Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PARKING GARAGE MAINTENANCE PROGRAM 2015
PARKING GARAGE MAINTENANCE PROGRAM/2015 PaerI o ' ?ct rk'r►LCA �'�R r 1') a ; r1-feraiAce_--PagJrrt►v-, 2o► 17-Apr- 15 I�(� ��5, sp-c.cs ) prDposoLL ctRc1 C'c1-►trac-f 21 - ( (0 1 se*(1' c.c_ c. Yl-e_a r i )/\_n J 7 - apr - ).S I l o-F i c_e opikb h e,a r i v� - - /raj- e_s - p-rn /./ az) )7 La-las CorY1--1 of Co i'41--c(c± 61_ __.0_-g cos+- IL 1(1 u -1.5 8$ c(c(e r_s ,tee of P Jo `ic_e ctde r-s 2 - J LL r0 - IS 1-�.e s /5- - 1--/ , cz_t_A_D crC I Yt G o r ` 'CC L 5 II iC leievaft 1 -r CITY OF IOWA CITY N .� a Cr) emem• DEPARTMENT OF PUBLIC WORKS - t`+ ENGINEERING DIVISION 22. U cn PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE City of Iowa City Parking Garage Maintenance Program 2015 Project IOWA CITY, IOWA April 17, 2015 • Q°F�E S S10� 4r: � ;! w: RANDY R. ▪V• z- Lj 1 �� WI 12311SON ..•� • m d , .....• /0W. r � � SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE PAGE CERTIFICATIONS SPECIFICATIONS TABLE OF CONTENTS TC-1 NOTICE OF PUBLIC HEARING NPH-1 NOTICE TO BIDDERS NTB-1 NOTE TO BIDDERS NB-1 INSTRUCTION TO BIDDERS IB-1 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE /71 (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 (thru pg.8) GENERAL CONDITIONS -� " GC-1 SUPPLEMENTARY CONDITIONS SC-1 BIDDER STATUS FORM (2 PAGES) BSF-1 ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM ATTACHMENT: PLANS Ernkb 0 (7J s CA ca continued on next page TC-1 Specifications Table of Contents, continued Page Number DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS (Additional) SUPPLEMENTS TO FORM OF PROPOSAL 004300-1 SUBSTITUTION REQUEST FORM 004325-1 NON-COLLUSION AFFIDAVIT 004519-1 SUBCONTRACTOR AND MATERIAL SUPPLIER LIST 004550-1 DIVISION 1 —GENERAL REQUIREMENTS SUMMARY OF WORK 011000-1 ALLOWANCES 012100-1 ALTERNATES 012300-1 CONTACT MODFICATION PROCEDURES 012600-1 AYMITCEDURES 012900-1 UBATAL ROCEDURES 013300-1 r� v*-- UAB � Y JIREMENTS 014000-1 DEFITIOAND STANDARDS 014216-1 a TEMPORARY FACITLITIES AND CONTROLS 015000-1 BARRIERS 015600-1 DIVISION 3—CONCRETE CONCRETE REPAIRS 030100-1 t POST-TENSIONED CABLE REPAIRS 033810-1 DIVISION 4— MASONRY MASONRY REPAIR 040100-1 continued on next page TC-2 Specifications Table of Contents, continued Page Number DIVISION 5- METALS MISCELLANEOUS METALS 055000-1 DIVISION 7-THERMAL AND MOISTURE PROTECTION VEHICULAR TRAFFIC MEMBRANE 071800-1 EXPANSION JOINTS 079000-1 SEALANTS 079200-1 DIVISION 9-FINISHES HIGH PERFORMANCE COATINGS 099100-1 DIVISION 32-SITE WORK PAVEMENT MARKINGS 321723-1 ? sv cn cas TC-3 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the City of Iowa City Parking Garage Maintenance Program 2015 Project in said City at 7 p.m. on the 5th day of May, 2015, said meeting to be held in the 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 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 Coun- c� cil of the City of Iowa City, Iowa and as provided e,► by law. 2 poo emn MARIAN K. KARR,CITY CLERK 64.4 ..a.8 rn renSiEW NGWWesolutlwWdco of P,Eic HeeringOnPh fir City laCity Prldng Game Q ci Mamoru rce Program 2015 Aapct for 0505 2115.doc 119 5/15 Wi C., NPH-1 NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28th day of May, 2015. 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 received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5th day of June, 2015, or at special meeting called for that purpose. There will be a recommended pre-bid meeting visiting the sites. This will start at 10 a.m. local time on Thursday, May 14, 2015 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2015 Project focuses on concrete floor repairs and membrane patching in the Dubuque Street Ramp. Additional efforts in this facility include repairs to deteriorated concrete beams, expansion joints, stair tower tread and risers, and interior facade lintels, along with other isolated structural and waterproofing repairs throughout the garage. Also included are smaller repair projects within three additional ramps: Capitol Street Ramp, Chauncey Swann Ramp, and Tower Place Parking Ramp. All work is to be done in strict compliance with the plans and specifications prepared by THP Limited, Inc., of Cincinnati, Ohio, 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 of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, 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 successful bidder will be required to furnish a bond in an amount equal to.,-,,ane humored percent (100%) of the contract price, said bond to be issued by a responsible surety approved.b -the . an ll guarantee the prompt payment of all materials and labor, and also protect and save Rini es-.-"e Ci4.m all claims and damages of any kind caused directly or indirectly by the operation of tti-aontrect. an II also guarantee the maintenance of the improvement for a period of one (1 ) year(s) t t 'and ter it - pletion and formal acceptance by the City Council. rn The following limitations shall apply to this Project: -• Early Start Date: June 15, 2015 'io Final Completion Date: October 2, 2015 y cn Liquidated Damages: $500.00 per day c..) 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779-0093 by bona fide bidders. A $50.00 refundable fee 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 Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contrac- tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract NTB-1 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. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK O co 45 o W tv err )—ES 111L. acr jJ#; C;) c. N NTB-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal Envelope 3: Bidder Status Form r.� 0 T Cjf rn 2 NB-1 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. CP D. An alternate bid (or Alternate) is an amount stated in the = • to gaddAko or deducted from the amount of the base bid if the corresp,:i g mange Mithe work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price perof wasufeent for materials or services as described in the bidding •�,«i, eR or ejthe contract documents. 1/4.9 �' cn F. A bidder is a person or entity who submits a bid. G. A sub-bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2—BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. IB-1 2.3 The bidder has visited the site. has become familiar with local conditions under which the work is to be performed. and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3— BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Techniqraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354-8973 Toll-Free 800-779-0093 by bona fide bidders, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub-bidders, including material suppliers. may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. ,p Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding o 4-; documents. No partial sets will be issued. '°` C�� In making copies of the bidding documents available on the above terms, the r" Owner and the Architect do so only for the purpose of obtaining bids for the or <work. and do nor confer license or grant permission for any other use of the c c abidding documents. 11.7 I C=. Copies of the reports and drawings that are not included with the Bidding irra Documents may be examined at Engineering Division at City Hall, Iowa City, • 2 Iowa during regular business hours, or may be obtained from the Owner at 4+ Owner's reproduction cost, plus handling charge. These reports and drawings tN are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other. and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions. and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub-bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least IB-2 nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to Substitutions request form 004325 for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids. except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. Op D. Each bidder shall ascertain prior to submitting a bid that he has~reced all addenda issued, and the bidder shall acknowledge their rece in th�'proper location on the bid form. -4 ao ARTICLE 4-BIDDING PROCEDURES frl 4.1 Form and Style of Bids • A. A separate copy of the bid form is contained within the back conr of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two. the amount written in words will govern. D. Interlineations. alterations or erasures shall be initialed by the signer of the bid. IB-3 E. All requested alternates shall be bid. If no change in the base bid is required. enter "No Change". F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security. state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10_%) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested. furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. 110 B . Surety bond shall be written on enclosed "Bid Bond" form bound within the pG!' project manual and the attorney-in-fact who executes the bond on behalf of the yam= surety shall affix to the bond a certified and current copy of power of attorney. NO. c.„0"" CYC The Owner will have the right to retain the bid security of bidders to whom an molt a award is being considered until either: S1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. f' 4.3 Bidder Status Form A. Bidder Status form shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. All copies of the bid. the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB — Note to Bidders. All envelopes shall be addressed to IB-4 the party receiving the bids ("City Clerk, City of Iowa City"). and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail. the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2:30 p.m. on Thursday, May 28, 2015. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persorA,legally authorized to bind the bidder to a contract shall also be maile d poonarked on or before the date and time set for receipt of bids, and it s seinvvorcteii as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated4Rtheiiceipro7 bids provided that they are then fully in conformance with the Istkrtionni Bidders. w D. Bid security shall be in an amount sufficient for the bid as 1rilified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids IB-5 A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 - POST-BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive. responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: C' -cf1. A designation of the work to be performed by the bidder with the bidder's own forces. o cc2. The proprietary names and the suppliers or principal items or system of tafil �}- materials and equipment proposed for the project. Ur-- C.>-(-)The bidder will be required to establish to the satisfaction of the Architect and 1" he Owner the reliability and responsibility of the persons or entities proposed to 4i» vOurnish and perform the work described in the bidding documents. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. IB-6 E. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE1111 • 8.1 Conference �+ r A. Bidder is encouraged to attend a pre-bid conference. This �d ar10 vph local time on Thursday, May 14, 2015 in the Tower Pla*rkta R conference room, located at 335 East Iowa Avenue in Iowa City. w tour of facilities will follow. 8.2 Parking A. Limited metered parking is available neighboring Tower Place and Parking Ramp. Otherwise a hourly-fee parking is available in Tower Place Parking Ramp. S:IENGWRCHITECTURE FILE1Prc ects1Patdng Garage Maintenance Program 2015 through 20181Front Ends and Bids Documents and NoticesUB-Instructions to Bidders the City of Iowa City Parking Garage Maintenance Program 2015 Project 04 17 2015 doc IB-7 FORM OF PROPOSAL CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project BIDDERS PLEASE NOTE: 1 PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:30 PM local time on May 28, 2015 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment. all supervision, coordination, and all related incidentals necessary to perform the work to complete City of Iowa City Parking Garage Maintenance Program 2015 Project in strict accordance with the Project Manual and the Drawings dated April 17, 2015, including Addenda numbered and , inclusive, prepared by THP Limited Inc.. from Cincinnati, Ohio., for the Base Bid Lump Sum of: A. Base Bid: (Total Cost for all work included in the Contract Documents, incluc -,t al£tmp and unit price work efforts. Also included with the Base Bid is the AAWAvancc 54 stated in Section 012100 and Part A.1 on following page.) j For the sum of ($ rn rn DoPs Ui c., Base Bid itemization included on next page 1. Base Bid Itemization: (Total must be equal to Base Bid amount listed on preceding page.) Quantity Allowance Work Items (All Garages, Total) (a) Total costs for unit price work (per quoted Unit Prices listed in Part C multiplied by Allowance Quantities listed in Specification Section 012100) ($ ) (b) Cash Allowance per Specification Section 012100 ($ 25.000.00 ) Dubuque Ramp (S100 Series) Lump Sum Work Items (a) General conditions, permit fees. mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) (b) New wing compression seal installations ($ ) (c) New compressible seal installation Q0 at Dubuque Street on-grade interface ($ ) o d)�Q Install new perimeter flashing and sealants at c w-- roof level stair towers (NW and NE corners) ($ ) ne)›.v Clean and coat exposed stair tower lintels ($ ) 3 Grind high edges at NE stair tower transitions ($ ) Wig) Clean and coat south stair from grade to street level ($ ) N arCapitof Street Ramp (S200) Lump Sum Work Items —(h) Y'S. General conditions, permit fees, mobilization, "" demobilization, barricades, sidewalk protection, etc., ✓ _ c; plus any other efforts not itemized elsewhere ($ ) "rower Place Ramp (S400) Lump Sum Work Items (i) General conditions, permit fees, mobilization, demobilization. barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) (j) New wing compression seal installations ($ ) (k) New traffic membrane strip installations at expansion joints ($ ) (I) Barrier cable repairs ($ ) B. Alternate Bids: (Total cost for Alternate work as identified on the Drawings as an addition to the Base Bid). Alternate 01: Dubuque Street Garage—Additional floor repairs and membrane patching. For the sum of ($ ) Dollars Alternate 01 Itemization: (Total must be equal to Alternate 01 amount listed above.) (a) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) ($ ) (b) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) Alternate 02: Capitol Street Garage—Additional unit price repair efforts. For the sum of ($ ) Dollars Alternate 02 Itemization: (Total must be equal to Alternate 02 amount listed above.) L5 (a) Total costs for unit price work (per quoted Unit :T o Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) ($ .412 g (b) General conditions, permit fees, mobilization, Lb demobilization, barricades, sidewalk protection, etc., 2i0'4 ' *� plus any other efforts not itemized elsewhere ($ . �V ` r. 944 Alternate 03: Chauncey Swann Garage— Full scope of work, as outlin. a S300. For the sum of ($ .� s g4 Dors cn Alternate 03 Itemization: (Total must be equal to Alternate 03 amount listed above.) (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) (b) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) ($ ) (c) New wing compression seal installation at garage entrance from College Street ($ ) C. Base Bid Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) No. 1 —Shallow concrete repairs(1/S500) ($ ) Dollars per sq.ft. No. 2— Deep concrete floor repairs(2/S500) ($ ) Dollars per sq.ft No. 3— Full depth concrete floor repairs(3/S500) ($ ) Dollars per sq.ft No. 4—Concrete beam bottom repairs(4/S500) ($ ) Dollars per sq.ft. No. 5—Column/vertical surface repairs (5/S500) ($ ) Dollars per sq.ft. No. 6—Overhead soffit repairs (6/S500) ($ ) Dollars per sq.ft. o No. -14,Soffit knockdown repairs (7/S500) ($ ) 0tc� Dollars per sq.ft. J r•.N6 Post-tension cable repairs (9/S501) ($ ) MOM LI= Dollars per location 141r4o-:' g= oncrete blockout repairs (10/S501) ($ ) 411 owDollars per lin.ft. fin L 6. la—Concrete masonry unit replacement (13/S501) ($ ) 9' • Dollars per location. (.- No. 11 —Typical tuck pointing repair(14/S501) ($ Dollars per lin.ft No. 12—Typical stair tread/riser replacement(15/S501) Dollars per location. continued on next page Base Bid Unit Prices, continued No. 13—Typical random crack route and seal (2/S600) ($ Dollars per lin.ft. No. 14—Wing compression seal nosing repair(7/S600) ($ ) Dollars per lin.ft. No. 15—Traffic membrane patch repair(13/S701) ($ ) Dollars per sq.ft. > O *77 eta an yrw rn D. Add Alternate Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) Alternate 01: Dubuque Street Garage No. 1 -Shallow concrete repairs(1/S500) ($ ) Dollars per sq.ft. No. 2- Deep concrete floor repairs(2/S500) ($ ) Dollars per sq.ft No. 3- Full depth concrete floor repairs(3/S500) ($ ) Dollars per sq.ft No. 4-Traffic membrane patch repair(13/S701) ($ ) Dollars per sq.ft. e4 c r..1tAatitte 02: Capitol Street Garage .J .�4lo. hallow concrete repairs (1/S500) ($ ) U.. i7.3e Dollars per sq.ft. SOS 410. 6=-Tee joint edge repairs (8/S500) ($ ) c3 aat el �• Dollars per lin.ft. )-c) n 1+No. + hear connector weld repairs(8/S500) ($ ) m .d n'M Dollars per location. C No. 8- Supplemental load transfer angle(11/S501) ($ ) Dollars per location. No. 9-Supplemental carbon fiber plate (12/S501) ($ ) Dollars per location. No. 10-Tee-to-tee joint sealant replacement (5/S600) ($ ) Dollars per lin.ft. continued on next page Add Alternate Unit Prices, continued Alternate 03: Chauncey Swann Ramp. No. 11 —Shallow concrete repairs(1/S500) ($ ) Dollars per sq.ft. No. 12—Concrete beam bottom repairs(4/S500) ($ ) Dollars per sq.ft. No. 13—Column/vertical surface repairs(5/S500) ($ ) Dollars per sq.ft. No. 14—Construction joint sealant replacement(1/S600) ($ ) Dollars per lin.ft. lag Ili 40. ca y ..j E. Labor Rates: (inclusive of all overhead, profit, benefits, and all other costs associated with the performance of any work efforts) 1. Laborer hourly pay rate for work performed during normal work hours ($ Dollars per man hour 2. Laborer hourly pay rate for work performed outside normal work hours (standard overtime rate) ($ ) Dollars per man hour 3. Mason (Mechanic or bricklayer) hourly pay rate for work performed during normal work hours ($ Dollars per man hour 4. Mason (Mechanic or bricklayer) hourly pay rate for work performed outside normal work hours (standard overtime rate) ($ Dollars per man hour a 4. i a-�t— rriCs C1C w •a - >cc (,S 1.1", Q u The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before September 4, 2015. Firm: Signature: CJ c.+7 Printed Name: _ —T Title: Jaw MAddress: Phone: Contact: BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the 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 of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a 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 LW evenexceed the amount of the obligation stated herein. a "' 211. By virtue of statutory authority, the full amount of this bid bond shall lz§4feil to tba. Owner in the event that the Principal fails to execute the contract and provAj7lhe,13ond, 5" provided in the Project specifications or as required by law. rrl a 52 The Surety, for value received, hereby stipulates and agrees that thett atis�ns of Surety and its bond shall in no way be impaired or affected by any extensiorr of the ie within which the Owner may accept such Bid or may execute such contract documents, and f5id Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 . (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 of 1 FORM OF AGREEMENT 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, specifications, proposal and bid documents dated the 17th day of April, 2015, for the Parking Garage Maintenance Program 2015 Project ("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. "General Conditions of the Contract for Construction"AIA DOC,0,?01-2007, • as amended; c. Plans; - — r-- d. Specifications and Supplementary Conditions; 0 e. Notice to Bidders; '" w cn f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects;. Contract Compliance Program (Anti-Discrimination Requirements); ( 1.1 j. Proposal and Bid Documents; and k. This Instrument. --.7".E3 r ... ea: 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. AG-1 of 2 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). 