUITS TO BE RELOCATED FROM BOTTOM OF DOUBLE-TEES DOWN ONTO CONCRETE 4 - #14, 2 - SC1, 120V AND 4-20mA CONTROL FROM SCP3 TO VALVE B502 SUPPORT BEAM. SEE DETAIL D7. CONDUITS CONTAIN: 3 - #12, 120V POWER TO SCP2 SECTION-TYPICAL DOUBLE-TEE ROOF BEAM 2 - 2/e T-STAT CABLE FOR HVAC CONTROL 5 - #12 FOR 120V POWER TO UNIT HEATERS/RECEPTACLES ~ FOUR 3/4" CONDUITS TO BE RELOCATED FROM DOUBLE-TEE STEM UP TO DOUBLE-TEE FLANGE. SEE DETAIL D6. A STRUCTURAL REPAIR WORKING CLEARANCES 5 - #10 FOR 277V POWER TO LIGHTING RELOCATE ONLY THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE (GREATER THAN 10'-0" FROM SUPPORT 8 - #12 FOR 480V POWER TO EF-1 / EF-2 BEAM). COORDINATE RELOCATION WITH NEW CAlWALK STRUCTURE. CONDUITS CONTAIN: SCALE: 1. = 1'-0. 3 - #8, #10, 480V POWER TO MAU1 @ EXISTING CEILING-MOUNTED HID LIGHT FIXTURE TO BE REMOVED AND SALVAGED TO OWNER. PROVIDE 7 - #14 & 1 - DETECTOR CABLE FOR FIRE ALARM SYSTEM NEW LIGHT FIXTURE AND MOUNT TO UNDER SIDE OF NEW CAlWALK STRUCTURE DIRECTLY BELOW CURRENT 2 _ #10, 5 _ #12, RECEPTACLE CIRCUITS & MAU1 CONTROL POWER LOCATION. NEW FIXTURE TO BE DAY-BRITE lYPE: V2WPB232-277-1/2EB10R OR EQUIVALENT. CONNECT 3 _ #12, 120V POWER TO SCP3 TO EXISTING CONDUIT/CIRCUIT. @ EXISTING THREE 3/4" CONDUITS ON CONCRETE BEAM. RECONNECT TO RELOCATED CONDUIT BANK ABOVE. COORDINATE @ EXISTING CEILING-MOUNTED HID LIGHT FIXTURE. REMOVE TO FACILITATE STRUCTURAL REPAIR WORK. RELOCATION WITH NEW CAlWALK STRUCTURE. CONDUITS CONTAIN: ROOF DECK RELOCATE FIXTURE TO UNDER SIDE OF NEW CAlWALK STRUCTURE DIRECTLY BELOW CURRENT LOCATION. 5 _ #12 RECEPTACLE & MAU1 CONTROL POWER CIRCUITS (FLANGE) RECONNECT TO CONDUIT/CIRCUIT. 7 _ #14' & 1 - DETECTOR CABLE FOR FIRE ALARM SYSTEM @ RECONNECT NEW CONDUITS UP TO EXISTING FLANGE-MOUNTED CONDUIT RUNS. RECONNECT 3 - #8, #10, 480V POWER TO MAU1 CONDUIT/CIRCUIT TO UNIT HEATER. @} FIVE 3/4" CONDUITS TO BE RELOCATED FROM DOUBLE-TEE STEM UP TO DOUBLE-TEE FLANGE. SEE DETAIL D6. @ EXISTING FLANGE-MOUNTED CONDUIT RUNS TO REMAIN. SEE DETAIL D8. RELOCATE ONLY THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE (GREATER THAN 10'-0" FROM SUPPORT BEAM). COORDINATE RELOCATION WITH NEW CAlWALK STRUCTURE. CONDUITS CONTAIN: @ 3/4" HVAC CONDUIT MOUNTED TO DOUBLE-TEE STEM. RELOCATE CONDUIT UP TO FLANGE-MOUNTED 2 - #10, 1 - #12, RECEPTACLE CIRCUIT \ CONDUIT RUNS. SEE DETAIL D8. CONDUIT CONTAINS: 2 - 2/e T-STAT CABLE FOR HVAC CONTROL. 3 - #12, 120V POWER TO SCP1 \DOUBLE-TEE-----J 4 - #14, 2 - SC1, 120V AND 4-20mA CONTROL FROM SCP3 TO VALVE B501 ROOF BEAM @ DIFFERENTIAL PRESSURE (DP) SWITCH TO BE RELOCATED TO CONCRETE BEAM. SEE DETAIL D9. 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P301/P320 (STEM) 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P311/P321 , ' @ 3/4" CONDUIT CONTAINING PLASTIC TUBING FROM DP SWITCH UP TO EXHAUST FAN. RELOCATE CONDUIT - TO FACE OF CONCRETE BEAM. INSTALL NEW PLASTIC TUBING. SEE DETAIL D9. @ EXISTING THREE 3/4" CONDUITS ON CONCRETE BEAM. RECONNECT TO RELOCATED CONDUIT BANK ABOVE. COORDINATE " RELOCATION WITH NEW CAlWALK STRUCTURE. CONDUITS CONTAIN: < @ lWO EXISTING 3/4" EMPTY CONDUITS TO BE REMOVED NEAR ROOF STRUCTURE. SEE DETAIL D2. 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P311/P321 .. " "" DISASSEMBLE CONDUIT AT COUPLING ON WALL TO THE EAST AND CAP. CUT CONDUITS AT 6" BELOW 12 - #14, 120V CONTROL FROM SCP3 TO VALVES P301/P320 . ROOF PENETRATION POINT, CUT THREADS ON ROOF STUBS, AND CAP. CONDUIT STUBS THROUGH ROOF 4 - #14, 2 - SC1, 120V AND 4-20mA CONTROL FROM SCP3 TO VALVE B501 10'-0.' " . SHALL REMAIN. ." . @ ONE 3/4" CONDUIT TO BE RELOCATED FROM DOUBLE-TEE STEM UP TO DOUBLE-TEE FLANGE. SEE DETAIL D6. . I MIN @ lWO 3/4" CONDUITS MOUNTED TO DOUBLE-TEE STEM, RELOCATE CONDUITS UP TO DOUBLE-TEE FLANGE RELOCATE ONLY THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE (GREATER THAN 10'-0" FROM SUPPORT Cj' z ' PER DETAIL D6. RELOCATE ONLY THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE BEAM) CONDUIT CONTAINS: 2 _ #10 1 _ #12 RECEPTACLE CIRCUIT. N :::; I ,. ' (GREATER THAN 10'-0" FROM SUPPORT BEAM). CONDUITS CONTAIN: 12 - #12, 480V POWER TO EF-10; . " I ' i 3 - #12, ROOF RECEPTACLE. @ PENDANT-MOUNT HID LIGHT FIXTURE. REMOVE AND REPLACE LIGHT FIXTURE TO FACILITATE DOUBLE-TEE STRUCTURAL I WORKING CONCRETE BEAM REPAIRS. I CLEARANCE L1MIT~ (TYP) @ lWO 3/4" CONDUITS MOUNTED TO DOUBLE-TEE STEM. RELOCATE CONDUITS UP TO DOUBLE-TEE FLANGE I ~, PER DETAIL D6. RELOCATE CONDUITS UP TO DOUBLE-TEE FLANGE PER DETAIL D6. RELOCATE ONLY @ RECONNECT LIGHTING CIRCUIT DROP INTO RELOCATED CONDUIT BANK. L________________________________________ ____________, ~, THAT PORTION OF THE CONDUITS WITHIN THE REPAIR WORK ZONE (GREATER THAN 10'-0. FROM SUPPORT BEAM). CONDUITS CONTAIN: 4 - #12, 480V POWER TO MAU-3; 3 - #12, 120V MAU3 CONTROL POWER. @ PROVIDE AND INSTALL NEW DUPLEX RECEPTACLE ON FACE OF CONCRETE BEAM WHERE SHOWN (LOCATE OUT OF, , . DOUBLE-TEE REPAIR ZONE). BOX: SURFACE-MOUNT CAST MALLEABLE IRON (APPLETON FD OR EQUAL) WITH - @ PENDANT-MOUNT HID LIGHT FIXTURE. REMOVE AND REPLACE LIGHT FIXTURE TO FACILITATE DOUBLE-TEE WEATHERPROOF COVER. RECEPTACLE: SPECIFICATION GRADE NEMA 5-20R CONFIGURATION. STRUCTURAL REPAIRS. IT IS NOT ANTICIPATED THAT THE CONDUIT RUN ATTACHED TO THE DOUBLE-TEE FLANGE SERVING THESE LIGHTS WILL REQUIRE RELOCATION. HOWEVER, VERIFY REPAIR ACCESS@2-#10#12G3/4'C'CONNECTINTOEXISTING3/4" RECEPTACLE CIRCUIT CONDUIT. TAP POWER FROM EXISTING #10 E1 r\/A'J10N TYPICAL DOUBLE TEE ROOF B~AU CLEARANCES WITH STRUCTURAL REPAIRS CONTRACTOR. CONDUCTORS