5. (No)Alternates included as part of this agreement. 6. Substantial Completion date is September 4, 2015 and final completion date is October 2, 2015. 7. CONTRACT DATE 3rd day of June, 2015. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX-XXX]. City Contractor (Signature) (Signature) (PrintSname6- (Printed name) FT- g r-4-2 1'' yipMayor (Company OfficialTitle) Tri _ -ham J{MY. ATTE ATTEST: (Printed name) (Printed name) w g Cit);ler d (Company Official Title) a z w` ECJ ', •-� — y- Approved By: LL. arek Ira City Attorney's Office AG-2 of 2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (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 Dollars ($ )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 , entered into a (date) written Agreement with Owner for City of Iowa City Parking Garage Maintenance Program 2015 Project; 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 THP Limited, Inc., 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 defkindat the `� as '1 Agreement, the Owner having performed Owner's obligations thereunersthe.arety...i may promptly remedy the default, or shall promptly: ;CyJ4 xi. rn ' 1. Complete the Project in accordance with the terms and cdrns-if th 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 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 under PB-1 of 2 this paragraph), sufficient funds 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 be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year 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 directly with 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. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: r-- (Principal) O ,Z` Witness (Title) >"v (Surety) tri. 9 Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 of 2 FILED 03.11 :1 2015 APR 17 AM 9: 54 ,t 0 =0f 29A o OS CITY CLEW • Nn1J3 YT#,/ a)V IOWA CITY. IOWA . Ar ' I ,YT13 /tWO (13 • E o "6' � o ?1-01 L. C 0 U SECTION I-GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors,vendors, and consultants with contracts of $25,000 or more (or less) i f required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors,and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance(located on pages CC-2 and CC-3)or other required material must be received and approved by the City. 5. .,,;Contracting departments are responsible for answering questions about contractor, rr - co n s u I to n t and vendor compliance during the course of the contract with the City. ..,All contractors,vendors,and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working"or "Flagman Ahead," and instead use gender neutral signs. tom. , 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. r .aC O Mn C>~M yr ....� r— )- 111/11.10•11 .11.10.. cr. 1111 1:1- o CC-1 of 8 SECTION II-ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor"• shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion,demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 et sea,) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' EqualIQiploy_q> nt Opportunity Officer? (Please print): )2.4-c=3-041i7?-1C--- iJ Name rn x0— co Phone number Address 4A 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions)that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date © �o _ .6� V -a. CC-3 of 8 SECTION III-SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings ,employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools.Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. `' (c) Analyze and review your company's recruitment procedures to identify and eliriada discriminatory barriers. {3 cna d,& (d) Select and train persons involved in the employment process to use otrifCttve sr and to support equal employment opportunity goals. 1"� (e) Review periodically job descriptions to make sure they accurately reflec wjot--1 functions. Review education and experience requirements to make sure-tHfRacc-artrely reflect the requirements for successful job performance. :'' - X._ (f) Review the job application to insure that only job related questions are asFAIRsk *- t yourself "Is this information necessary to judge an applicant's ability to-. eriSrmype job applied for?" Only use job-related tests which do not adversely affect aniarticulvtroup of people. .c- (9) Monitor interviewscarefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 of 8 1 r ► �__ fit wpizudi CITY OF IOWA CITY Attached for your information is a copy of Section 2 —3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. oeft- & arc a.. . esir� �' ,,„. .. _j, -t.>-' . CC-5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e, national origin,color, creed, disability, gender identity, marital status, race, religion, sex, or sexual orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilitiesforemployment. The Equal Employment Opportunity Officer for is: Name: Address: --t Telephone Number: �� a0 kit zap u NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal L. counsel to formulate a policy which specifically meets the needs of your company. p, a . 70-F. c.r� CC-6 of 8 Sterling Codifiers, Inc. 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify. promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership. apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) o C.1 ' 7) �` mplmeotlicies relating to pregnancy and childbirth shall be governed by the following: .¢ �1.A itte inwri �rtten employment policy or practice which excludes from employment applicants or ._J en' oypsc�ecause of the employee's pregnancy is a prima facie violation of this title. ....� p� �—•d LL.2. Di bilit aused or contributed to by the employee's pregnancy, miscarriage. childbirth and reamorery ti-Refrom are, for all job related purposes, temporary disabilities and shall be treated as suEunder any health or temporary disability insurance or sick leave plan available in connection wit employment or any written or unwritten employment policies and practices involving terms and It conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F.The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC-7 of 8 Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 1. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 2. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 3. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 4. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105. 12- 16-2003) 5. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 6. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 7. Any employer who regularly employs less than four (4) individuals. For purposof this section, individuals who are members of the employer's family shall not be cound as employees. (Ord. 08-4312, 8-11-2008 c?, A ti -n , ....r .� rn xis rn CD CC-8 of 8 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 - GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as stfike-eut and additions to the AIA A201 are indicated as"bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 -GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows:. c� 1.1.1.1 Any reference within the Contract Documents of the Agree betwgen Owner and Contractor should be substituted with of the Form of • r ree be6sean Owner and Contractor (hereinafter the Agreement). The Form of A.- ` e Halls AG in the project manual. 0'4 door M B. Change paragraph 1.1.3 to read as follows: 'et!' a 1.1.3 The term "Work" means the construction and services requ'; .'•y CfltOct Documents, whether completed or partially completed, and includes - erlabor, .tgg►s, materials, equipment, transportation, services, taxes, insurance a air s es provided or to be provided by the Contractor to fulfill the Contractor's obligS/Ions. �� Work may constitute the whole or a part of the Project. The Contractor shall provide Ell work and materials which any part of the Contract Documents require him to provide. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2-OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after feseipt-ef written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case - • -e- -• - -•- -- e -- . -- • -- --- - the SUPPLEMENTARY CONDITIONS DOCUMENT SC-1 Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys'fees and expenses made necessary by such default, neglect, or failure. Such action by the Owner and amounts charged to tho Contractor aro both subject to prior approval of the Architect. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 - CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work. carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional. unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and knowingly failed to report it to the Architect. If the Contractor performs any construction activity knowing-it-involves involving a recognized error, inconsistency or omission in the Contract r- Documents without such notice to the Architect, the Contractor shall assume appropriate res sibility for such performance and shall bear an appropriato amount of the attributablo all Ci o for correction. The Contractor shall perform no portion of the Work at any time ut Contract Documents or, where required, approved Shop Drawings, Product Data pies for such portion of the Work. B. ctve paragraph 3.3.2 to read as follows: The Contractor shall be responsible to the Owner for acts and omissions of the ci— wf s z • „-ctor's employees, Subcontractors, Sub-subcontractors, vendors, materialmen and f""o - sup. "ers and their agents and employees. and other persons performing portions of the Work '1 under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents. the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC-2 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 01 60 00-Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent;and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, •• ... . -- e _ _entract Documents require or permit.. Work, taterials or equipment not conforming to these requirements may be considered defe -hT ontra s warranty excludes remedy for damage or defect caused by abuse, alter.;.!•=to Wp Work-rot executed by the Contractor, improper or insufficient maintenance, impropeeiptratigiA. or � wear and tear and normal usage. If required by the Architect, the Cafi for-hall fbrnish satisfactory evidence as to the kind and quality of materials and equipment,-<r– _,,, rra G. Change paragraph 3.6.1 to read as follows: S to The Contractor shall pay sales, consumer, use and similar taxes for the {fork pried by the Contractor that are legally enacted when bids are received or negotiations concludeeFwhether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall comply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes. ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriato responsibility for such Work and shall bear the costs attributable-te the corroction and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC-3 J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time. or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. If either party—disputes--t - a _- _- '. e: . •• . • _ J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked r— currently to indicate field changes and selections made during construction, and one-sepy-of all apprc ed Shop Drawings, MSDS Sheets, Product Data, Samples and similar required a stlitatals. These shall be available to the Architect and shall be delivered to the Architect for `T. + s. • al to the Owner upon completion of the Work as a record of the Work as constructed. K.r-- 041Ze paragraph 3.13 to read as follows: �.... 31-he Contractor shall confine operations at the site to areas permitted by applicable laws, Q . s, ordinances, codes, rules and regulations, and lawful orders of public authorities and the • •'rct Documents and shall not unreasonably encumber the site with materials or equipment. T on tractor acknowledges that the property on which the Project and Work are fl , r. located may be occupied and in use by the Owner during the execution of the Work. The :... O[ Contractor shall perform and coordinate its work in such a manner that the portions of 1.7 the property occupied and in use will not be encumbered or the use interfered with or m interrupted. Cl L. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or ru • claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property _ - -- : ' - , but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC-4 may be liabl-, =-- - --- •- - -- - =, = ---= Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4-ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner ontractor and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: : - 4.2.1 The Architect will provide administration of the Contract as descxibect,in a Contract Documents and will be the Owner's representative as provided herein d.;,.. , co cti• until the Architect issues the final Certificate for Payment to the Contract. "r ha�ject LG. Architect will advise and consult with the Owner. The Architect will h. • bask to vttman behalf of the Owner only to the extent provided in the Contract Documents.C. Change paragraph 4.2.3 to read as follows: • 4.2.3 On the basis of the site visits, the Architect will keep the Owner .n inf d about the progress and quality of the portion of the Work completed, and •rt to Owner 1) known deviations from the Contract Documents and from the most recent construct) h schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and seftify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC-5 performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The- ties, an exhibit to be incorporated in the Contract Documents 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations dee}sfenc of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendationsdecicionc, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations decisions rendered in good faith. 1.6 '1:TICLE 5 - SUBCONTRACTORS Q EL tgt e paragraph 5.2.1 and add the following: The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those ons, firms, companies or other parties to whom it proposes;intends to enter into a r--- ontract regarding this project as required on the Bid Form and the Agreement. ..�. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR R shall furnish documentation of all efforts to recruit MBE's. Change paragraph 5.3 to read as follows: 4"'{ 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor. by these Documents. assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement. copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC-6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrsagft+lly causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7- CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: ,�, .1 For the Contractor, for any Work performed directly by the Con tractof.Qemployees, not including oversight of such work performed by subcontractor,fteen Nrcent.4t¢%o) of the cost. ' -v 1 .2 For the Contractor, for Work performed by his Subcontractor ewe sent(ip of the amount due the Subcontractor. -1 .3 For each Subcontractor, or Sub-subcontractor involved, for ar It rk grforteriby such contractor's own forces, fifteen percent(15%)of the cost. � .4 For each Subcontractor, for Work performed by his Sub�ontectori;--Ifye percent(5%) of the amount due the Sub-subcontractor. .5 In order to facilitate checking of quotations for extras or credits, aproposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over$200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 - TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC-7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, ie-s, unavoidable casualties or other causes beyond the Contractor's control, Of-by-delay-autho4 zed delay. then the Contract Time shall be extended by Change Order for such reascnable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion"of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders(or instruction to Bidders)for each calendar day that "Substantial Completion"is delayed beyond the date written in the Agreement, r—!--1 subject to adjustments of the Contract Time as provided for in the Contract 4=4-- Q Documents. aiw The •Owner shall give •written •notice to the Contractor of intent to assess a _.;t>- liquidated damages pursuant to provisions of this Article. Calculation of the r=" C.Jr amount of liquidated damages shall commence on the date the Owner notifies the >"'v Contractor of this intent. ei g Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result - • of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors'failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. SUPPLEMENTARY CONDITIONS DOCUMENT SC-8 .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amqupt or such larger amount as will insure that there always remains a sufficient balance 153 complete the work, such retainage to be held until Final Acceptance of Work a ' .hall gnoti -- Architect. '. ..:. .•-..e •e : : e:a .: -e-7- ".:- _ re • shall so notify the Architoct. -T "'t E. Change paragraph 9.8.4 to read as follows: ems.! When the Work or designated portion thereof is substantially complete, the s .,ttect�ll pri ' �g� a Certificate of substantial Completion that shall establish the date of SueTe,. ial Cejmplc�tierf, shall establish responsibilities of the Owner and contractor for security, aintence, heat, utilities, damage to the Work, and insurance, and shall fix the time within which thercontractor shall finish all items on the list accompanying the Certificate. -by-the-Centract !:.. •-• - - - .. •• _ .. - •: e- . - ---. - - -- - e'-•• e •- • - e - - • • -- •- -- .e - -- - •- - - e - - - --• -- - - --e- - - -- •pletien:a ...l i c a F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa(2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous SUPPLEMENTARY CONDITIONS DOCUMENT SC-9 chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom: B,L„ Change paragraph 11.1.2 to read as follows: • . 1.1.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of cc liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence basis and shall be ✓ maintained without interruption from the date of commencement of the Work until the date of Gfink payment and termination of any coverage required to be maintained after final payment, with respect to the contractor's completed operations coverage, until the expiration of the d for correction of Work or for such other period for maintenance of completed operations Wed- rage as specified in the Contract Documents. .beoge paragraph 11.1.3 to read as follows: 11-1-..#i Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to cdnencement of the Work and thereafter upon renewal or replacement of each required policy .n of ieurance. The name, address and phone number of the insurance company and agent • must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both. shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be SUPPLEMENTARY CONDITIONS DOCUMENT SC-10 in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily injury&Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury& Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Professional Liability(if applicable) $1,000,000 $1,000,000 Worker's Compensation insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office C00001 or equivalent, shall include Contractual, Premises& Operations, Products& Completed Operations, Independent Contractors, Personal&Advertising Injury coverages, and Aggregate Limits of insurance(Per Project) endorsement. Automobile Liability shall include all owned, non-owned and hired autos and also coverage for Contractual Liability. v Gro Excess Liability shall provide no less than following form coverage to the primary' ier1)718g poli Workers Compensation shall include the Alternative Employer and Waiver of SiabrenAtioz r" endorsements in favor of the Owner. rn fn Professional Liability, if applicable: Tthe Contractor shall procure and maintain, •11,9',' the of �s Agreement, Professional Errors and Omissions Liability Insurance. The Contrac....,' 11 nay the Owner if claims made erode the policy limits below those required above. %�"' ul • All liability policies above, except for Workers Compensation and Professional Liabi� shall nclud� the Owner's Governmental immunities Endorsement. [See attached]. tV� 1 L. 11.1.5 The City requires that the Contractor's Insurance carrier be A-raMd or-better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. SUPPLEMENTARY CONDITIONS DOCUMENT SC-11 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns)as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made"insurance coverage, then o he Contractor must comply with the following requirements: Act A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's sumo Igw r, acceptance of the work. Contractor agrees to immediately notify the City of such i event. M %.03C B. If Contractor's insurance is canceled or is allowed to lapse during said period, as, Q Contractor shall be required to obtain replacement insurance coverage to giru. its obligation hereunder. W J>" C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either(1)purchase "tail"coverage from its first carrier effective for a minimum of cia two years after City Council acceptance of the work, or(2)purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of `=.' -" this Contract from and after its inception. 