FED FROM PANELBOARD L8, CIRCUIT 20. ~Yl'\ - - U'\IVI @ EXISTING FIRE SHUTTER CONTROL TO REMAIN. PROTECT CONTROL FROM DAMAGE. RECONNECT @ 2 _ #10, #12G, 3/4"C; CONNECT INTO EXISTING 3/4" RECEPTACLE CIRCUIT CONDUIT. TAP POWER FROM NEW #10 1 STRUCTURAL REPAIR WORKING CLEARANCES co CONDUIT/CIRCUIT. CONDUCTORS INSTALLED TO PANELBOARD L8. SEE PLAN NOTE 49. SCALE: 1" = 1'-0" ;:: q o '" ~ DRAWN BY: JAL JOB DATE: 2007 NO. DATE BY REVISION DESCRIPTION IOWA CITY WATER FACILITY IMPROVEMENTS ELECTRICAL SHEET NO. I ~ APPROVED: SRJ JOB NUMBER: 526920J DOUBLE-TEE ROOF BEAM FRP REPAIRS DETAILS AND PLAN NOTES E-8 J!! CAD DATE: December 03, 2007 9:59:34 a.m. ~ CAD FILE: \ \Hradmnas\data\CAD\526920J\E\E-8.DWG Howard R Green Company IOWA CITY, IOWA Howard R. Green Company January r , ~G08 Ms. Marian K. Karr City Clerk City of Iowa Ciiy 410 East Vdashington Civic Center Iowa City, IA 5224G Re: Iowa Gity Water Facility Improvements: Double Tee Roaf Beart~ FRF Repairs Dear Marian: Enclosed is one set of plans, specifications, and contract documents for the above referenced project. Please place these documents on file at City Hal{. Our final opinion of probable construction cost is as foAows~ • Base Bid. $ 1,022,G00 • Alternate No. 1 $ 7,500 • Alternate No. 2 $ 5,000 ,,- Total $ 1,034,500 Sincerely, ~ HOWARD R. GREEN QMPANY ,. r -~- i ~_. ~ _ 1.~... Steven R..luno , P.E. Sr. Technical Advisor `_` ~_~ ~, . Y ;~_. :-,a . t=_ -~ I ~;, ., ~..-,~ 1\....J r\> crs OaPROJ`.52E920.1`A+;^^in`.Lt~ ~J'.04Q8-1C Ra^f Repe~s Copt Opir:~on.doa I %;c;~~ !:^eae Hay lioa~ S:;ie 'ial was irioir;~s, Iii ~(iJ2L-19E ..?~.Z~ ~.~`'.":3 idX 1~.L'~.1'~iri .C,:.`~° ~U:;.{.i.S.L.S.J`.a '+i:+W.l'~C~fCGn..'.oRl PROJECT 52692aJ IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS CfTY OF IOWA CITY, IOWA 2aaa BID DATE: PLACE TO FILE FUR PROJECT BIDS: Wednesday, February 27, 2008 - 11:00 a.m. CST City of Iowa City Attn: City Clerk 410 East Washington Street Iowa City, Iowa 52240-1826 ADDENDUM NO. 1 January 10, 2008 TO ALL pLANHOLDERS: The following changes, additions, andlor deletions are hereby made a part of the Contract Documents for the above referenced project, as fully and completely as if the same were fully set forth therein. All Bidders submitting a Bid on the above Contract shall carefully read this Addendum and give it consideration in the preparation of their Bid. PART I -SPECIFICATIONS 1. Section 00100 Instructions to Bidders Add the following paragraph to the end of ARTICLE 5 DISQUALIFICATION OF BIDDERS. "In the event that the City of Iowa City asserts in good faith that any bidder, including but not limited to the low bidder, is obligated to perform some or all of the work described in these contract documents by reason of apre-existing contract ar other contract, the City of Iowa City reserves the right to refuse to award this contract or a new contract to such bidder, modify the contract form in these Contract Documents, to eliminate or reduce payment to the contractor, require the contractor to perform the work in these Contract Documents at no charge or cast, or take other measures or modify the Contract Documents, in the discretion of the City of Iowa City, to avoid or reduce payment to a bidder which the City asserts is obligated to perform some or all of the work by reason of another contract with the City of Iowa City." ~7 ~~~~ ? ::.a i i ~.-~._ __ _) ~ 1~ c-~ I hereoy certif<f tl~at this engineerfig document was prepared by me or under my ~5S/ O~ O~y direct pei"s nal sup n~ision an t i an? a duly licensed Professional Engineer ~~ Q~ 4 ~ under the the fe o owa. r ~ / l ~ ~ . ~~ Gate: / /0 ~ STEVEN R. ~? STE R. JtJ OD, P.E. ~~' W JUNOD ~ Licensa No. 13829 13829 a~ ~y renetival date is December 37, 2008 Pages or sheets covered by this seal: '' IO `nj p ~~ Entire Addendum #1 ALL BfDDERS SHALL ACKNOWLEDGE RECEIPT AND ACCEPTANCE Of= ADDENDUM NO. 1 BY INCLUDING ITS NUMBER IN THE SPACES PROVIDED iN THE PROPOSAL. ,~ :~. _ ,, C-~ ^~ ,_. - _~. ~ -. 0:1PROJ152&920J1Addendum #11Adm1-011008 Addendum No. 1.doc AD l - 2 Prepared by: Kim Sandberg, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5140 RESOLUTION NO. 08-15 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND WISS, JANNEY, ELSTNER ASSOCIATES, INC. TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS PROJECT. 17 WHEREAS, the roof double tee beams at the Iowa City Water Treatment Plant have sign cant cracking and distress requiring retrofit and repair; and WHEREAS, the City desires the services of a consulting firm to provide structural design and construction phase services for construction of the Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Project; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with Wiss, Janney, Elstner Associates, Inc. to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with Wiss, Janney, Elstner Associates, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The Consultant's Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant's Agreement. Passed and approved this 15th day of ATTEST: ~~_-,y¢d~ CITY RK 20 O8 Attorney's Office !7 ~. w~,gr~voor-a~~c.ea Resolution No. 08-15 Page 2 It was moved by Wilburn and seconded by Hayek the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~_ x ~_ X ~_ X. Bailey Champion Correia Hayek ~_ O'Donnell Wilburn Wright CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of November, 2007, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City, and Wiss, Janney, Elstner Associates, Inc. of 330 Pfingsten Road, Northbrook, Illinois 60062, hereinafter referred to as the Consultant. WHEREAS, a number of precast concrete double tee roof beams provided for the "Iowa City Water Treatment Facility Improvements (Division 1; Water Treatment Plant Project)" have significant cracking distress at their ends. The City requires continuing professional services for preparing repair plans and specifications for the fiber reinforced polymer (FRP) or carbon-fiber wrapping of the double-tee ends to provide additional reinforcement to their ends. This work also includes apre-bid meeting, bidding period services, apre-construction meeting, and services during construction, assuming an 8-week FRP installation construction period. The construction services comprise contract administration, submittal and shop drawing review, attendance at biweekly meetings, construction inspection, and project close-out. NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. 1. Prepare repair plans and specifications for the fiber reinforced polymer (FRP) or carbon- fiber wrapping of the double-tee ends to provide additional reinforcement to their ends. 2. Attend apre-bid meeting and pre-construction meeting. Provide bidding and bid evaluation services during this portion of the project. 3. Provide construction period services comprising contract administration, submittal and shop drawing review, attendance at biweekly meetings, construction inspection, and project close-out. Construction inspection services are anticipated to include full-time (40 hours /week) inspection work during the 8-week FRP installation period. 11. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. The consultant shall perform the repair plan and specification preparation work immediately, as i directed by the City of Iowa City. III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. -2- 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The -City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings with City staff relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to fumish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. I. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a Professional Engineer affixed thereto or such seal as required by Iowa law. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. -3- L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep Mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering . the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $2,000,000. IV. COMPENSATION FOR SERVICES Time and material at the consultant's standard published rates not to exceed $155,000, for the work enumerated in Part I -Scope of Services V. MISCELLANEOUS A. All of the services provided under this Agreement shall be performed in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. FORTH ITY FOR THE CONS LTANT By: BY= Title: Mavor Title: ConSv ~~-an~' Pr ~ ~' M9~ Date: January 16 , 2008 Date: Zto November ~.oo~- ATTEST: ~ ~s ~ - ~a'~ City lerk Approved by: c City Attorney's Office 1-~-~ D~ Date pw~fortnslconsagmt.frm M~ 18 Prepared by: Kim Sandberg, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5140 RESOLUTION NO. nR-~ ~ RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE .CITY CLERK TO ATTEST AN AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND HOWARD R. GREEN COMPANY TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE IOWA CITY WATER FACILITY IMPROVEMENTS DOUBLE TEE ROOF BEAM FRP REPAIRS PROJECT. WHEREAS, the roof double tee beams at the Iowa City Water Treatment Plant have significant cracking and distress requiring retrofit and repair; and WHEREAS, the City desires the services of a consulting firm to provide mechanical and electrical relocation and design for construction of the Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs Project; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with Howard R. Green Company to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with Howard r. Green Company. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Consultant's Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to .execute the attached Consultant's Agreement. Passed and approved this ~ 5th day of .Tanuar~ , 20~_. /~ r .1 D ~i~ ATTEST: CIT LERK p ved 2 City Attorney's Office ag~b~ Pwer~resnroot<fesignagt2.doc Resolution No. 08-16 Page 2 It was moved by Wilburn and seconded by champion the Resolution be adopted, and upon roll call there were: AYES: ~_ X x _~ NAYS: ABSENT: .--~- Bailey Champion Correia Hayek O'Donnell Wilburn Wright Section IV CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this ~~'f -rH day of -~)O /~~~2007, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and Howard R. Green Company, of Iowa, hereinafter referred to as the Consultant. WHEREAS, The roof double tee beams at the Iowa City Water Treatment Plant have significant cracking and distress requiring retrofit and repair. The city requires professional services for the design, review, inspection and administration of retrofit, repairs, restoration and relocations. NOW THEREFORE, it is agreed by and between the .parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. General Howard R. Green Company (HRG) proposes to provide professional design services for the retrofit and repair work to the roof double tee's at the Iowa City Water Treatment Plant (ICWTP) in Iowa City, Iowa. Work is to include primarily project management, mechanical and electrical engineering services with contributions from structural, process, civil, roofing and other engineering disciplines as required by the lead structural engineering consultant Wiss, Janney, Elstner Associates (WJE) . Project representatives. 