0 D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 in the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or SUPPLEMENTARY CONDITIONS DOCUMENT SC-12 due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof(subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or another location that was agreed to in writing by OWNER prior to being incorpQ pted ithe Work, provided that such materials and equipment have been included in?) App 'ation for Payment recommended by OWNER; 671 (-4)-( .5 allow for partial utilization of the Work by OWNER; --44, r- .6 include testing and startup;and 7 .7 be maintained in effect until final payment is made. rat .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences SUPPLEMENTARY CONDITIONS DOCUMENT SC-13 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 if CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an cp mount equal to the Contract Price. Cost of such Bonds shall be included in the base Each alternative bid shall include the additional Bond cost. Contractor shall deliver W7required Bonds to the Owner prior to the signing of the Agreement. W r- _... r.? The Performance, Labor and Material Bond shall be executed in conformity with the �..�. rican Institute of Architect's Document A-312 (1984 Edition), with coverage provided 1 , 69tsurety having a financial rating from A.M. Best of A, VII or higher. O N .2~ Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the OwnerArchitect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force .d' and effect until final acceptance of the Work by the Owner. The Contractor agrees and ;will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. V r"i ace. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of X: a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, R. time being of the essence. In said notice of election, the Surety shall indicate the date on n which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of(a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC-14 .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or(f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the place whore tho d--- - - , - --- - ' - - - -tom - -- - • --- - • B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if deliver-ed-at-or sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes. ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or?'egotiations concluded and 2) tests, inspections or approvals where building codes applisa'ble laws or regulations prohibit the Owner from delegating their cost to the Contrt� 4pies-ellall reports, data and other documents related to tests, inspections ar jproc►Is shaflibe provided to the Architect as soon as practicable. --t-th v r"" D. Delete paragraphs 13.7. rr, _'' 11-7 CDM E. Add the following Section 13.8: '; 0 13.8 The Contractor shall maintain policies of employment as follows: c .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: SUPPLEMENTARY CONDITIONS DOCUMENT SC-15 employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance F. Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of$25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner. as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 La ARTICLE 15- CLAIMS AND DISPUTES CD 1LJ Ag ..r- •e paragraphs 15.1.1 through 15.1.3 to read as follows: ." Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of '�,. r - ayment of money, or other similar relief with respect to the administration terms of the �"� 2ij , 6 thlct during the performance of the Work. The term "Claim" also includes other disputes a�Rit-r?iatters in question between the Owner and Contractor arising out of or relating to the �� q�• ct. The responsibility to substantiate Claims shall rest with the party making the Claim. , ng in this Article is intended to limit claims by the Owner related to the performance r iar, of Or quality of the Work. • _ Ir.15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written 0 notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the tiArchitect is not serving as the Initial Decision Maker. Claims by either party must be initiated ..within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. - - __•• _ • _ ••- • _ •- . 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14. the Contractor shall SUPPLEMENTARY CONDITIONS DOCUMENT SC-16 proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. •_ .c: _ - ". .e•_ . . _ . •• _ .. _ _ :.-c.•: •- e. _. _. ._ _- _ •• . - 'on and, if the partioc fail to resolve their dispute° C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. F. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. END OF DOCUMENT 00800 =tom., x % C� SUPPLEMENTARY CONDITIONS DOCUMENT SC-17 Bidder Status Form To be completed by all bidders Part A Please answer"Yes" or"No"for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes"for each question above. your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above. your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City. State, Zip: Dates: I I to I -/_ Address: City, State, Zip: Dates: / / to / - - / Address: P You may attach additional sheet(s) if needed. City, State, Zip: F `r' �1 To be completed by non-resident biddersc)-< —' Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: rlam!t-- A nil_ 2. Does your company's home state or foreign country offer preferences to bidders who are reents? �❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state ooreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders • ' Part D tij I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. ennew Imo Firm Name: c.a C" Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of res cancellation has not been filed. ❑ Yea...Q Nc.& My business is a limited partnership or limited liability limited partnership which has filed a i >-.certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yrr] NgE r*:1My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa. the limited partnership or limited liability • limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate CD has not been revoked or canceled. Wr yr cc ►- i, 309-6001 02-14 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004300 SUPPLEMENTS TO FORM OF PROPOSAL PART 1 GENERAL 1.1 The following information (refer to attached forms as appropriate) must be submitted with the Bid Form. Failure to submit any of the listed information, or the submittal incomplete information, may be cause for rejection of Bid by the Owner. Form Name Section A. Substitution Request Form 004325 B. Non-Collusion Affidavit 004519 C. Subcontractor and Material Supplier List. 004550 N M o Supplements to Form of Proposal 004300 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004325 SUBSTITUTION REQUEST FORM Bidder is to list here any "Substitutions" for which consideration is desired, showing the addition or reduction in price to be made, for each, if the substitution is accepted, or stating "No Change in Price", if none is proposed. The Bidder should also use this form to list "Approved Substitutions" for materials listed in the waterproofing technical sections. WORK PROPOSED SPECIFIED SUBSTITUTION ADD DEDUCT en“ r G7 cn It is understood and agreed that the proposal submitted is based on furnishing "Standards" as specified and entitles the Owner to require that such named materials and methods be incorporated in the Work, except as substitutions for same, based on the supplementary quotations entered above are accepted and subsequently made a part of the written Contract. Signed: PrincipaVOfficer Substitution Request Form 004325 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004519 NON-COLLUSION AFFIDAVIT STATE OF COUNTY OF being first duly sworn, deposes and says that he is (Title of Person Signing) of Name of Bidder that all statements made and facts set out in the Proposal for the above project are true and correct, and that the bidder (The person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid or any contract which may result from its acceptance. Affidavit further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. By By c., DC7 �' By t 7-c — =n —i r" r m Sworn to before me this day of 201} a w�wto CJI Notary public My commission expires Non-Collusion Affidavit 004519 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004550 SUBCONTRACTOR AND MATERIAL SUPPLIER LIST Bidders must list below all subcontractors and material suppliers used in the compilation of this proposal, whose bids are in excess of 2% of the total Base Bid. MATERIAL SUPPLIER BRANCH OR SUBCONTRACTOR AMOUNT OF BID N CJ CJ1 y -1 ) .J m - rry_6,3 e 4,9 CI cn NOTE: Total of bids listed need not amount to sum of proposal. This listing is not meant to commit the Bidder to the material suppliers or subcontractors above. If the Bidder can show just cause at the time of awarding the Contract that a specific material supplier or subcontractor has withdrawn his bid, or raises his bid, the Bidder may substitute a material supplier or subcontractor upon approval of the Owner and at no additional cost to the Owner. Subcontractor and Material Supplier List 004550 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS SECTION 011000 SUMMARY OF WORK PART 1 GENERAL ;,.,, 1.1 SECTION INCLUDESCl A. Summary of Base Bid Work Efforts: The 2015 Project focuses on concrete floor repairs and membrane patching in the Dubuque Street Ramp. Additional efforts in this facility include repairs to deteriorated concrete beams, expansion joints, stair tower tread and risers, and interior facade lintels, along with other isolated structural and waterproofing repairs throughout the garage. Additional, less significant efforts are also planned in the following facilities, including but not limited to the following: Capitol Street Ramp — repairs to deteriorated stair tower tread and risers. Tower Place Garage — repair of failed expansion joints and adjacent edge cracking, lose or broken barrier cables, and isolated floor spalls. y:<4 ..... B. Summary of Alternate Bid Work Efforts: CD77.7 V ti Add Alternate 01: In the Dubuque Street Ramp, additional unit price floor repairs and traffic membrane patching. Add Alternate 02: In the Capitol Street Ramp, repairs to leaking tee joint sealants and failed shear connectors. Add Alternate 03: In the Chauncey Swan Ramp, repair of leaking tee joints throughout the garage, and deteriorated concrete at the entrance bridge structure, including replacement of the expansion joint. 1.2 CONTRACTS A. Base and alternate bids for all the work will be received from the Contractor. B. The Work will be performed under one General Contractor, or two General Contractors working separately, at the Owner's option. 1.3 CONTRACTOR'S DUTIES A. Assume all Contractor responsibilities and provide for the Work required by the Contract Documents. Summary of Work 011000 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 B. Give required notices where and when requested. C. Comply with codes, ordinances, rules, regulations, orders and other legal r.. requirements of public authorities which bear on the performance of the Work.cr Pay all legally required taxes. Refer to Bidding Requirements, General Conditions "1-1 ``, for information relative to sales tax for which the Owner is exempt. 111 . Apply, secure and pay for all required local permits, fees, licenses and approvals per the General Conditions of the Contract. 1.4 ft: TO CONTRACTOR A. The division of the body of the Specifications into various Parts has been arranged for clarity in the delineation of the various parts of the whole Work. It is not the intent of such division to develop any secondary responsibilities for the satisfactory completion of the Work and all of its parts as required of the Contractor by the Contract Documents, nor is the assignment of any parts of the Work to any trade or craft to be inferred from the Contract Documents. cB. Division 01 Specifications typically address items in a general nature and the ® t� ntractor must take notice that more specific requirements may be included in Via Technical Sections. r--PFQIECT COORDINATION -- y_c_: c A. Contractor has full responsibility and authority regarding the scheduling and L. ' , Urdination of the Work within the Contract time and within the requirements of a icle 1.7. B. The Contractor also has full responsibility for the completeness and quality of the Work as outlined in the Contract Documents, and must staff the project with qualified, competent personnel to the extent required for the Work. C. The Contractor's Project Manager and Lead Project Superintendent are subject to the review and approval of the Owner. Upon request at any portion of the project (i.e. pre-award, post-award and prior to project start, or during the project), the Contractor shall produce a detailed resume, with references, documenting the experience of the Project Manager and Lead Project Superintendent for the Owner's review and approval. D. All subcontractors shall abide by the Project Schedule and coordination requests made by the Contractor. E. If a subcontractor is substantially responsible for specific components of the Work (i.e. concrete repairs or new concrete placements, waterproofing efforts, electrical work, painting, etc.), the Contractor must have a regular, periodic site presence during those efforts, not less than two separate days per week, nor less than 20 percent of the total work week time, to provide a level of coordination and quality control consistent with that expected of a wholly self-performing Contractor labor Summary of Work 011000 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 force. F. Unless otherwise directed or allowed, the Owner (or the Owner's representative) communicates directly with the Contractor. All dealings and decisions regarding execution of the Work shall be from the Owner, (or Owner's representative,) to the Contractor; and the reverse flow. G. The Contractor communicates directly with the subcontractors, vendors and suppliers. At the Engineer's option, direct communications between the Engineer and subcontractor may occur, for clarification of material delivery, installation procedures, technical support, logistics and other matters. Contractor will be kept advised of any such Engineer/subcontractor communications. H. The subcontractor shall coordinate with the Contractor who has the overall responsibility for the Work. I. Where Work of any one Section of the Specifications affects the Work of other Sections, successive Work shall not be installed until conditions have been inspected by the Contractor and are satisfactory for successive Work. Installation of successive Work shall serve as the Contractor's acceptance and confidence with the conditions being covered by subsequent work. The performance of successive Work shall be the responsibility of the Contractor to coordinate. J. The Project Manager for the Contractor is required to be on site to conduct regular, weekly job progress meetings with the Owner. Contractor shall include Engineer via telephone for said progress meetings and shall distribute written meeting minutes as directed by Owner. K. The Owner reserves the right to hold additional job progress and coordination meetings on an as-needed basis as determined by the Owner. The Contractor shall be given 48 hours notice (when possible) to said meeting. L. A preconstruction project meeting shall be held by the Owner prior to the start of work. 1.6 APPLICABLE CODES A. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association and the National Electric Code. B. If the above laws, codes or ordinances conflict with this 'fica ion,hZ the laws, codes or ordinances shall govern, except in sue' �•easse w the Specification exceeds them in quality of materials or labor, tlgart4theZpeci "d'tions shall be followed. � 3 1.7 PROJECT SCHEDULE AND SEQUENCING 0 1/49 A. The Contractor shall submit to the Owner a complete itemized timehedule and Summary of Work 011000 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 detail program for construction, purchasing of critical materials, and for submission of shop drawings and samples. This schedule is required within seven calendar days after Notice of Award. The schedule shall indicate the duration of time required for the performance of all work. All construction activities and each phase of work must be clearly indicated on the schedule. The schedule must be signed by an official of the firm. It must be realistic as its faithful execution will be considered a commitment, not an estimate. B. Normal working hours are permitted between 7:00 AM to 7:00 PM, Monday through Friday. Noise producing work in the Dubuque Street Garage may not start before 8:00 AM. C. Work is also permitted and encouraged for some efforts, that are non-noise producing work items, after closure of adjacent buildings and businesses, from 10:30 PM to 8:00 AM, Sunday/Monday through Thursday/Friday. 1. If Owner approves night work efforts, the Contractor is fully responsible and liable to adhere to all city and local noise ordinances. a. City of Iowa City noise ordinance in effect from 10:00 PM to 7:00 AM. D. Work requested by the Contractor to be performed outside of normal working a 4T urs must be approved and coordinated through the Owner. Provide the Owner co minimum of 4 working days notice prior to the requested time to perform work C tcnintside normal working hours. Such request shall include type of work to be --10rformed and expected duration. r � ;E.r—it4lor or fume producing work performed in the vicinity of fresh air intakes (or um. iaeinilar occupied building access points) must be performed at night after the ►� tdown of fresh air intakes. At the Contractor's option, and if approved in c', advance by the Owner, work may begin prior to air intake shutdown. If work is elected to begin prior to intake shutdown, the Contractor shall at their expense, employ measures to draw fresh air from areas beyond the work activities that produce odors/fumes. All methods or procedures must be approved by, and meet the satisfaction of the Owner. F. Work performed outside of normal business/working hours shall be performed at no additional cost to the Owner. Additional cost incurred for testing and inspection, including services of the Engineer or Owner's representative shall be solely borne in full by the Contractor. G. Work Phasing: 1. Refer to Drawings for general and specific phasing information for each • `. . garage. ti 0.2 Summary of Work 011000 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 2. From start of work through Friday August 21, 2015, Contractor may have access to up to the following spaces (minimum) for work in each facility: Dubuque Street Ramp — 100 spaces Capitol Street Ramp — 15 spaces Chauncey Swan Ramp — 15 spaces Tower Place Ramp — 50 spaces 3. From August 22, 2015, through final completion (as outlined in Section 011000-1.7L), Contractor may have access to up to the following spaces (minimum) for work in each facility: o Dubuque Street Ramp — 25 spaces ir=e? Capitol Street Ramp — 15 spaces -. _ Chauncey Swan Ramp — 15 spaces ©rz3 Tower Place Ramp —25 spaces cn cn 4. Work at the Chauncey Swan Entrance Ramp that requires closure of the entrance ramp must be coordinated a minimum of 4 weeks in advance with the Owner, and take place during a coordinated 4-day period from 7AM Monday through 5PM Thursday. 5. During the following dates, contractor is to plan and take measures to reduce lost parking to Dubuque Street Ramp only, with no lost parking in all other facilities. In Dubuque Street Ramp, during all hours of noted dates, lost parking must be reduced to 50 spaces maximum or the amount listed in items 2 and 3 above, whichever is less. June 5 through 7 (Downtown Arts Festival) July 2 through 4 (Jazz Festival) August 26 (Taste of Iowa City) September 5, 19, and 26 (University of Iowa Home Football Games) 6. Should work extend beyond the Final Completion Date for any reason, contractor may have access to up the same number of work for work in each facility as outlined in Section 1.7D-3. In addition, the requirements of Section 1.7D-5 shall be in effect for any additional 2015 University of Iowa Home Football Games. H. Site Restrictions 1. When work is performed which may create a hazard to persons or property Summary of Work 011000 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 above, below or in the proximity of the work, those areas shall be blocked or otherwise protected to eliminate the hazard. 2. All work at entry/exits is to be performed in such a manner to allow traffic flow in and out without significantly constricting the accessibility. I. Change order work that is to be performed on a time and materials basis shall be billed as if performed during normal work hours. In the event that work is required to be performed outside normal work hours due to schedule or site restrictions, the Contractor shall be compensated at their standard overtime rate. I. Should the Contractor fall behind the approved or adjusted schedule in the ' performance of his Work and, in the judgment of the Owner, it appears that the .i:2) Contractor cannot complete his Work within the time established by the Contract, CI en the Contractor shall work overtime, additional shifts or adopt such other hocZedures with the Owner's approval, as may be necessary to restore adherence °� he he while maintaining the required level of quality control, testing and � pection. The full cost of such work or procedures shall be borne by the •R:,. r�gnitractor, including the cost of additional services of the Owner or Owner's -III= t representative. o '''I. Work rejected by the Owner as not meeting the intent or requirements of the Contract Documents shall be replaced by the Contractor and shall not result in additional costs to the Owner. Rejected work will not be cause for an extension to the Contract Time. K. The Contractor is responsible for securing work area for performance of the Work. L. Project Schedule and Sequence: 1. The Contractor shall deliver submittals to the Engineer at least 7 days prior to mobilizing. 2. The Contractor shall mobilize and begin work not later than two weeks from receiving a formal Notice to Proceed or executed Contract, but not later than Monday, June 15, 2015. 3. Work shall follow the sequence and phasing as outlined in Contract Documents or Pre-Construction Meeting. 4. The anticipated Substantial Completion Date for all Work, including Change Order and/or Add Alternate work is Friday, September 4, 2015. 5. Final completion of all Work shall be 28 days beyond specified Substantial Completion date. Refer to paragraph 1.9.3 for additional information. M. Within 7 days after Notice of Award, submit a detailed plan for the project schedule implementation following the outline sequence shown above. 1.8 PROJECT CONDITIONS Summary of Work 011000 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 A. No equipment exceeding 4000 lbs. per axle, including transportation and removal equipment shall be allowed on a supported structural level. B. Existing emergency access routes must be maintained at all times on each level of the garage where work is being performed. 1.9 LIQUIDATED DAMAGES A. All required work shall be completed within the specified time period. If the Work is not completed for any reason, Liquidated Damages may be charged to the Contractor and deducted from the remaining funds or contract retainage per the following schedule: 1. Lump sum of $500.00 per calendar day until substantial completion is reached. 2. At Final Completion, all punch list issues shall be fully addressed to the satisfaction of the Owner, and all required project close-out documents, including final pay requests and all warranties, as—built drawings and maintenance manuals, shall be submitted to the Owner. Liquidated Damages equal to the Engineer's costs to administer the project beyond the Final Completion date will be assessed via a reduction in the retainage payment to the Contractor. 1.10 SAFETY A. The Contractor is responsible for all safety issues regarding performance of the Work. B. The Contractor must submit to the Owner a copy of the contractor's safety program prior to the start of work. C. The Contractor shall have weekly Tool Box Safety Meetings which must be attended by all Contractor and subcontractor personnel on-site. D. Fire extinguishers shall be provided at all contractor furnished gasoliu operated equipment, contractor storage area, at membrane apation reas and membrane mixing areas, and at each area of other work ewirflarrwitible components. Extinguishers to be 10 lb. A, B, C Class. vv PART 2 PRODUCTS - NOT USED. —4 '`a • r PART 3 EXECUTIONS - NOT USED. CA END OF SECTION CO Summary of Work 011000 - 7 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012100 ALLOWANCES PART 1 GENERAL N O 1.1 SECTION INCLUDES S `^ e A. Base Bid Quantity Allowances. „le — r 1.2 RELATED SECTIONS -�Crn a r A. Section 012300 - Alternates. B. Section 030100 - Concrete Repairs. ccn C. Section 055000 - Miscellaneous Metals. .v D. Section 071800 - Traffic Membrane E. Section 079000 - Expansion Joints. --'W F. Section 079200 - Sealants. --tom 1.3 QUANTITY ALLOWANCE >v ea A. General: b-) 1. Allowances include all labor, material, tools, equipment, supervision transportation, handling, storage, overhead and profit, and all other costs associated with performance of work. 2. Additions to a quantity allowance as listed in this Section will be paid by the Owner at the unit price established in Section 012900- Payment Procedures. 3. Deletions from a quantity allowance listed in this Section will be credited to the Owner at the unit price established in Section 012900 - Payment Procedures. B. Base Bid Quantity Allowance Items: 1. Shallow concrete repairs (1/S500) 1,900 square feet 2. Deep concrete floor repairs (2/S500) 750 square feet 3. Full depth concrete floor repairs (3/S500) 225 square feet 4. Concrete beam bottom repairs (4/S500) 75 square feet 5. Column/vertical surface repairs (5/S500) 100 square feet 6. Overhead soffit repairs (6/S500) 300 square feet Allowances 012100 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 7. Soffit knockdown repairs (7/S500) 100 square feet 8. Post-tension cable repairs (9/S501) 8 locations 9. Concrete blockout repairs (10/S501) 100 linear feet CD 10. Concrete masonry unit replacement (13/S501) 25 locations 3 r"r" 4'14. Typical tuck pointing repair (14/S501) 50 linear feet cc a - Typical stair tread/riser replacement (15/S501) 40 locations 13. Typical random crack route and seal (2/S600) 250 linear feet 14. Wing compression seal nosing repair (7/S600) 150 linear feet tv N 15. Traffic membrane patch repair (13/S701) 3,500 square feet u3 C. Add Alternate Quantity Allowance Items: 0 wOternate 01: Dubuque Street Ramp ac 4=9 ttil�1: Shallow concrete repairs (1/S500) 1,000 square feet �► c.31: J esF- Deep concrete floor repairs (2/S500) 250 square feet Q Full depth concrete floor repairs (3/S500) 75 square feet 4. Traffic membrane patch repair (13/S701) 1,500 square feet Alternate 02: Capitol Street Ramp 5. Shallow concrete repairs (1/S500) 25 square feet 6. Tee joint edge repairs (8/S500) 100 linear feet 7. Shear connector weld repairs (8/S500) 25 locations 8. Supplemental load transfer angle (11/S501) 12 locations 9. Supplemental carbon fiber plate (12/S501) 12 locations 10. Tee-to-tee joint sealant replacement (5/S600) 1,000 linear feet Alternate 03: Chauncey Swann Ramp 11. Shallow concrete repairs (1/S500) 25 square feet 12. Concrete beam bottom repairs (4/S500) 75 square feet 13. Column/vertical surface repairs (5/S500) 50 square feet 14. Construction joint sealant replacement (1/S600) 300 linear feet Allowances 012100 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 D. The Contractor shall include the total cost for all Base Bid and Add Alternate Quantity Allowance items listed above in the appropriate itemized line item and overall Lump Sum Total as reflected on the Bid Form — Section 004100. 1.4 CASH ALLOWANCE A. General: 1. Cash allowances will be performed on a time and material basis. The Contractor shall furnish and certify daily detail records of all labor and materials provided. 2. If the cost to complete the work is less than the cash allowance, a deduct Change Order will be prepared by the Owner for the cost difference. B. Cash Allowance Items: 1. A cash allowance of $25,000 shall be included in the Base Bid to address general work items identified on the drawings to be paid on a time-and- material basis, including coordination of material testing or site inspections, or as an Owner approved extension of the quantity allowance work items. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION N 70 -C r- ( - (� 7 m rn ut o-► Allowances 012100 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012300 ALTERNATES PART 1 GENERAL 1.1 SECTION INCLUDES A. Add Alternate 01: In the Dubuque Street Ramp, additional unit price floor repairs and traffic membrane patching. B. Add Alternate 02: In the Capitol Street Ramp, repairs to leaking tee joint sealants and failed shear connectors. C. Add Alternate 03: In the Chauncey Swann Ramp, repair to leaking tee joints throughout the garage, and repair of deteriorated concrete at the entrance bridge structure, including replacement of the expansion joint. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. C. Section 012900 - Payment Procedures. D. Section 030100 - Concrete Repairs. Cr. atm E. Section 055000 - Miscellaneous Metals. F. Section 071800 - Vehicular Traffic Membrane. 71Fri a m G. Section 079200 - Sealants. mc 0 H. Section 321723 - Pavement Markings. '• 1.3 ALTERNATES A. General: -v _" uj 1. Cost for Alternates shall be complete, including all labor)rr aterials, !eels, equipment, supervision, transportation, handling storage, ovgrhead,and Edit and performance and material bonds. _ 4 2. The Owner may choose any or all Alternates in any order unles§'otherwise indicated. 3. The Owner reserves the right to reject any or all Alternates. 4. Failure to provide a cost for each requested Alternate on the Bid Form may be cause for rejection of bid by the Owner. Alternates 012300 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 5. Alternates that are submitted by the Contractor at zero cost change must be indicated on the Bid Form by writing "No change in cost". B. Provide a cost in the spaces provided on the Bid Form – Section 004100 for the following Alternates. Refer to Drawings for additional information. Add Alternate 01: In the Dubuque Street Ramp, additional unit price floor repairs and traffic membrane patching. Add Alternate 02: In the Capitol Street Ramp, repairs to leaking tee joint sealants and failed shear connectors. Add Alternate 03: In the Chauncey Swann Ramp, repair to leaking tee joints throughout the garage, and repair of deteriorated concrete at the entrance bridge structure, including replacement of the expansion joint. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION r S ve d - -- >--c) R� 3G tjc d W 'd c.31— )– U. 1— ....J _ )– U. Q 3 o 0 Alternates 012300 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012600 CONTRACT MODIFICATION PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Change of Work Procedures. 1.2 CONTRACT MODIFICATIONS A. Minor Changes in the Work: 1. Interpretation of Contract Documents or minor changes in the Work not involving changes in Contract Price or Time shall be issued by o Owner in writing and shall be executed promptly by the Contractor. c„ B. Contract Modifications: 3,, 1. Changes to the Contract that affect the cost/time shalllirpro ssetias follows: rrn p' t �� 1i a. Contractor shall submit a written proposal, with a *xpletwitemized breakdown, showing quantities and unit costs of the*'majo(Items of materials, labor hours, labor costs per hour, overhead and profit, and time modifications to the Owner for review and acceptance. b. The Owner will review the proposal and respond with one of the following: • Reject the proposal in writing. • Issue a Construction Change Directive. • Issue a Change Order. C. Change Orders 1. Cost for change orders shall be calculated as the sum of hourly wages, materials, overhead and profit. 2. The percentage to be used for General Contractor overhead and profit shall be 15 percent for self-performed labor, 10 percent for subcontractors and 10 percent for materials and equipment. 3. The percentages to be used for Sub-Contractor overhead and profit shall not exceed 10 percent for labor and 10 percent for materials and equipment. END OF SECTION Contract Modification Procedures 012600 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012900 PAYMENT PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Unit Prices. B. Measurement Procedures for Allowances. 1.2 RELATED SECTIONS A. Section 012100 - Allowances. B. Section 012300 - Alternates. C. Section 030100 - Concrete Repairs. D. Section 055000 - Miscellaneous Metals. rn E. Section 071800 - Vehicular Traffic Membrane. a F. Section 079000 - Expansion Joints. rn G. Section 079200 - Sealants. N 1.3 UNIT PRICES O 415. A. General: 1. Unit prices shall apply for both additions to and deletions from the Work. 2. Unit prices shall be complete including all labor, materials, tools, equipmcrit, supervision, transportation, handling, storage, overhead ind profit, and 111 other costs associated with the work. 3. No monetary variance of unit prices for additive and deductive quantities will be accepted and will be cause for rejection of Bid. 4. The Owner reserves the right to accept or reject any or all unit prices. 5. All unit price items on the Bid Form must be completed. If unit price is zero, then it must be indicated as such in the space provided. 6. Failure to provide unit prices as required on the Form of Proposal may be cause for rejection of Bid. Payment Procedures 012900 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 1.4 MEASUREMENTS A. Prior to the start of work in each work area or phase, the Contractor and the Owner will inspect the area and document locations and quantities of all allowance items. The Contractor shall notify the Owner at least 3 days in advance of required inspection. Refer to Section 012100. B. Quantity allowance items will be recorded and the date of the inspection and the persons performing the inspections will be recorded on each item sheet. C. The Owner's representative will measure and count the allowance items. The Contractor will record the results. D. At the completion of each item inspection, both the Owner and Contractor will sign the record sheets. rj- E. The Owner will copy the sheets and provide a copy of all sheets to the Contractor �..r, Crwithin 3 working days from the date of inspection. vF.c_These inspection sheets will be the only basis for determining final quantities of all _ quantity allowance items. L W a•--Measurements will be recorded to the nearest inch. ti '. 1.5 `t PAYMENTS cmA. For each application of payment submitted by the Contractor, a summation of all CD clentity allowance items shall be sent for verification. CZ o B. ferences in sum totals between the Owner and Contractor will be resolved by LU tipanparing quantity sheets to determine exact final quantities. Quantities NOT measured AND confirmed per Article 1.4 shall not be approved for payment. QC.-c-.3-Me difference between an actual quantity and a specified quantity will be Itiplied by the unit cost for that item to establish a dollar value. The dollar value N for quantities above the allowance quantity will be added to the contract amount. The dollar value for quantities below the allowance quantity will be subtracted from the contract amount. D. Adjustments to the contract amount will be made by approved change order. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. Payment Procedures 012900 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 END OF SECTION 5c -- frl 334 "I C7 �r if C11 Payment Procedures 012900 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS SECTION 013300 SUBMITTALS PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Procedural requirements for non-administrative submittals, including shop drawings, product data, samples and other miscellaneous work-related submittals. Shop drawings, product data, samples and other work-related submittals are required to amplify, expand and coordinate the information contained in the Contract Documents. B. Shop drawings are technical drawings and data that have been specifically prepared for this project, including but not limited to: 1. Fabrication and installation drawings. 2. Setting diagrams. o 3. Shop work manufacturing instructions. ' _ �v soammall 4. Coordination drawings (for use on-site). 21 J ` 5. Schedules. *Cr- rn 6. Concrete Mix Designs. rnP C. Standard information prepared without specific reference tig '. pr6Tect Liot considered to be shop drawings. t,,--+ SMINIP =ca -p iJ D. Product data includes standard printed information on manufactured products fiat has not been specifically prepared for this project, including but not limited to the following items: 1. Manufacturer's product specifications and installation instructions. 2. Standard color charts. 3. Catalog cuts. 4. Printed performance curves, independent technical analysis of performance, or similar. 5. Operational range diagrams. 6. Standard product operating and maintenance manuals. 7. Mill reports. Submittal Procedures 013300 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 8. Material safety data sheets on all material provided or used in execution of the Work. E. Samples are physical examples of work, including, but not limited to the following items: 1. Partial sections of manufactured or fabricated work. 2. Small cuts or containers of materials. 3. Complete units of repetitively-used materials. 4. Swatches showing color, texture and pattern. 5. Color range sets. 6. Units of work to be used for independent inspection and testing. 1.2 SUBMITTAL PROCEDURES A. General: 1. ,: Promptly after the Contract has been signed, the Contractor shall submit a '4 complete and detailed shop drawings to the Owner or its representative for L the work of the various trades, and the Owner or its representative shall �- approve or reject them with reasonable promptness. ri IL`4-'-' The Contractor prior to submitting the shop drawings shall review all shop ;.J j drawings, check all conditions, check and verify all field measurements, and uk - mark all corrections, sign and date each set. ›� cc 84 No shop drawings will be reviewed without the signature of Contractor, which L„_ Q c)© will signify that he has checked drawings. N 4. No faxed copies to the Engineer for approval will be accepted. B. Coordination of Submittal Times: 1. Prepare and transmit each submittal sufficiently in advance of the scheduled performance of related work and other applicable activities. 2. Transmit different kinds of submittals for the same unit of work so that processing will not be delayed by the need to review submittals concurrently for coordination. 3. The Owner will endeavor to complete his review of submittals within 7 days of receipt. Submittals shall be returned noted: "No exceptions noted", or "Exceptions noted", or "Exceptions noted: revise and resubmit". Fabrication of material before the receipt of shop drawings for that material noted No exceptions noted" shall be at the Contractor's risk. Submittal Procedures 013300 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 C. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the work. D. Submittal Preparation: 1. Mark each submittal with a permanent label for identification. Provide the following information on the label for proper processing and recording of action taken. a. Project name. b. Date. c. Name and address of Owner. O d. Name and address of Contractor. as. e. Name and address of subcontractor. f. Name and address of supplier. rrt g. Name of manufacturer. h. Number and title of appropriate Specification Section ` 1. rn i. Drawing number and detail references, as appropriate. j. Similar definitive information as necessary. 2. Provide a space on the label for the Contractor's review and approval markings, and a space for the Owner's "Action" marking. 1.3 SPECIFIC SUBMITTAL REQUIREMENTS A. General: 1. Specific submittal requirements for individual units of Work are specified in the applicable Specification Section. 2. Except as otherwise indicated in the individual Specification Sections, comply with the requirements specified herein for each type of submittal. B. Shop Drawings: 1. Information required on shop drawings shall include dimensions, identification of specific products and materials which are included in the Work, information showing compliance with specified standards, and notations of coordination requirements with other work. 2. Provide special notation of dimensions that have been established by field measurement. Submittal Procedures 013300 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3. Highlight, encircle or otherwise indicate deviations from the Contract Documents on the shop drawings. 4. Coordination Drawings: a. Provide coordination drawings where required for the integration of the Work, including Work first shown in detail on shop drawings or product data. b. Show sequencing and relationship of separate units of Work which must interface in a restricted manner to fit in the space provided or function as indicated. f.„ c. Coordination drawings are considered shop drawings and must be definitive in nature. •e . 41.7. Do not permit shop drawings copies without an appropriate final "Action" - �>• marking to be used in connection with the Work. J 7-- Do not reproduce Contract Documents or copy standard printed information o1.14-44 r�, i...._< as the basis of shop drawings. I "" 2 Initial Submittal: o' a. Provide four (4) prints and Electronic versions of each submittal; two prints will be returned. One of the returned prints shall be maintained by the Contractor and marked-up as a "Record Document." 8. Final Submittal: a. Provide four (4) prints of each revised submittal as directed by the Engineer based on Initial Submittal review. Two prints will be returned. One of the returned prints shall be maintained by the Contractor and marked-up as a "Record Document." C. Product Data: 1. General information required specifically as product data includes manufacturer's standard printed recommendations for application and use, compliance with recognized standards of trade associations and testing agencies, and the application of their labels and seals (if any), special notation of dimensions which have been verified by way of field measurement, special coordination requirements for interfacing the material, product or system with other work, and material safety data sheets. 2. Preparation: a. Collect four sets of the required product data into a single submittal for each unit of Work or system. Submittal Procedures 013300 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 b. Mark each copy to show which choices and options are applicable to the project. c. Where product data has been printed to include information on several similar products, some of which are not required for use on the Project or are not included in this submittal, mark the copies to show clearly that such information is not applicable. 3. Submittals: a. Product data submittal is required for information and record and to determine that the products, materials and systems comply with the provisions of the Contract Documents. b. The initial submittal is also the final submittal, except where it is observed that there is non-compliance with the provisions of the Contract Documents and the submittal promptly returned to the Contractor marked with the appropriate "Action." 4. Final Distribution: a. The Owner will retain two sets of the submittals. ,.. c CJ 1 b. Furnish copies of product data to subcontractors, supis, jrica!, manufacturers, installers, governing authorities and others. s Egg uireer!-fer proper performance of the Work. r" c. Show distribution on transmittal forms. o `IC W 5. Installation Copy: cn a. Do not proceed with installation of materials, products and systems until a copy of product data applicable to the installation is in the possession of the installer. b. Do not permit the use of unmarked copies of product data in connection with the performance of the Work. D. Samples: 1. Submit a minimum of two samples for visual review of genera generic IW, color, pattern, and texture, and with other related elements altie Work. 2. Samples are also submitted for quality control comparison 'of th2e characteristics between the final sample submittal and the actual work as it is delivered and installed. 3. Refer to individual Work Sections of these Specifications for additional sample requirements which may be intended for examination or testing of additional characteristics. Submittal Procedures 013300 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 4. Compliance with other required characteristics is the exclusive responsibility of the Contractor; such compliance is not considered in the Owner's review and "Action" indication on sample submittals. 5. Documentation required specifically for sample submittals includes a generic description of the sample, the sample source or the product name or manufacturer, compliance with governing regulations and recognized standards. Indicate limitations in terms of availability, sizes, delivery time and similar limiting characteristics. E. Miscellaneous Submittals: 1. Inspection and Test Reports: a. Classify each inspection and test report as being either "shop drawings" or "product data," depending on whether the report is specially prepared for the project or a standard publication of workmanship control testing at the point of production. b. Process inspection and tests reports accordingly. H c. Refer to Section 014000 - Quality Requirements for report distribution. if'ARTa PRODUCTS - NOT USED PART E)A9UTIONS - NOT USED. rn act tg ca END OF SECTION (a) V7 CD 1G 1aJ r vv . I f 0- vF- 11.3CT; Submittal Procedures 013300 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 N 4 DIVISION 01 - GENERAL REQUIREMENTS © r -o .11 SECTION 014000 QUALITY REQUIREMENTS 'ern._ PART 1 GENERAL 1.1 SECTION INCLUDES cn rn A. General: Required inspection and testing services are intended to assist in the determination of probable compliance of the Work with requirements specified or indicated. These required services do not relieve the Contractor of responsibility for compliance with these requirements or for compliance with requirements of the Contract Documents. B. Definitions: Quality control services include inspections, tests and related actions, including reports, performed by independent agencies and governing authorities, as well as directly by the Contractor. These services do not include Contract enforcement activities performed directly by the Owner. C. Specific quality control requirements for individual units of Work are specified in the Sections of these Specifications that specify the individual element of the Work. These requirements, including inspections and tests, cover both production of standard products and fabrication of customized work. These requirements also cover quality control of the installation procedures. D. Inspections, tests and related actions specified in this Section and elsewhgre in the Contract Documents are not intended to limit the Contractor's own quality control procedures which facilitate overall compliance with requirements of the Contract Documents. E. Requirements for the Contractor to provide quality control services as required by the Owner, governing authorities or other authorized entities are not limited by the provisions of this Section. 1.2 RESPONSIBILITIES A. Contractor Responsibilities: Except where they are specifically indicated as being the Owner's responsibility, or where they are to be provided by another identified entity approved by the Owner, all inspections, tests and similar quality control services are the Contractor's responsibility - these services also include those specified to be performed by an independent agency and not directly by the Contractor. Costs for these services shall be included in the Contract Sum. The Contractor shall employ and pay an independent agency, testing laboratory or other qualified firm approved by the Owner to perform quality control services specified. Quality Requirements 014000 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April. 2015 THP #12-1,90.01 IT 7B. Owner Responsibilities: The Owner will employ and pay for the services of an independent agency, testing laboratory or other qualified firm to perform services which are the Owner's responsibility. Such services shall be coordinated by the M • Contractor as required. C. Retest Responsibility: Where results of required inspections, tests or similar to services prove unsatisfactory and do not indicate compliance of related Work with the requirements of the Contract Documents, then retests are the responsibility of the Contractor, regardless of whether the original tests were the Contractor's responsibility. Retesting of Work revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original Work. D. Responsibility for Associated Services: The Contractor is required to cooperate with the independent agencies performing required inspections, tests and similar services. Provide such auxiliary services as are reasonably requested. Notify the testing agency sufficiently in advance of operations to permit assignment of personnel. These auxiliary services include, but are not necessarily limited to the ,r, ffllowing: o cO C.dD Providing access to the Work. y a g• Taking samples or assistance with taking samples. W f" 7U Delivery of samples of test laboratories. U,. : 4. Security and protection of samples and test equipment at the Project site. E' Limitations of Authority of Testing Service Agency: The agency is not authorized to release, revoke, alter or enlarge the Contract Documents. The agency shall not approve or accept any portion of the Work. The agency shall not perform any duties of the Contractor. F. Coordination: The Contractor and each independent agency engaged to perform inspections, tests and similar services for the Project shall coordinate the sequence of their activities so as to accommodate required services with a minimum of delay in the progress of the Work. In addition, the Contractor and each independent testing agency shall coordinate their work so as to avoid the necessity of removing and replacing work to accommodate inspections and tests. The Contractor is responsible for scheduling times for inspections, tests, taking of samples and similar activities. G. If the laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of its readiness and of the date arranged so the Owner may observe such inspection, testing or approval. Quality Requirements 014000 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 H. Special Tests: The Owner may on occasion request the Contractor to perform a special test on materials or equipment installed to verify conformance to the Specifications. The Owner will pay for all such tests if the materials reequipment meet or exceed specified requirements. However, if the itemaestecil t et these requirements, then the Contractor shall pay all costs of 545A test and jjaall rectify at no cost to the Owner. c7-< t-•- 1.3 QUALITY ASSURANCE -�[� 3 rn A. Qualification for Service Agencies: Except as otherwise utas, engage inspection and test service agencies, including independent testing IVoratories, which are pre-qualified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which are recognized in the industry as specialized in the types of inspections and tests to be performed. Owner must approve Contractor's designated testing agency. B. Codes and Standards: Testing, when required, shall be in accordance with all pertinent codes and regulations and with selected standards indicated in the various Sections of these Specifications under the Article entitled QUALITY ASSURANCE. 1.4 SUBMITTALS A. General: Refer to Section 013300 — Submittal Procedures, for submittal requirements. B. Submit a certified written report of each inspection, test or similar service performed by the Testing Laboratory directly to the parties below. • Contractor, 1 copy. • Engineer, 1 copy. • Owner's representative, 1 copy. • Owner, 1 copy • Submit additional copies of each written report directly to the governing authority when the authority so directs. C. Report Data: Written reports of each inspection, test or similar service' shall include, but not be limited to the following: 1. Name of testing agency or test laboratory. 4.01 2. Dates and locations of samples and tests or inspections. 3. Names of individuals making the inspection or test. Quality Requirements 014000 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 4. Designation of the Work and test method. 0 5. Complete inspection or test data. Fr t 6. Test results. """i 7; Interpretations of test results. rte- Notation of significant ambient conditions at the time of sample taking and :' testing. rrr. 9.~ Comments or professional opinion as to whether inspected or test work complies with requirements of the Contract Documents. 10. Recommendations on retesting, if applicable. 1.5 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample taking and similar services performed on the Work, repair damaged Work and restore substrates and finishes to eliminate deficiencies, including deficiencies in the visual qualities of exposed finishes. Protect Work exposed by or for quality control service activities, and protect repaired Work. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION CD oQ 0� �r -ac Quality Requirements 014000 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS SECTION 014216 DEFINITIONS AND STANDARDS Fit * r c) - -17 PART 1 GENERAL y=.., 1 .1 DESCRIPTION OF REQUIREMENTS rn X7. rn A. General: This Section specifies procedural and administrati` qu7eme®for compliance with governing regulations and the codes and ndahf�s imposed upon the Work. These requirements include the obtaining di'permg, licenses, inspections, releases and similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards. 1. "Regulations" is defined to include laws, statutes, ordinances and lawful orders issued by governing authorities, as well as those rules, conventions and agreements within the construction industry which effectively control the performance of the Work regardless of whether they are lawfully imposed by governing authorityor not. - •--. - 1 .2 DEFINITIONS iia b A. Owner: City of Iowa City and their properly authorized agents including the Engineer and other consultants serving as Owner's Representatives reviewing work. B. Engineer: THP Limited, Inc., Cincinnati, Ohio. C. Owner's Representative: THP Limited, Inc., or other authorized agent as designated by the Owner. D. General Explanation: A substantial amount of specification language consists of definitions for terms found in other Contract Documents, including the Drawings. (Drawings must be recognized as diagrammatic in nature and not completely descriptive of the requirements indicated thereon). Certain terms used in Contract Documents are defined in this Article. Definitions and explanations contained in this Section are not necessarily either complete or exclusive, but are general for the Work to the extent that they are not stated more explicitly in another element of the Contract Documents. E. General Requirements: The provisions or requirements of Division 01 Sections apply to entire work of Contract and, where so indicated, to other elements which are included in the Project. F. Indicated: The term "indicated" is a cross reference to graphic representations, notes or schedules on Drawings, to other paragraphs or schedules in the Specifications, and to similar means of recording requirements in Contract Documents. Where terms such as "shown", "noted", "scheduled", and "specified" are used in lieu of "indicated", it is for the purpose of helping reader locate cross Definitions and Standards 014216 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 reference, and no limitation of location is intended except as specifically noted. Directed, Requested, Etc.: Where not otherwise explained, terms such as "directed", "requested", authorized", "selected", "approved", "required", rr t.. "accepted", and "permitted" mean "directed by Owner or Engineer", "requested by c Owner or Engineer", and similar phrases. However, no such implied meaning will "`4 M, be ,interpreted to extend the Owner's, Engineer's or Owner's representative's responsibility into the Contractor's area of construction supervision. C.j J. Project Site: The term "project site" is defined as the space available to the Contractor for performance of the Work, either exclusively or in conjunction with riu others performing other work as part of the project. The extent of the project site is shown on the Drawings. ul. Furnish: Except as otherwise defined in greater detail, term "furnish" is used to �n supply and deliver to project site, ready for unloading, unpacking, assembly, nation, etc., as applicable in each instance. " 1 *-1,11 J. }all: Except as otherwise defined in greater detail, term "install" is used to ....f - >diicribe operations at project site, including unloading, unpacking, assembly, tion. placing, anchoring, applying, working to dimension, finishing, curing, l tecting, cleaning and similar operations, as applicable in each instance. �C. Provide: Except as otherwise defined in greater detail, term "provide" means furnish and install, complete and ready for intended use, as applicable in each instance. L. Installer: The term "installer" is defined as the entity (person or firm) engaged by the Contractor, its subcontractor or sub-subcontractor for performance of a particular unit of work at the project site, including installation, erection, application and similar required operations. It is a general requirement that such entities (installers) be expert in the operations they are engaged to perform. M. Final Completion: The term "Final Completion" refers to the degree of completion at which time the Project as a whole is turned over for full use to the Owner and all Work is completed in compliance with the Contract Documents. N. Entrance: The term "entrance" is defined as a pedestrian doorway, stair, walkway, passageway, landing, elevator or other type of connector which connects or allows access from one structure to another structure. 1.3 INDUSTRY STANDARDS A. General Applicability of Standards: Except to the extent that more explicit or more stringent requirements are written directly into the Contract Documents, applicable standards of the construction industry have the same force and effect (and are made a part of the Contract Documents by reference) as if copied directly into the Contract Documents, or as if public copies were bound herewith. Refer to other Contract Documents for resolution of overlapping and conflicting requirements which result from the application of several different industry standards to the Definitions and Standards 014216 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 same unit of work. N Refer to individual unit of work Sections for indications of which spealized codes and standards the Contractor must keep at the projecasj,e, Wyailablpl for reference. ''.