1. The following individuals are designated to represent the parties to this agreement. As far as practicable, representatives assigned by all parties shall remain assigned to the project through final completion. Exceptions shall be made upon the mutual agreement of:the city and the consultant. 2 Owners representatives a.. Shaun Bradbury b. Rick Fosse c. Ed Moreno 3. Consultants representatives a. Mark Duben b. Steve Junod 4. Specialty consultants as identified below are retained by the city at the cities' expense .The consultant agrees to review all specialty consultant work. a. Neil Anderson of Wiss, Janney, Elstner Associates, Inc. b. Brian Gisi of Terracon Consultants Inc. -2- Investigation Phase Section IV 1. An extended site visit to the ICWTP to observe the precast, mechanical, electrical and other divisions of work that will that will be affected by the proposed repair. Based upon observations, define scope and limits of required retrofit, repairs and relocations in coordination with WJE. 2. A condition appraisal for the ICWTP facility to identify building elements directly or indirectly impacted as a result of the proposed. retrofit and repairs. Probable Cost Estimation Phase 1. Itemization of building elements requiring temporary and or permanent relocation. 2. Determination of quantities for building elements: 3. Research of unit costs for items identified. 4. Estimation of probable cost. Design Phase 1. Meeting with WJE and public works staff to develop an implementation plan for retrofit, repair and restoration work including time schedule, phase considerations, coordination with operations, and project management parameters. 2. Developing project contract documents and bidding procedures. 3. Design and preparation of construction drawings and.specifications for retrofit repair and restoration work coordinated with bid and contract documents suitable for receiving bids in cooperation with WJE. Bid Phase 1. The Consultant shall assist the city in establishing a list of prospective bidders. 2. Bid Documents shall consist of bidding requirements, proposed contract forms, General Conditions, Supplementary Conditions, Specifications and Drawings 3. The Consultant shall undertake to complete the following during the bidding of the Project in cooperation with WJE. a. Document plan holders b. Attend aPre-Bid Conference on site. c. Respond to Contractor inquiries.. d. Evaluate and respond to substitution requests. e. Prepare and distribute addenda. f. Prepare a list of qualified bidders for the City. g. Distribute plans and specifications on behalf of the City. 4. Provide plans and specifications to plan rooms. 5. Soliciting bids for retrofit, repair and restoration work including response to contractor requests for information, design and documentation of change or modified conditions, and evaluation of proposed alternates. -3- Section IV 6. Evaluating bids for retrofit, re}~air and restoration work including comparison of bids with probable cost estimates, tabulation of bid costs, and development of total project cost summary. The Consultant shall assist the City in receipt, opening, and evaluation of bids and in determination of the successful bid or proposal. Construction Phase 1. Shop drawing review 2. Review of Field mock up samples, supplied by the Contractor for comment and approval 3. Construction observations to determine if the completed work is in general conformance with the drawings and specifications. The Consultant shall visit the site at intervals necessary to become familiar with the progress and quality of work and to determine in general if the work is being performed in a manner indicating that the work when completed will be in accordance with the contract documents. From start through the "Certificate of Substantial Completion" two site visits shall be budgeted. 4. The Consultant shall as necessary but no less than monthly keep the City informed on the progress and quality of work and endeavor to guard the City against defects and deficiencies in the work. 5. The Consultant shall recommend rejection of work that does not conform to the contract documents and may require additional tests and inspections be conducted to insure contract document compliance of questionable components. 6. The Consultant shall assist in the preparation and processing of all required "Field Instructions" and "Change Orders". Review and approve or take other appropriate action on Contractor submittals in a timely manner (ten (10) working days or less) so as not to delay construction. Such review and approval shall be-for the limited purpose of checking for conformance with the information provided and the design concept expressed in the signed documents. 7. The Consultant shall have no control over or charge of and shall not be responsible for constnaction means, methods, techniques, sequences, or procedures or for safety precautions and programs in connection with the project, since these are solely the Contractor's responsibility under the Contract for Construction. Communications by and with the Consultants' consultants shall be through the Consultant. 8. Provide an updated report every month on the work Deliverable Documents 1. Itemized list of building elements requiring removal and or relocation as a result of proposed work. 2. Opinion of probable cost for relocations. 3. Construction drawings, specifications and front end documents. 4. Electronic record drawings. The Consultant shall prepare the documents in electronic format. -4- Section IV a. Autodesk AutoCAD files in approved city format will be accepted. b. Two complete sets of electronic data shall be transferred to the City on two disks. c. In addition, five full sets of scaled plots of all drawings shall be provided to the City. d. Five full sets of hard copy and electronic copy specifications shall be given to the City. ASSUMPTIONS 1. Iowa City Public Works department will provide assistance in developing the project and coordinating with the City of Iowa City administration staff. 2. Access to the site and building will be provided to HRG staff by ICWTP for purposes investigation and measurements. ADDITIONAL SERVICES If authorized by IC and at additional cost, HRG shall furnish additional services as outlined below. These services are not included in the base Scope of Services. 1. Other. Services required for the Project by ICWTP for which. HRG has suitable qualifications to provide. II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. The consultant will deliver a proposed schedule within 7 days of execution of this contract being executed with the intent that the documents be ready for bid in December 2007 III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. 1. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability; age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. .This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. _ 5 _ Section IV D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to fumish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. The Consultant agrees to fumish all reports, specifcations, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the, Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep mylar reproducible .copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. -6- Section IV O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES 1. Professional services will be invoiced on an hourly basis,-plus reimbursable expenses per the attached Billing Rate Schedule. Preliminary estimate of fees is as follows: Lump sum not to exceed $35,000 Total. $35,000 2. Additional services approved and authorized by ICWTP prior to proceeding shall be billed at HRG standard hourly rates per the attached Billing Rate Schedule. V. MISCELLANEOUS A. All provisions of the Agreement shall be reconaled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. FORTH TY By: Title: a or Date: January 15 , 2008 ATTEST: ~ ~ ~ 7'~ Cit erk y FOR THE CONSULTANT Title:--~ / GC ~i~tf/~-~ t~_ Date: / / 0 Approved by: Attorney's Office ~~l ~ to ~ Date pw\fo rm s\co n s a g m t. f rm SB HOWARD R. GREEN COMPANY STANDARD HOURLY FEE SCHEDULE Effective January 1, 2007 to December 31, 2007 CLASSIFICATION HOURLY RATE Principal-In-Charge $177.00 Senior Project Manager 161.00 Senior Project Planner ~ 141.00 Project Manager 135.00 Senior Project Architect 135.00 Senior Project Scientist 135.00 Senior Technical Advisor 135.00 Senior Project Engineer 118.00 Construction Manager 118.00 Project Architect 112.00 Project Planner 107.00 Project Scientist 107.00 Project Engineer 107.00 Project Associate 107.00 Staff Engineer 93.00 Staff Architect 70.00 Senior Engineering Technician 102.00 Engineering Technician II 93.00 Engineering Technician I 81.00 CADD Technician II 80.00 CADD Technician I 67.00 Registered Senior Land Surveyor 112.00 Registered Land Surveyor 97.00 1-Person w/GPS or Robotic Equipment 102.00 2 -Person Crew 132.00 2 -Person Crew w/GPS or Robotic Equipment 149.00. Field Services Manager 102.00 Senior Field Technician 88.00 Field Technician II 83.00 Field Technician I 66.00 Administrative Assistant 60.00 REIMBURSABLE EXPENSES 1. All materials and supplies used in the performance of work on this project will be billed at cost plus 10%. 2. Auto mileage will be reimbursed per the standard mileage reimbursement rate established by the Internal Revenue Service. Service vehicle mileage will be reimbursed on the-basis of $0.80 per mile. 3. Charges for sub-consultants will be billed at their invoice cost plus 15%. 4. A rate of $6.00 will be charged per Howard R. Green labor hour for a technology and communication fee. 5. All other direct expenses will be invoiced at cost plus 10%. NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA CITY WATER FACILITY IMPROVEMENTS, DOUBLE TEE ROOF BEAM FRP REPAIRS, IN THE CITY OF IOWA CITY, IOWA. TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Iowa City Water Facility Improvements, Double Tee Roof Beam FRP Repairs, in said City at 7:00 P.M. on the 29~' of January, 2008, said meeting to be held in Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK t'r OJ ~ "' Prepared by Eleanor M. Dilkes, City Attorney, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5030 RESOLUTION NO. 08-23 RESOLUTION APPROVING MUTUAL RELEASE AND SETTLEMENT AGREEMENT BETWEEN THE CITY OF IOWA CITY AND KNUTSON CONSTRUCTION SERVICES MIDWEST, INC. REGARDING THE PRECAST DOUBLE TEE BEAMS AT THE IOWA CITY WATER FACILITY. WHEREAS, the City of Iowa City (IOWA CITY) and Knutson Construction Services Midwest, Inc. (KNUTSON) are parties to a contract for construction of the Iowa City Water Facilities Improvement dated December 15th, 1999; and WHEREAS, the parties have a dispute relating to the precast double tee beams construction and design as detailed in Wiss, Janney, Elstner Associates, Inc.'s ("WJE") final report and letter dated June 26th, 2007, and Rath, Rath & Johnson, Inc.'s ("RRJ"), report dated August 20th, 2007; and WHEREAS, IOWA CITY has instructed KNUTSON to perform all work described in the Project Manual for'Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs dated December 10th, 2007, and the drawings for that project; and WHEREAS, IOWA CITY and KNUTSON have agreed on certain modifications of the instructions for the convenience of the installation and work to be performed; and WHEREAS, the parties have agreed to settle all of their potential and existing disputes and claims presented with respect to precast double tee beams at the Iowa City Water Facility Improvements as set forth in the attached Mutual Release and Settlement Agreement. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The City Council for the City of Iowa City hereby approves the attached mutual release and settlement agreement between the City of Iowa City and Knutson Construction Services Midwest, Inc. as being in the best interest of the City of Iowa City. 2. The Mayor and City Clerk are hereby authorized and directed to sign and attest the attached mutual release and settlement agreement. 8 Passed and approved this y of an ar _. , 20Q~. MAYOR proved b ATTEST: ~?7~ ~• 7~~---~J ITY CLERK City Attorney's Office Annenlord8res/res rat settlement.doc Resolution No. pg_~3 Page ~ It was moved by .orre~ a _ and seconded by Hayek the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~_ Bailey x Champion ~_ Correia x Hayek X ~ O'Donnell x Wilburn ~_ Wright wpdata/glossarylresoluGon-ic.doc SETTLEMENT AGREEMENT AND MUTUAL RELEASE This Agreement is dated Jan. 29 , 2008. The parties to this Agreement are CITY OF IOWA CITY, IOWA ("IOWA CITY") and KNUTSON CONSTRUCTION SERVICES MIDWEST, INC. ("KNUTSON"). BACKGROUND FACTS A. IOWA CITY is a Municipal Corporation in the State of Iowa. B. KNUTSON is an Iowa corporation with its principal place of business in IOWA CITY, Johnson County, Iowa. C. IOWA CITY and KNUTSON entered into a contract for the construction of the IOWA CITY Water Facilities Improvement dated December 15, 1999, which contract was for the performance of the work described in the Project Manual for IOWA CITY Water Facilities Improvement dated October 11, 1999. D. KNUTSON proceeded with the Work and achieved substantial completion of the Work at an agreed date of April 10, 2003. E. In January 2005, IOWA CITY and KNUTSON settled a claim relating to the replacement of the architectural precast wall panels at the IOWA CITY Water Treatment Facilities by entering into a Rework Agreement, a copy of which is attached hereto marked as Exhibit A. F. IOWA CITY paid KNUTSON the full amount of its retainage, $158,080.43, on or about July 25, 2005. With that payment, IOWA CITY paid the full amount due to KNUTSON under the December 15, 1999 contract. G. On November 14, 2006, IOWA CITY passed Resolution No. 06-341 accepting the work for the IOWA CITY Water Facility Improvements Division I: Water Treatment Plant and Division II: Well Houses Project. H. On February 23, 2007, IOWA CITY notified KNUTSON that it had discovered cracks in the precast double tee roof beams ("double tees") on February 15, 2007. { 00521140. DOC } • Settlement Agreement and Mutual Release -Page 1 of 7 I. Following an investigation conducted by Wiss, Janney, Elstner Associates, Inc. ("WJE") on behalf of IOWA CITY and by Raths, Raths & Johnson, Inc. ("RRJ") on behalf of KNUTSON, the City instructed WJE to prepare plans and specifications for repair of the double tees. In a letter dated January 10, 2007, IOWA CITY instructed KNUTSON to perform all work described in the Project Manual for IOWA CITY Water. Facility Improvements Double Tee Roof Beam FRP Repairs dated December 10, 2007 and in.the drawings for that project, entirely at KNUTSON's cost. K. On January 15, 2008, KNUTSON responded to IOWA CITY in writing and agreed to perform the work demanded by IOWA CITY with certain modifications of the instructions for the convenience of the installation and the work to be performed. L. On that same date, representatives of IOWA CITY and KNUTSON met to negotiate the terms of a settlement agreement and mutual release, and this is the settlement agreement and mutual release they negotiated. TERMS OF THE AGREEMENT In consideration of the facts mentioned above and the mutual promises set out below, the parties agree as follows: KNUTSON shall perform at its sole cost and with no cost to IOWA CITY all work described in the Project Manual for IOWA CITY Water Facility Improvements Double Tee Roof Beam FRP Repairs dated December 10, 2007 and the drawings for that project (the "Work") with the following exceptions: a. Surface preparation of the double tees: KNUTSON may use an alternative method to sandblast and to prepare the surface of the double tees for repair provided that the alternative method is acceptable to the FRP manufacturer and does not affect the warranty. Such preparation must meet the required surface preparation specification and lift-off tests to be a satisfactory method. In the event that KNUTSON does not achieve the required performance or satisfactory test completion, the sandblasting requirement included in the original specifications will be required. {ooszt tao.DOC} Settlement Agreement and Mutual Release -Page 2 of 7 b. Regarding ASIC certification, KNUTSON has requested relief from the requirement that the steel supplier be ASIC certified. The services of an independent