__`` 1. Referenced standards (referenced directly in ContracCcurn€nts'o by governing regulations) have precedence over non-re c staiiiirds which are recognized in industry for applicability to the We 2. Non-referenced standards recognized in the constructionidustrare hereby defined, except as otherwise limited in the Contract Documents as having direct applicability to the Work, and will be so enforced for the performance of the Work. The decision as to whether an industry code or standard is applicable to the Work, or as to which of several standards are applicable, is the sole responsibility of the Engineer. B. Publication Dates: Except as otherwise indicated, where compliance with an industry standard is required, comply with standard in effect as of date of Contract Documents. C. Copies of Standards: The Contract Documents require that each entity performing work be experienced in that part of the Work being performed. Each entity is also required to be familiar with recognized industry standards applicable to that part of the Work. Copies of applicable standards are not bound with the Contract Documents. D. Where copies of standards are needed for proper performance of the Work, the Contractor is required to obtain such copies directly from the publication source. E. In case of conflict between the published standard and Project Specifications, the more stringent shall govern. F. References to known standard specifications shall mean the latest edition of such specifications adopted and published at date of execution of the Contract. G. No claim by Contractor for additional compensation will be entertained on account of his failure to be fully informed as to requirements of any referenced standard. 1.4 REGULATORY REQUIREMENTS A. Adherence to Codes and Regulations: 1. Before proceeding with the Work, the Contractor shall thoroughly review the Drawings and Specifications to assure the design to be in accordance with all laws, ordinances, rules and regulations, and he shall assume full responsibility therefore and shall bear all costs attributable thereto UNLESS notice is given to the Owner in writing of the discrepancy BEFORE proceeding with the Work. END OF SECTION Definitions and Standards 014216 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS cr SECTION 015000 v TEMPORARY FACILITIES AND CONTROLS 73' r 7 rt-1 PART 1 GENERALrn , t�� 1.1 SECTION INCLUDES .? A. Administrative and procedural requirements for temporary services ancPfacilities, including such items as temporary utility services, temporary construction and support facilities, and project security and protection. 1.2 OWNER OPERATION, MAINTENANCE OF OPERATION AND SAFETY A. The structures is currently operated by the Owner for support of the University, local businesses, and municipality offices in the downtown Iowa City area. Areas of the facilities outside the limits of a particular construction area shall remain functional throughout the construction period. B. All construction operations shall be carefully coordinated with the Owner so as to minimize the overall inconvenience to the Owner, maintain the use of the entrances at all specified times and to expedite job progress. C. All fumes and dust arising from construction operations shall be controlled so as to not adversely affect persons using the garages and adjacent facilities. D. The Contractor shall protect his Work and equipment from damage by the pu&tc and other entities occupying the garages and adjacent facilities during the construction period. .11 E. The Contractor shall take all necessary precautions during all Work Areas to prevent debris from falling and causing damage outside the work area, including damage to existing mechanical/electrical fixtures. The Contractor shall be held liable for all damage caused by excavation, patching, drilling, coring, cutting, sandblasting, dust and debris. The Contractor shall be held liable for all damage to mechanical/electrical fixtures systems due to construction related activities. Contractor shall be responsible for all injury to people and property, including motor vehicles, caused by any construction related activity. The Owner will endeavor to field complaints and forward same to Contractor. Contractor is responsible for contacting people or property owner and resolving complaints. F. When Work is performed which may create a hazard to persons or property above, below or in the proximity of Work, affected areas shall be blocked or otherwise protected to eliminate the hazard. Coordinate this activity with the Owner a minimum of 4 working days prior to the requested time for performance of such work. G. Access to all emergency egress routes outside the limits of an individual construction area shall be continuously and safely maintained. Emergency egress Temporary Facilities and Controls 015000 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 routes shall not be impaired due to construction activities. rt �.. cll. Coordinate Work Areas with the Owner to minimize interference with normal operations. 3 WORK AREAS 9' A. The Work is divided into sections termed Work Areas. Work outside the closed ti Work Area is not allowed, except work permitted by the Construction Documents or authorized by the Owner. B. The Construction limit lines are defined as the extent of the Work Areas designated on the Drawings. Areas outside the construction limits may not be used by the Contractor for staging, storage of materials, or any other purpose, except as indicated in the Construction Documents. 1.4 MATERIAL AND EQUIPMENT STORAGE AND DELIVERY A. An area of the garage will be made available to the Contractor for material and equipment storage, staging and other facilities deemed necessary by the Contractor. B. Deliveries shall not block entrance or exit to the facility by patrons or other services. Deliveries are to be scheduled between 9:00 am and 3:00 pm. - PROTECTION OF THE SURROUNDING AREA d A,Jl construction operations shall be conducted such as to protect the surrounding �] t— -areas and adjacent buildings. Q "B.Lees and dust shall also be controlled so as to prevent harmful or undesirable cts in the surrounding areas. All potential avenues for penetration of fumes or N dust into occupied spaces adjacent to the work area must be located and sealed by the Contractor in a manner acceptable to the Owner prior to the start of the work in the affected area. C. Areas below regions of construction activity may remain open for portions of that activity. However, the Contractor is totally responsible for damage as a result of the Work. 1.6 PROTECTION OF EXISTING CONDITIONS A. All portions of the existing structure, all utilities and all other building contents not part of the work damaged. moved or altered in any way during construction shall be replaced or repaired to the Owner's satisfaction at the Contractor's expense. B. Contractor and Owner shall conduct a preconstruction inspection of all finish materials and equipment located within the Work area to record in writing existing damaged finish materials and/or equipment not directly involved with this Contract. The Contractor shall be deemed responsible for damaged finish material and/or Temporary Facilities and Controls 015000 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 equipment not recorded during the preconstruction inspection. Contractor shall replace or repair to the Owner's satisfaction damaged finish material and/or equipment. It is the Contractor's responsibility to schedule and coordinate this preconstruction walk-through with the Owner. Provide a minimum of 5 calendar days notice prior to the requested walk-through time. C. Accidental interruptions caused by the Contractor to garagtserviciiirs out of the work area shall be reported to the Owner at once, and irrvactliat?Zgemerlincy efforts to restore the service shall be made at the expense of eelont acto err,.. J D. When performing work adjacent to building and structures, ill et bj5ipdinitilnd structures from dirt, dust and debris. ' x a w E. Protect drain openings during construction from constructiO (let entering drainage system. Provide filter cloth over openings to prevent @ebris from entering pipes, but still allowing water to enter. Clean debris from drains as necessary to maintain water removal. Remove drain protection duringn- working hours and reinstall prior to commencing work. 1.7 TEMPORARY FACILITIES -4t� A. Existing electric and water service shall remain at their present level of service within the garage and may be used by the Contractor. The Owner will pay for current and water used. Additional electricity and water and their service connections which may be required for construction shall be provided by the Contractor. Contractor shall verify existence and usability of listed services prior to submitting Bid. Non-listed services required by the Contractor shall be provided by the Contractor. B. The Contractor shall provide his own job phone. C. The Contractor shall provide temporary toilet facilities for use by its employees and subcontractors. Locate in an area approved by the Owner. Use of Owner facilities is not allowed. D. Job signs are not allowed. E. The Contractor shall furnish temporary lighting or heat required so that work may proceed to meet the Contract schedule. F. The Contractor shall arrange and establish a location satisfactory to the Owner where workmen may eat; provide a rubbish container, and clean and remove all debris at the end of each work day. G. At all times when work is being performed, the Contractor's foreman shall be on- site. Both the foreman and the superintendent shall have a mobile phone or beeper with him/her at all times, 7 days a week. Provide the Owner with the telephone number. H. A job site office/trailer is not required. Temporary Facilities and Controls 015000 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 1.8 PARKING A. Parking for a maximum of four Contractor vehicles in Dubuque Street, and two Contractor vehicles in all other facilities, associated with the production of the work will be provided. Contractor employee parking will not be permitted within Work may, n Areas. Coordinate locations in advance with Owner prior to start of work. 1r9 USE OF FACILITY 4.1 ]tractor employees are not permitted to use Owner and tenant facilities except ; as` previously noted. Failure to comply with this restriction can result in the •C dismissal of the offending employee from the construction site. B. Elevators may not be used by the Contractor, unless coordinated and approved in advance by the Owner. cc. ,g.ept for materials being used during a work shift, store all materials in approved ,,�tt.age area. r--D. aterials being used for work shall be uniformly distributed throughout the work �-- >-srea so as to not overload or otherwise distress the supported structural system. ate.. f`Q 1.10 arm TFbigIC CONTROL " A. Provide lighting, signage, barricades, traffic cones, signals, and traffic direction personnel required to clearly and safely re-route traffic in non-work areas of each garage. Coordinate with the Owner a minimum of 7 days in advance of when an area is scheduled to be closed. B. Erect barricades to prevent unauthorized entry of pedestrian or vehicular traffic into, on or under the Work Area. Post appropriate signs to warn against entry. Construct barricades to prevent unauthorized entry during non-work hours. C. Perform temporary traffic marking and striping that may be required during construction. D. Provide signage to safely route pedestrians to the nearest stairwell. 1.11 USE OF STREETS AND WALKS A. All use of streets and walks must be in accordance with local authorities having jurisdiction. The Contractor must coordinate such use directly with the local authorities. B. The Contractor shall provide and maintain control device necessary for the protection of his Work, and areas which the local authorities may consider hazardous, including necessary lighting. Further, should conditions arise which necessitate the use of flagman and/or the services of the local police, the Contractor shall supply this type of control at no expense to the Owner. Temporary Facilities and Controls 015000 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 C. Maintain traffic in accordance with local authority's requirements. D. The Contractor shall provide and maintain signage, barricades, warning devices, etc. that may be necessary or required by local authorities or the Owner for the protection of pedestrians and vehicles while performing the work. 1.12 CLEANUP A. Each Contractor or Subcontractor, upon completion of his division �f the work, shall collect and remove all rubbish, surplus material, togja andc4caffolding pertaining to his work, and shall keep the work area neat and rrl y peoinlic removal and cleanup. Crates and cartons in which material materialiocrieq4meuUre received shall be removed daily. Contractor shall leave each21seZ therrrk broom-clean upon completion of that phase. --�� B. Each Contractor shall be responsible for daily collection and •sa of rdeah created by his materials, men and work. If this is not done, th: awner ay direct that cleanup be done and the cost of same shall be deductelifrom the Contractor's contract. C. Contractor shall clean surfaces of all lights, control panels, overhead piping, duct work, etc., after construction is complete, to the same level of cleanliness as surfaces were before construction. D. Protect from damage during subsequent construction activities all new work and existing construction cleaned upon the completion of any one phase. E. Contractor shall legally dispose of all debris (including concrete) off the site. 1.13 FIRE PROTECTION A. It shall be the responsibility of the Contractor to take the properprecautio sato prevent fires when welding or while other fire-hazardous work is being performed. B. Gasoline and other flammable liquids shall be kept in approved safetyans,; ,all times. b: Jj 1.14 WATCHMEN A. The services of a watchman will not be provided by the Owner. B. The Contractor shall assume full responsibility for protection and safety of material and equipment stored at the job site both within and outside of the work areas or storage areas. 1.15 ADDITIONAL REQUIREMENTS A. During the term of this Contract, the employees of the Contractor shall not consume or be under the influence of alcohol while on the premises of the Owner. The use of nonprescription, over the counter drugs and medications (i.e., Contact, Temporary Facilities and Controls 015000 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 Actifed, etc.) is discouraged, but if used, manufacturer's guidelines must be followed. Drugs considered illegal by federal, state, and local authorities are strictly prohibited. B. Owner reserves the right with or without cause and at its sole discretion, provided that such right is lawful, to have the Contractor temporarily or permanently remove any of the Contractor's employees from the Project. s.C. Shutting down of existing apparatus and service lines shall be done only at times " prescribed and approved by the Owner. Apparatus and service lines shall not be .:left out of service overnight, during non-working periods or during scheduled events. i f �D. Notice of temporary service interruption (or potential interruption) shall be given to the Owner and his designated representative not less than (5) working days prior 9 to required interruption to allow adequate preparation to be made. ti `"E. Provide the Owner with emergency telephone numbers to be able to contact the Contractor's superintendent or project manager 24 hours a day. END OF SECTION a ...� ?.-U ic=«... I-Q 0 Temporary Facilities and Controls 015000 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 01 - GENERAL REQUIREMENTS SECTION 015600 BARRIERS PART 1 GENERAL 0 1.1 SECTION INCLUDES �, 9, 0 A. Partial height construction barriers and movable construction arefmvlosores. r B. Dust barriers. Zr C. Sawhorse barricades. C D. Vehicle barriers at street level entrance ramp. -1+ E. Temporary pedestrian walkways through partially completed work areas. F. Miscellaneous barriers and efforts, including construction fencing, caution tape and signage. 1.2 RELATED SECTIONS A. Section 015000 - Temporary Facilities and Controls. B. Section 030100 - Concrete Repairs. z. O C. Section 040100 - Masonry Repair. o1 Q D. Section 055000 - Miscellaneous Metals. " v LI.i E. Section 071800 - Vehicular Traffic Membrane. F. Section 079000 - Expansion Joints. • ti G. Section 079200 - Sealants. H. Section 099100 - High Performance Coatings. I. Section 321723 - Pavement Markings. 1.3 SUBMITTALS A. Submittals are not required unless Owner or Engineer raise questions or concerns regarding the quality or construction of barriers or enclosures. Potential submittals, if requested, could include the following: 1. Fire-retardant treatment for dimensional lumber and plywood. 2. Fire-resistant visqueen sheeting. Barriers 015600 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3. Plastic Safety Fencing. 4. Caution Barrier Tape. 5. Enclosure construction details. PARTS PRODUCTS f*2.1 cTs MATERIALS , A.-(Lumber: orL :a. Dimensional lumber: Z-4 a. Minimum 2 x 4 dimensional lumber. ti b. Fire-retardant treated (non-com) with treatment stamp visible. 2. Plywood: a. Minimum 1/2-inch thick. b. Fire-retardant treated (non-corn) with treatment stamp visible. B. Visqueen Sheeting: .o Approved Products: 0 g eGo c. Griffolin fire-retardant type 55-FR. d. Midco vinyl fire-resistant reinforced polyfilm. •Visibility Safety Fencing: 'a -Lsz High density polyethylene material. d=1 2. Diamond mesh with 1-1/2" openings. 3. Minimum 4 feet high. 4. Bright orange color. 5. Minimum 2200 lbs. break load capacity. D. Caution Tape: 1. 3" wide. 2. Minimum 4 mil thick plastic. 3. Safety yellow tape with black "CAUTION" lettering, minimum 1-1/2" high. Barriers 015600 -2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 PART 3 EXECUTIONS 3.1 GENERAL A. Work shall not proceed until dust barriers, barricades, construction fencing or partial or full height barriers or enclosures are in place and secure. B. Provide barricades to isolate areas directly under work areas for ppptection of persons or property. C. Remove barricades at entrances during non-working hours wwi} bstruCfor hinder the use of the entrance. D. Installation and removal of barricades or barriers shall nsartiarrEsge ding surfaces. E. The use of anchors which penetrate the existing surface are prohSf ted, unless approved in advance by Engineer. F. Remove all evidence of barriers installation upon removal. G. Contractor is responsible for erection, maintaining, moving and removal of barricades, fencing and barriers from the job site. 3.2 BARRICADES A. Where barricades are required for vehicular traffic control, provide ora#ige construction fencing to divert traffic around work area. Support orange fencing to prevent sagging along entire length of barricade. Maximum spacing of orange fencing support is ten feet. Construct and provide barricades that are permanent for the period when the barricade is required. Weight or otherwise secure, the barricades to keep unauthorized personnel from moving them. B. Provide partial height or full height dust barriers where noted on drawings or where work performed is adjacent to pedestrian walkways, drive lanes or other public access areas. C. Use of sawhorses, barrels and yellow caution tape are permitted only with advance approval by Owner. 3.3 COVERED SIDEWALKS AND ENTRANCES/EXITS A. When any portion of the Work is directly over or within fifteen feet of a sidewalk or entrance/exit, provide a covered walkway for pedestrians to safely pass through the area. Covered walkway shall extend ten feet beyond the end of the Work Area. B. The covered walkway shall meet the following minimum requirements: 1. Walkway to be constructed with metal walk-through scaffolding with nominal 2 Barriers 015600 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 inch thick dimensional lumber on the upper surface covered with 3/4 inch plywood. 2. Provide lighting within the enclosed walkway so that pedestrians may safely use passage at all hours. 