testing and material science company (Terracon) shall be used to provide special inspection and monitoring of the steel fabrication and erection, determine the contractor's compliance with the steel erection and fabrication specifications and plans, and to generally observe the steel erection and fabrication for conformance of the Work with the Contract Documents. Terracon will be retained by the City directly to perform the inspection and monitoring services described in this paragraph and all costs, expenses and fees associated with this Work will be paid for by KNUTSON or reimbursed to IOWA CITY, as directed by IOWA CITY. The services of Terracon shall in no way relieve, discharge, modify or affect the obligation of the contractor to comply fully and completely with applicable plans, specifications, codes, AISC requirements, or Contract Documents and the Contractor shall remain fully responsible for its Work in accordance with the terms of the Contract Documents. The fabricator and erector shall be a company or companies specializing in performing the Work of this section with a minimum of 5 years experience. c. KNUTSON has requested an alternative design for the permanent catwalk. KNUTSON will nod be using the designed catwalk for purposes of performance of the repair work, and seeks consideration of alternative design for a permanent catwalk to be placed following completion of the repair. IOWA CITY authorizes KNUTSON to perform the repair of the double tees from temporary scaffolding and to install a permanent catwalk following completion of the repairs. IOWA CITY further authorizes KNUTSON to provide an alternative design for the permanent catwalk which may only be fabricated and installed if the alternative design is satisfactory to IOWA.CITY and its consultant WJE. d. KNUTSON will not be responsible for any inspection or maintenance of the FRP installations following KNUTSON's completion of the Work, and instead„ KNUTSON will pay IOWA CITY the sum of $10,500 upon KNUTSON's completion of the Work, which sum represents the total of the allowances for inspections and reports provided for in Section 01125 Unit Price Work of the Project Manual for Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs dated December 10, 2007. {00521140.DOC } Settlement Agreement and Mutual Release -Page 3 of 7 Since the Work will not be publicly bid as contemplated by the Project Manual for IOWA CITY Water Facility Improvements Double Tee Roof Beam FRP Repairs dated December 10, 2007, this Settlement Agreement and Mutual Release shall constitute the Agreement between KNUTSON and IOWA CITY relating to the Work. f. If IOWA CITY requests or orders additional work, IOWA CITY agrees to pay KNUTSON the actual costs KNUTSON incurs in performing the Work as changed. If KNUTSON and City cannot agree on the amount IOWA CITY is to pay KNUTSON before KNUTSON performs the work affected by the change, KNUTSON may fulfill its obligations under this Agreement by performing the work without the change. Change orders necessary because of conditions revealed during the execution of the work, but necessary to complete the original scope of the work as defined in Section 01800 of Project Manual for Iowa City Water Facility Improvements Double Tee Roof Beam FRP Repairs dated December 10, 2007, are not considered additional work and will be completed at no additional cost. KNUTSON shall not be required to perform additional work at no cost to IOWA CITY that is intended primarily to address aesthetic issues. 2. KNUTSON shall perform all work required under this Agreement with no reimbursement, payment, entitlement, or claim against IOWA CITY for the cost of the work. 3. KNUTSON expressly reserves the right to make claims for reimbursement, contribution, defense, indemnity or otherwise for all costs of the Work and the amounts KNUTSON pays to IOWA CITY pursuant to this Agreement against all other persons or parties who may be responsible or may be alleged to be responsible for those costs, demands, claims or expenses, except for IOWA CITY. 4. KNUTSON will promptly begin the Work and complete it no later than 155 days from January 22, 2008, barring delays relating to the availability of materials or force majeure. KNUTSON shall, on or before February 22, 2008, reimburse IOWA CITY the following amounts which the City represents and agrees to be the total amount of costs, losses and damages, including but not limited to fees and charges of engineers, architects, attorneys and other professionals incurred by City in enforcing its contract rights relating to the {00521140.DOC } Settlement Agreement and Mutual Release -Page 4 of 7 double tees, that it is entitled to recover from KCS, except for the $10,500 provided for in paragraph 1(d) of this Agreement: NAME DESCRIPTION Howard R. Green Temporary Support Design and Work Cedar Valley Steel Temporary Support Design and Work WJE Investigation All American Investigation Access Scaffold WJE Structural Design and Inspection Howard R. Green Mechanical and Electrical Design and Inspection Estimate Simmons Perrine Legal Services TOTAL AMOUNT $ 11,862.52 $ 26,244.81 $ 62,779.23 $ 1,552.09 $155,000.00 $ 35,000.00 $ 34,290.78 $326.729.43 6. ~ Upon completion of the Work described in pazagraph 1 of this Agreement and upon payment of the sums required by this Agreement, IOWA CITY and KNUTSON hereby irrevocably release, acquit and forever dischazge each other, their predecessors and successors in interest and their directors, officers, shareholders, employees, agents, attorneys, representatives, affiliates, subsidiaries, heirs and assigns and all thereof from any and all manner of actions, suits, claims, damages, judgments, levies, executions, demands, costs, expenses and liabilities, liquidated or unliquidated, fixed or contingent, direct or indirect, whether in contract, tort or otherwise, whether existing by virtue of any federal, state or local statute or regulation arising out of any Claims that IOWA CITY and/or KNUTSON ever had or have asserted or could assert against each other or its above-named representatives, known or unknown as of the date of the execution of this Agreement for, upon or by reason of any matter, fact or thing-arising out of or in any way relating to the manufacture, construction, installation, connection and/or design of the azchitectural precast wall panels or the precast double tee beams. 7. With the exception of the design-build components of the Work completed by Knutson or any of its subcontractors, KNUTSON and IOWA CITY agree that KNUTSON is not responsible, in any way, for the design of the Work described in the Project Manual for Iowa {00521140.DOC} Settlement Agreement and Mutual Release -Page 5 of 7 City Water Facility Improvements Double Tee Roof Beam FRP Repairs dated December 10tH, 2007 ("the 2007 Project Manual") along with certain plans labeled S-1 to S-8, M-1 to M-2, G-1 and E-1 to E-8 (the "2007 Plans") that WJE prepared for IOWA CITY. 8. The aforementioned consideration is accepted by IOWA CITY and KNUTSON in full and complete satisfaction of all alleged damages arising out of any disputes and claims asserted between the parties. It is expressly understood and agreed that the terms of this Agreement are contractual and not mere recitals, and that the agreements herein contained and the consideration transferred is to compromise doubtful and disputed claims, avoid litigation, and buy peace, and that no statement contained in this Agreement should be deemed to be an admission against interest by IOWA CITY or KNUTSON or a concession as to a claim or defense, nor shall any party be deemed of admitting any liability to any third party, which liability is expressly denied. 9. At the request of IOWA CITY, WJE prepared the 2007 Plans for purposes of obtaining bids for the Work and thereafter letting such Work. Because of this Settlement Agreement and Mutual Release, this bidding and letting process is unnecessary. The Parties hereto agree that the 2007 Plans are incorporated into this Settlement Agreement and Mutual. Release to the extent they describe the Work to be performed, the obligations of the Parties and are otherwise consistent with this Settlement Agreement and Release. Knutson will perform the Work at no cost to Iowa City notwithstanding any terms or condition of the Project Manual relating to payment by Iowa City to Knutson. KNUTSON will provide all warranties for the Work described in Project Manual and those warranties shall continue and survive the release granted under this Agreement. These warranties are express exceptions to the release provided in this Agreement, and are incorporated into this Agreement as if fully set forth herein. 10: This Settlement Agreement and Mutual Release represents the entire understanding between the parties in connection with the subject matter hereof, and may not be altered or modified except by a writing duly signed by all parties affected by the alteration or modification. 11. This Settlement Agreement and Mutual Release shall be binding on and inure to the benefit of the successors and assigns of the respective parties. {00521140.DOC} Settlement Agreement and Mutual Release -Page 6 of 7 12. The parties to this Settlement Agreement and Mutual Release are represented by counsel, and consulted counsel regarding the Settlement Agreement and Mutual Release before executing it. 13. This Agreement maybe executed in several counterparts, each of which shall deem to be an original and which counterparts shall together contain the signatures of all of the parties hereto and shall constitute a single binding and complete Agreement. 14. The undersigned, by signing the Settlement Agreement and Mutual Release, state that they have, on behalf of their respective corporation, read the Settlement Agreement and Mutual Release, that the Agreement has been reviewed by legal counsel for their respective corporation, and that as their corporation's representative, they understand and fully agree to each and every provision in the Settlement Agreement and Mutual Release. 15. Any provision in this Agreement which is prohibited or unenforceable in any jurisdiction shall be ineffective only to the extent of such prohibition or unenforceability without invalidating the remaining provisions of this Agreement, and any such prohibition or unenforceability in any jurisdiction shall not invalidate or render unenforceable such provision in any other jurisdiction. 16. IOWA CITY and KNUTSON admit that this Agreement is entered into voluntarily and is governed by the laws of the State of Iowa. The parties further agree that the Agreement is specifically enforceable in Iowa Courts and the parties agree that the only suitable venue for any action to enforce said Agreement is the Courts of the State of Iowa. CITY OF A CITY, I WA By: of City of IOWA CI Y CONSTRUCTION,S'ERVICES By: T, ~/Presi~t/~en~al Manal~ger in E. Knapp {00521 I40.DOC} Settlement Agreement and Mutual Release -Page 7 of 7