3.4 VEHICLE BARRIERS Partial height water filled plastic or concrete jersey barriers, positioned on-grade at m street level entrances to the garage as shown on Drawings. frr'} -B. Provide signage directing vehicles to open entrances, positioned on or next to jersey barriers, and fixed in place. Signage to be at least 2 ft. by 3 ft. in size, t painted traffic yellow, with black stenciled lettering. Owner will provide text of signage. Maintain signage for the duration of the phase or phases of the project where it is necessary. END OF SECTION L — o ac k d cc LL F 3 N Barriers 015600 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 03 - CONCRETE SECTION 030100 CONCRETE REPAIRS PART 1 GENERAL 1.1 SECTION INCLUDES A. All labor, material, tools, equipment and services to perform concrete repairs at areas indicated on the Drawings and in the Specifications, including but not limited to: 1. Shallow, deep and full depth floor repairs. 2. Overhead/vertical repairs to beams and soffits. 3. Tee-to-tee joint edge repairs. 4. Expansion joint blockout repairs. 5. Miscellaneous repairs indicated on the Drawings. o 6. Carbon fiber load transfer biscuit installation. 2 to 1.2 RELATED SECTIONS -1( A. Section 011000 - Summary of Work. . - '1 ..�+ B. Section 012300 - Alternates. C. Section 015600 - Barriers. -.1Y M D. Section 055000 - Miscellaneous Metals. E. Section 071800 - Vehicular Traffic Membrane. r' ut F. Section 079000 - Expansion Joints. G. Section 079200 - Sealants. H. Section 099100 - High Performance Coatings. I. Section 321723 - Pavement Markings. 1.3 UNIT PRICES A. Unit prices are taken for the work items listed in Section 012100, for the quantity measurements listed in Section 012900. B. Include in the lump sum bid the quantities in Section 012100. Concrete Repairs 030100 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 C. Final adjustment to the contract amount will depend on actual quantities of repair performed. D. Repair quantities will be determined by measurements made jointly by the owner or its representative and the contractor. The contractor will record the measurements with both parties signing the record to attest to its accuracy. 1.4 REFERENCES A. American Concrete Institute (ACI): 1. ACI 301 - Specification for Structural Concrete for Buildings. 2. ACI 305R - Hot Weather Concreting. 3. ACI 306R - Cold Weather Concreting. 4. ACI 318 - Building Code Requirements for Reinforced Concrete. B. American Society for Testing and Materials (ASTM): 0 1. ASTM A185 - Specification for Steel Welded Wire, Fabric, Plain, for Concrete 14. • o - einforcement. Q >ASTM A615 - Specification for Deformed and Plain-Billet Steel Bars for J VC) oncrete Reinforcement. Y oil '. v< A775 - Standard Specification for Epoxy-Coated Reinforcing Steel CASTM gars. .•c 4. ASTM C31 - Method of Making and Curing Concrete Specimens in the Fields. rn 2 r 5. ASTM C33 - Concrete Aggregates. 6. ASTM C39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens. 7. ASTM C94 - Specification for Ready-Mixed Concrete. 8. ASTM C143 - Standard Test Method for Slump of Portland Cement Concrete. 9. ASTM C150 - Specification for Portland Cement Concrete. 10. ASTM C260 - Specification for Air-entraining Admixtures for Concrete. 11. ASTM C494 - Specification for Chemical Admixtures for Concrete. 12. ASTM C881 - Specification for Epoxy-Resin-Base Bonding Systems for Concrete. 13. ASTM C882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete. Concrete Repairs 030100 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 C. Structural Steel Painting Council (SSPC): 1. Surface Preparation Specification No. 3 (SP3) —Wire Wheel Cleaning. 2. Surface Preparation Specification No. 6 (SP6) — Commercial Blast Cleaning. D. American Association of State Highway and Transportation Officials (AASHTO): AASHTO M182 - Specifications for Burlap Cloth Made from Jute or Kenaf. E. Keep a copy of the referenced specifications cited in this section in the on-site field office. 1.5 SUBMITTALS A. Submit literature for manufactured products, including manufacturer's speci- fications, test data and installation instructions. :!1;.1:. , Q B. Letter stating this Contractor and supplier are familiar wi h eTefer ryd standards. --i c, rt L. r�-c C. Submit mix designs and test results conforming to the requirements of Secti'oTT 4 of ACI 301. Submit request for approval to use admixtures, if any. A complete mix design submittal must be furnished at least three weeks before the planned use of that mix. The Contractor is cautioned to undertake mix design prepation and submittal procedures immediately after authorization to proceedii►ith theProject. 1. Submitted mix design shall address weather conditions whigiqie fpect occur during the concrete repair phases. Concrete mixeII Rait onMe e designed for average temperature and humidity condit , b4/, alsf flr adverse conditions (hot and cold weather), as applicable to 8apro}" 'ct. D. Provide the following in accordance with ACI 301. '' CA 1. Mill test for cement. 2. Admixture certification. 3. Aggregate certification. 4. Procedure for adding water to ready-mix at site, including method of measuring water. 5. Method of adding admixtures. 6. Materials and methods for curing. 7. Ready-Mix delivery tickets. 8. Certificate of Conformance for concrete production facilities by NRMCA (National Ready Mix Contractors Association). Concrete Repairs 030100 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 9. Field and laboratory tests that are the Contractor's responsibility. E. The Owner's review of details and construction operations shall not relieve this Contractor of his responsibility for completing the work successfully in accordance with the Contract Documents. 1.6 QUALITY ASSURANCE A. Concrete that does not conform to the specified requirements, including bond to substrate, strength, finish and tolerances shall be subject to removal and replacement, including necessary preparatory work, at no additional cost to the Owner and without extension to the Contract Time. .0B. Contractor shall be responsible for restoration of other components of the Work •.:;, aged during placement of concrete or damaged during removal of o ';L atisfactory concrete. • C. 301, ACI 305R and ACI 306R are a part of the Contract Documents, are rporated herein as fully as if here set forth and are referred to as General r-Eeccreting Requirements. .Q vim: Ceoride Ion Limitations: Maximum acid-soluble chloride ion concentration, in hardened concrete shall not exceed .10% by weight of cement. ti E.c. Concrete testing and certification shall be as described in ACI 301, Chapter 16. 7 -WARRANTY fin =A.. A warranty period of two (2) years shall be provided for concrete work performed . under this Section against defects, as determined by the Owner, including but not ti limited to debonding, excessive cracking and surface scaling. B. A warranty period of two (2) years shall be provided for carbon fiber load transfer biscuits at tee-to-tee joint connections performed in accordance with the Details and Specifications, against defects, as determined by the Owner, including but not limited to the flange cracking in the vicinity of the biscuit installations due to less than adequate epoxy installation, and debonded epoxy at the biscuits or concrete surfaces. PART 2 PRODUCTS 2.1 MATERIALS A. General: 1. Ready mixed materials used for concrete shall be furnished from the same source throughout the project unless otherwise approved by the Owner. Concrete Repairs 030100 - 4 City of Iowa City • Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 B. Cement: 1. Use ASTM C150, Type I cement unless noted otherwise. Air-entrained cement shall not be used. Air requirements shall be met by separate admixtures. C. Admixtures: 1. Air-entraining admixtures meeting the requirements of ASTM C260. 2. High range water reducer meeting the requirements of ASTM C494. 3. Calcium chloride, calcium nitrate and thiocyanates are not permitted. Admixtures containing more than 0.05% chloride ions are not permitted. 4. Use approved admixtures in accordance with manufacturer's recommendations. D. Fine and Coarse Aggregates: �. 1. Meeting requirements of ASTM C-33. rc E. Water: 11-- ILl --tom -' 1. Mixing water shall be potable meeting requirements of ASTM C-953 F. Pre-packed Concrete Materials: 4 N 1. Horizontal Application — Typical Repair Areas (Patch Material Type A): a. MasterEmaco T430 by BASF b. SikaQuick 1000 by Sika Corp. cry c. MasterEmaco T1061 by BASF 7.r.• a. d. SikaTop 111 Plus by Sika Corp. n1 ••••••• 2. Vertical and Overhead Repair Areas (Patch Material Type purr rn a. MasterEmaco S488Cl by BASF-x `•i:� cn b. SikaTop 123 Plus by Sika Corp. c. MasterEmaco N425 by BASF d. SikaQuick VOH by Sika Corp. G. Bar Coating: 1. MasterProtect P8100 AP by BASF Concrete Repairs 030100 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 2. Sikadur 32, Hi-Mod LPL by Sika, Inc. 3. Zinc Clad by The Sherwin Williams Company H. Welded Wire Reinforcement: 1. Conforming to ASTM A185. I. Reinforcing Steel: 1. All reinforcing steel shall have a minimum Fy of 60 ksi. 2. Provide epoxy coated steel where shown on Drawings. J. Curing Materials: 1. 10 oz. burlap meeting the requirements of AASHTO M-182. 2. Visqueen: 6 mil polyethylene (white). CCy ng Compound: u Q Epoxy Water Emulsion Primer/Sealer by The Sherwin Williams Company. •-•�� r W.6 MasterKure CC 1315WB by BASF Lt., iatz-tca Liquid membrane forming curing compound shall conform to the requirements "' m of ASTM C1315, Type 1, Class A and have data from an independent laboratory indicating a maximum moisture loss of 0.40 grams per square cm. when applied at a coverage rate of 300 square feet per gallon. L. Form Lumber: =- 1'o New fire retardant material, grade and size to adequately form, support and rr .m n:~ brace concrete and to provide finishes that match adjacent surfaces. .j —M. Epoxy Grout: rn occ r+�r Sikadur 32 epoxy mixed with silica sand. 27. icj. Patch Anchors: ru 1. Stainless steel spikes by Powers Rawl. O. Carbon Fiber Load Transfer Device. 1. CFRP Tee-Biscuit by V2 Structural Systems: Concrete Repairs 030100 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 2.2 MIX PROPORTIONING A. General: 1. Ready Mix Producer, General Contractor, and those responsible for placing and finishing concrete shall review mix designs and agree on modifications to the proposed mixes listed below required to facilitate placing and achieve the desired results. No modifications reducing the cement content, increasing the chloride content or the W/C ratio will be acceptable. Both the General Contractor and Ready Mix Producer are responsible for design and production of concrete mix. B. Concrete Mix: (Patch Material Type C) 1. Strength at 28 days 500b psi 2. Minimum portland cement content •, 611 lbs./C.0 •-•4 - 3. Maximum percent of chloride by weight of cement D 4. Maximum water/(cement plus silica fume) ratio `G 0.4(a 5. Percent of air entrainment (tested at point of placement) 5itoTpercent 6. Maximum aggregate size 3/ inch-- C. Slum D ... e p: c� 7.4 1. Produce the concrete to have a maximum slump of 4 inaselivemto the site. The maximum slump may not be exceeded exccsptsby4e jcte addition of High Range Water Reducer (Superplasticizer). :A cn 2. When superplasticizer is used, the maximum superplasticized slu p shall be 8". Superplasticizer may not be added to a batch of concrete after initial slump adjustments are made and discharge has started. 3. Method of measuring and adding superplasticizers to the truck mixer at the site shall be approved by the Engineer. 4. Mix designs incorporating superplasticizer must be accompanied by test results from cylinders made from previous field test data in which the superplasticizer was added to a 6 c.y. (min.) batch in a truck mixer. 2.3 PRODUCTION OF CONCRETE A. Furnish to the Project Superintendent 2 delivery tickets for each load of Ready- Mixed concrete. Tickets shall contain the following information: 1. Date. 2. Producer and plant. Concrete Repairs 030100 - 7 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3. Job. 4. Contractor, 5. Truck No. and time dispatched. 6. Concrete designation and cement type. 7. Admixtures description and content. 8. Time discharge started and completed. 9. Amount of concrete in load. 1 Qt Amount of water in mix at plant. W Z EI1 ' Amount of material(s) added at the site and authorized signature. ^B. v31te-mixed concrete is prohibited. CC.L.140 Range Water Reducers (Superplasticizers) shall be premeasured and added v, the site in accordance with the manufacturer's written instructions and specifications, using truck-mounted power injection equipment capable of rapidly and uniformly distributing the admixture to the concrete. Alternatively, the superplasticizer may be added manually to the back of the truck by a trained rr •.-- .�t�chnician, if this procedure is confirmed by historical data to yield a uniform and — ,acceptable product. Mix the concrete a minimum of six minutes after addition of c.superplasticizer and before discharge. m 'D. Re-tempering with superplasticizer is prohibited. n.E. When concrete arrives at the project with slump below that suitable for placing and below the slump specified, water may be added only if neither the maximum specified water/cement ratio nor the maximum slump is exceeded, provided that: 1. The approved mix design has allowed for on-site addition of water. 2. The amount of water added at the site is accurately measured to ± 1 gallons of the desired added amount. 3. That water addition is followed by 3 minutes of mixing at mixing speed prior to discharge. 4. Standard cylinder samples as required by these Specifications are taken after addition of water. 5. The person authorized to add water shall be mutually approved by Engineer, Contractor, and Ready Mix Producer. F. All concrete arriving at the site above the maximum slump will be rejected. Concrete Repairs 030100 - 8 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 G. Addition of cement at the site is prohibited. H. Discharge concrete from mixer within 1-1/2 hours after the introduction of mixing water to the cement and aggregates. 1. During hot weather or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. When air temperature is between 85°F (30°C) and 90°F (32°C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90"F (32°C), reduce mixing and delivery time to 60 minutes. 2. Maximum temperature of concrete mixes delivered to site: 85°F. PART 3 EXECUTIONS 3.1 GENERAL A. Prior to the start of work, the Contractor shall survey areas to rgeive repair concrete to determine locations and approximate quantity of rreorial. -moo ern B. Prior to start of excavations, perform an on-site review of the Zdori ares mum e Owner. Provide a minimum of 2 working days notice prior to ttr%.uested •vygw day. .{m D. 1 (� C. Prior to performing operations such as jack hammer work, tf iont4ttor fiall make a careful and thorough survey of the underside of the level owlrvhich he intends to work and shall remove all loose soffit concrete which may fall as a result of those operations. The Contractor shall also be responsible for posting all signs and erecting all barricades as necessary to prevent pedestrians and vehiclei from entering the area below hazardous work. ».� _ I1J D. During concrete removal work, Contractor shall not damage existing mild sae) reinforcement. Mild steel reinforcement that is damaged by the Contractor, as determined by the Owner, shall have a new reinforcing bar the same size as the damaged bar lapped to each side of the damaged area. Lap lengths shall be determined by ACI 318. Cost of new reinforcing bar, concrete removal and patching for lap length shall be borne by the Contractor. E. It is intended that the existing reinforcement steel exposed during the work shall remain in place (unless noted on Drawing for removal) and undamaged during removal of the unsatisfactory concrete. Tie loose reinforcement bars in place in an approved manner prior to placing patch mix. If the reinforcement is deteriorated, as determined by the Owner, the Owner may direct that it be replaced and spliced in accordance with ACI splice and development requirements for reinforcement bars. Additional concrete removal may be required to expose undamaged reinforcing. If required, compensation will be made in accordance with the established Unit Prices. F. Concrete placement for patches or overlays on sloping surfaces shall begin on the low elevation end and proceed upwards to the high elevation end. Concrete Repairs 030100 - 9 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 G. Control joints to be either tooled of sawed into concrete slab. Confirm control joint pattern with Owner prior a minimum of 24 hours prior to placement of concrete. Tooled joints are to be cut while concrete is wet. Sawed joints to be cut within 6 hours of slab placement before slab begins to crack. 3.2 PROTECTION A. Contractor shall protect all open excavations, and reinforcing therein, from damage due to mechanical disturbance, weather conditions or other causes. B. Contractor shall protect occupied areas below the work area during all phases of the work including removal, preparation and placement of materials. C. Provide barricades to close areas immediately below the work area. Coordinate the time closing of required areas with the Owner. 3.3 .SHALLOW, DEEP AND FULL DEPTH FLOOR REPAIR PROCEDURE A. Refer to the Drawings for repair details. Contractor shall sound the concrete deck g using chain drag method and hammer survey to identify the limits of deteriorated `1 concrete within the Work Area. Mark with paint each area to be repaired. Location rn 1.pf paint marks must be approved by the Owner's representative. B. Before removal of floor concrete within a Work Area, the Contractor and the Owner's representative will record the area bounded by the paint marks. Take measurements to the nearest inch in such a way that results in a total plan area at gich location. . Contractor and Owner's representative shall affix their signatures to each L.) iTeasurem ent sheet completed, attesting to the agreed-upon accuracy of the >_229easurements. Furnish copies of measurement sheets to both parties for their f--jgcords. '�'' D. Sum and calculate the total repair area to yield total square feet. Measurements are the sole basis for calculation of final payment, based upon the item's unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details. E. Remove floor concrete within the Work Area by conventional chipping methods. F. Conventional Chipping Method: 1. Sawcut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of sawcuts shall be 3/4 inch. Cut perimeter of removal area before beginning chipping hammer work. Do not over cut corners of patch area. 2. In post-tensioned structures, Contractor shall take caution to not cut or damage existing post-tensioning tendons or wires. Damage shall be repaired as directed by Engineer at no cost to the Owner. Concrete Repairs 030100 - 10 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3. Perform concrete removal with no larger than 18 pound chipping hammers. 4. Begin concrete removal at the center of the removal area and work towards the sawcut perimeter. Maintain vertical sawcut edge at perimeter. Re-saw if necessary to maintain required edge. 5. Contractor shall use due diligence to perform concrete chipping operation in a manner to avoid punching through slab. Means such as utilizing wide chipping blades and performing chipping procedures on a low angle are recommended. Punch-through from improper chipping will not warrant compensation, and the Contractor will be required to square-up and patch/rub-out every punch-through. G. The surface of the sound, exposed concrete shall be relatively flat with 1/4" amplitude over the repair area for new concrete patches and overlays. Contractor is responsible for insuring that the final concrete repair area is sound. H. Within 24 hours of concrete repair material placement, sandblast the excavation and the immediately adjacent surface. Reinforcing steel shall be caned to a SSPC-SP6 condition unless otherwise indicated. U cr I. After completion of all cleaning operations, blow-out excavatiol =with'R5il-fre d water-free compressed air. Previously cleaned excavations thtE 'a'Ce gajectbd to contamination must be re-cleaned. 74- r� 71 J. The Owner will inspect excavations prior to coating reinforcing Peal to - up of excavations and reinforcing steel shall be performed befor5roceihing. K. Within 8 hours after cleaning, coat all surfaces of exposed steel with one coat of bar coating. Allow coating to become tack free before proceeding with second coat. L. Apply second coat of bar coating to previously coated steel. Do not apply coating to substrate or allow coating to puddle in low areas of excavation. M. Thoroughly saturate all concrete surfaces to be in contact with new concrete as necessary to provide a saturated surface dry condition. N. Just prior to concrete placement blow-down area with oil-free compressed air to remove standing and puddled water. O. Place Patch Material Type A or Type C in the excavations. Vibrate new patch material to ensure consolidation in maximum-depth areas and at the excavatigns perimeter. Screed material flush with adjacent surfaces and finish wig a floor light trowel. e+• P. After finishing, fog concrete surfaces with water using approved fog spray device (hose not permitted) to prevent surface drying prior to start of curing. Concrete Repairs 030100 - 11 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 Q. Cure Patch Material Type A in accordance with manufacturer's written instructions. R. Cure Patch Material Type C with a 7 day wet cure: 1. As soon after finishing as possible without marking concrete, cover with wet, clean burlap followed by a minimum 6 mil polyethylene sheet (free of holes) which overlaps existing concrete on all sides. 2. Weight curing material to hold in place. 3. Maintain burlap in a wet condition during the wet curing period. 3.4 OVERHEAD AND VERTICAL SURFACE KNOCKDOWN PROCEDURE A. Contractor to visually survey all slab soffit surfaces and locate delaminated, spalled or otherwise deteriorated concrete requiring repairs. Mark area with paint. te. Engineer to verify locations prior to beginning knockdown repairs. n. -Remove all loose or delaminated concrete. 1::D. Wire wheel prepare all exposed reinforcing steel to an SSPC-SP3 condition. E. Blow clean with oil-water free compressed air. WF. Within 8 hours after cleaning, coat all surfaces of exposed steel with (1) coat of bar coating. Ensure complete coverage of steel surfaces. Allow coating to become tack free before proceeding with second coat. G. Apply second coat of bar coating to previously coated steel. 3.5 OVERHEAD AND VERTICAL REPAIR PROCEDURE A. Refer to the Drawings for repair details. Contractor shall sound overhead and vertical concrete surfaces using hammer sounding techniques to identify the limits of deteriorated concrete within the Work Area. Mark with paint each area to be o repaired. Location of paint marks must be approved by the Owner's o pre j:� sentative. B. u gore removal of overhead or vertical concrete within a Work Area, the r— =-tantractor and the Owner's representative will record the area bounded by the 2 t marks. Take measurements to the nearest inch in such a way that results in metal plan area at each location. o Contractor and Owner's representative shall affix their signatures to each measurement sheet completed, attesting to the agreed-upon accuracy of the measurements. Furnish copies of measurement sheets to both parties for their records. Concrete Repairs 030100 - 12 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 D. Calculate and sum the total repair area to yield total square feet. Measurements are the sole basis for calculation of final payment, based upon the item's unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details. E. Remove concrete within the Work Area by conventional chipping methods. F. Conventional Chipping Method: 1. Saw cut the concrete surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be 1/2 inch. Cut perimeter of removal area before beginning chipping hammer work. Do not over cut corners of patch area. 2. In post-tensioned structures, Contractor shall take caution to not cut or damage existing post-tensioning tendons or wires. Damage shall be repaired as directed by Engineer at no cost to the Owner. 3. Perform concrete removal with no larger than 18 pound chipping teiinmers. ca Cr, 4. Begin concrete removal at the center of the removal areetti v a k toMis the saw cut perimeter. Maintain vertical saw cut edge at pnrlTY ete Rec if necessary to maintain required edge. i 5. Contractor shall use due diligence to perform concrete chi., opiltatiorrila manner to avoid punching through a slab. Means suc '" utWing de chipping blades and performing chipping procedures on"yd lowc9ngle are recommended. G. The surface of sound, exposed concrete shall be relatively flat with a 1/4" amplitude over the repair area. Contractor is responsible for insuring that the final concrete repair area is sound. H. Within 24 hours of concrete repair material placement, sandblast the excavation and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6 condition unless otherwise indicated. I. After completion of all cleaning operations, blow-out excavations with oil-free and water-free compressed air. Previously cleaned excavations that are subjected to contamination must be re-cleaned. J. The Owner will inspect excavations prior to coating reinforcing steel. Final touch- up of excavations and reinforcing steel shall be performed before proceeding. K. Within 8 hours after cleaning, coat all surfaces of exposed steel with one coat of bar coating. Allow coating to become tack free before proceeding with second coat. L. Apply second coat of bar coating to previously coated steel. Do not apply coating to substrate. Concrete Repairs 030100 - 13 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 M. Maintain all concrete surfaces of repair areas in a wet condition to provide a surface saturated dry condition. N. Just prior to material placement, blow-down area with oil-free compressed air to remove any standing water near vertical repair locations. O. Place Patch Material Type B in the excavations per manufacturer's written instructions. Vibrate new patch material at vertical repairs to ensure consolidation in maximum-depth areas. Screed material flush with adjacent surfaces and finish with a light trowel. P. After finishing, fog concrete surfaces with water using approved fog spray device (hose not permitted) to prevent surface drying prior to start of curing. Q. Cure Patch Material Type B in accordance with manufacturer's written instructions. 3.6 EPDXY GROUT INSTALLATION PROCEDURE Saw cut the concrete deck surface along the perimeter of the paint marks which fir "t define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be 3A inch. Cut perimeter of removal area before beginning chipping hammer `- work. ��. =B.z, Begin concrete removal at the center of the removal area and work towards the saw cut perimeter. Maintain vertical saw cut edge at perimeter. Resaw if ru necessary to maintain required edge. C. Prior to epoxy grout placement, sandblast the excavation and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6 condition o unless otherwise indicated. lig epoxy mortar using 2 parts epoxy and 1 part clean over dried silica sand. w .g"t r E. ly neat epoxy worked into substrate for positive adhesion. Immediately follow J — application of the epoxy mortar. Follow manufacturer's instructions for mixing a,d installation. D�not allow traffic on epoxy mortar patch for a minimum of 24 hours. N . 3.7 CARBON FIBER LOAD TRANSFER BISCUIT INSTALLATION PROCEEDURE A. Refer to the Drawings for repair details. Prior to beginning work, contractor shall provide a survey of the tee flange to verify the thickness of the double tee flange, and shear connector embed spacing. Inspect double tee flanged for cracking or deterioration that would be detrimental to the carbon fiber load transfer biscuit installation, and communicate all findings with Engineer prior to start of work. B. Provide sawcut with a beveled edge. Do not over cut opening. Refer to Drawing for repair details. Concrete Repairs 030100 - 14 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 C. Waterblast clean all sawcut openings to remove dirt, debris and residual laitance. Allow a minimum of 24 hours dry time prior to installing carbon fiber load transfer biscuit. D. Provide tape on surface to assure straight, neat edges. Also provide an oversized backer rod, blue board or alternative joint filler to prevent epoxy migration out of sawcut and into joint. Remove tape and joint filler after installation is complete, while epoxy is still wet. E. Fill bottom of sawcut opening a minimum half full of epoxy, completelybutter both sides of the biscuit and work biscuit into opening to assure _100% sur#acce adhesion. Residual epoxy should work out of the joint, during insfallati0n. qtr rip epoxy flush with top of deck. Remove epoxy to top of biscuit set within tee-td-lb joint opening. F. Mixing times and quantities for epoxy are to be in strict accordancewith ,the manufacturers written instructions. CU, G. After sufficient cure of epoxy, install new tee-to-tee joint sealant. Refer to Drawing for sealant details. CO 3.8 FIELD QUALITY CONTROL A. All excavations shall be inspected and approved prior to placer ort ete. e Contractor shall notify the Owner 2 working days in ad ab reqt ired inspection. B. Notify the Owner at least 2 working days prior to placing concrete C. Site Tests for Ready Mixed Concrete: --� 1. The Owner will provide and pay for a testing agency to prepare and secure cylinders for off-site testing and perform on-site slump and air tests for concrete specified to be air entrained to insure compliance with Specifications. 2. The Contractor shall coordinate and arrange for the Owner's testing agency to perform all testing as specified for concrete overlay materials. 3. Age of concrete for testing for acceptance shall be 28 days. 4. Determine the slump (ASTM C143) for each batch of concrete to which superplasticizer is being added. This slump testing shall be by the Owner's testing agency. 5. Compression, slump and air content tests (for air-entrained concrete) shall be made on the first load of concrete delivered each day. Also, anytime during progress of the work where the Owner may request such a test due to the change in consistency or appearance of the concrete. The slump test for mixes in which superplasticizers are being added shall include two slump Concrete Repairs 030100 - 15 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 tests, one before and one after the addition of the superplasticizer. 6. Testing agency shall make compression tests as follows: a. Mold four (4) specimens (cylinders) for each sample in accordance with ASTM C31-84 "Standard Method of Making and Curing Concrete Specimens in the Field." Lab cure all cylinders. col b. Make tests of lab cured cylinders, one (1) specimen at seven (7) days, two (2) at twenty-eight (28) days and one (1) for reserve. Tests shall comply s? x with ASTM C39 "Standard Test Method for Compressive Strength of w Cylindrical Concrete Specimens." .icc <-)U c. Report in writing all test results to Owner, and the Contractor on same day tests are made. Report by phone results of early break cylinders to both C.) the Contractor and Owner, and report to the Owner via phone results less than the required strength. Written reports of tests shall contain the name of the project, date of placement, location of concrete placement, breaking strength and type of break, size of aggregates, unit weight per cu. ft. type of cement, types of admixtures, percentage of entrained air, slump and required strength. c d. If concrete strength test results do not exceed required 28 day strength, >-r-, the Owner's acceptance of the affected area shall be in accordance with nw Paragraph 3.06 of ACI 301. Air content tests shall be taken from each truck at the point of placement in �=- addition to standard tests at the point of discharge. +ti �. L... 8. Unless better definition of the placement location of the concrete is provided, the location in the work represented by a test or series of test shall be defined as the entire concrete placement for the work shift in question. D. Acceptance of Structure: 1. Acceptance of Structure shall be in accordance with ACI 301 Chapter 18. 2. Contractor shall bear all costs of correcting rejected work, including the cost of Owner's services thereby made necessary. 3.9 CLEANING A. Empty containers shall be removed from the Garage at the end of each working day. Cloths soiled with adhesive materials that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage of disposal of flammable materials. Comply with health, fire and environmental regulations. B. All spilled materials shall be completely removed from hardware, adjacent floor areas, metal work, etc. Remove spilled coating by approved methods. Concrete Repairs 030100 - 16 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 C. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation of adhesive materials installations. D. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dust, dirt and debris. END OF SECTION en VIP M emor rY _' r Z m t1� •.J Concrete Repairs 030100 - 17 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 03 — CONCRETE SECTION 033810 POST-TENSIONED GARAGE SLAB TENDON REPAIRS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, materials, equipment, special tools and services to repair damaged post-tension slab tendons. 1.2 REFERENCES A. Post-Tensioning Institute (PTI): Specification for Un-bonded Single Strand Tendons, Second Edition. B. Post-Tensioning Institute (PTI): Field Procedures Manual for Un-bonded Single- Strand Tendons, Third Edition. 1.3 SUBMITTALS A. Submit shop drawings showing complete details of system, including anchorage devices, live end anchor locations, sequence of tensioning, and repair procedures. B. Submit tendon sample including wires and tensioning anchorartas. `2 C. Submit calibration certificates for every jack and gauge used oj $ Pgsect. 1 .` D. Submit experience records of post-tension system installer. R$egtrds.to irKilltere list of project experience of installer's superintendent. Refer to parzrppl .4Aw. E. Submit written certification that the plant manufacturing the pxibiffen9tioneciaiterial complies with the PTI Certification Program. CJI F. Submit copies of certified mill test reports for each coil or pack of strand used for the Project in accordance with PTI Specification for Seven Wire Steel Strand Barrier Cable Applications. G. Engineer's review of details and construction operations shall not relieve Contractor of his responsibility for completing the work successfully in accordance with the Specifications and within Contract time. J H. Submit stressing log of tendons and back-stressing of anchors at completion of work. Post-Tensioned Garage Slab Tendon Repairs 033810 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 1.4 QUALITY ASSURANCE A. All post-tension reinforcing work shall be under the immediate control of the PT Contractor's superintendent, who shall have supervised at least three (3) prior projects of similar magnitude. PT superintendent shall exercise rigid control of all operations as necessary for full compliance with Contract Document requirements. B. Post-tensioning system and its manufacturer shall be pre-qualified. Refer to Article 2.1 below. C. Plant Certification: 1. Post-tension cable system shall be manufactured in a plant certified to comply with the PTI Program for Certification of Plants Producing Un-bonded Single Strand Tendons. 1 .5 DELIVERY, STORAGE, AND HANDLING A. Protect tendons from moisture and rust from time of initial fabrication until installation. Store tendons above ground at all times. B. Deliver, store and handle post-tensioning materials in accordance with PTI's Field Procedures Manual. C. Use nylon straps during loading, unloading and handling of materials. PART 2 PRODUCTS 2.1 MANUFACTURERS ri A. Pre-qualified Cable Barrier System Manufacturers: �1. Amsysco, Inc. 2. Continental Concrete Structures, Inc. In IC3. Dywidag Systems International, USA, Inc. C s4. Post-Tensioning Systems International (PTSI) 115. Suncoast Post-Tension, L. P. VStructural LLC (VSL) 2.2 ,9OST: NSIONING STEEL . -Able tendons shall be 0.5" diameter strands. End anchorage sizes shall be v1g.rected by the Contractor and submitted Engineer for review. r•-• wands: [L„ "-< Conform to ASTM A416 Standard Specification for Steel Strand, Uncoated C=I Seven-Wire for Pre-stressed Concrete. Provide strand conforming to (GBS) "Galvanized Barrier Strand" or (GPC) "Galvanized Pre-stressed Concrete Strand". 2. Strand to have a minimum ultimate tensile strength of 270,000 psi. Post-Tensioned Garage Slab Tendon Repairs 033810 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 C. Temporary stress shall not exceed eighty (60) percent of the minimum ultimate tensile strength of the strand. D. Maximum allowable anchor slip is 1/8". E. Broken strands, and strands showing fabrication defects, shall be removed and replaced. 2.3 ANCHORAGES A. Size bearing plates of anchorages to satisfy requirements of ACI 318 and PTI Specification for Un-bonded Single Strand Tendons unless certified test reports are submitted providing acceptable deviation. B. Anchorages shall be capable of developing at least 95% of the actual breaking strength of the pre-stressing steel without excessive deformation. Total elongation of the tendon under ultimate load shall not be less than 2% measured in a minimum gauge length of (3) feet. C. Tendon anchorage blocks shall be epoxy-coated with no knicks or discontinuous coating. D. Caps over the wedge cavity at end anchorages to be supplied pre-greased. E. The anchorage casting and wedges shall be supplied by the same manufacturer. 2.4 CORROSION PREVENTIVE COATING A. Galvanized Coating of Tendons: 1. Provide zinc coating complying with ASTM Specification A-475 Class A, Table 4 coating weight. 2. Apply coating by either hot-dip, hot-dip and post-drawing, or electro-plating process that ensures complete zinc coating around each individual wire of the strand. B. Galvanized Coating of Miscellaneous Steel and Rebar: 1. ZRC Cold Galvanizing Compound by ZRC Worldwide. 2. Zinc Clad by The Sherwin Williams Company 2.5 EPDXY GROUT A. Refer to Specification Section 030100. • ® w 2.6 CONCRETE PATCH REPAIR AREAS >,' r "< A. Refer to Specification Section 030100. _ { t C ) ICI ♦Z Post-Tensioned Garage Slab Tendon Repairs 033810 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 PART 3 EXECUTION 3.1 REPAIR OF SLAB TENDON A. Locate with Engineer damaged post tensioning tendon in concrete slab. B. Saw cut patch perimeter 1/2" deep and carefully chip out concrete with maximum 18 pound hammer. Remove approximate area 1'-6" wide by 3'-0" long to expose damaged tendon for repair. Contractor to enlarge patch as required to perform tendon repairs upon approval by the Engineer at no cost to the Owner. C. Pull both sides of damaged tendon to determine broken direction of tendon. Pull broken tendon through concrete deck and measure length of tendon. Report conditions to Engineer. D. Engineer and Contractor to locate anticipated area where tendon is broken based on length. E. Saw cut and remove concrete per 3.2.B to expose broken tendon for repair. Do not overcut edges of repair area. F. Sandblast the excavations and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6. G. Apply galvanizing coating to reinforcing steel and anchoring devices. Do not apply coating to substrate or allow coating to puddle in low areas of excavation. H. Install new tendon through existing duct. Connect new tendon to existing tendon with a dead end anchor (splice coupler) and a center stressing anchor (dog bone). Stress tendon to effective prestressing force noted on the drawings. I. Review with Engineer additional slab excavations as required to install new tendon through slab. J. Cut tendon tail at center stressing anchor. K. Place concrete patch repair material, Type C per Specification Section 03 01 00, in the excavation. Vibrate new patch material to ensure consolidation in maximum- depth areas and at the excavations perimeter. Screed materials flush with adjacent surfaces and finish with a float or light trowel. L. Cure patch material per manufacturer's written instructions. © •;- END OF SECTION f'] 5,111 Post-Tensioned Garage Slab Tendon Repairs 033810 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 04 MASONRY SECTION 040100 MASONRY REPAIR PART 1 GENERAL 1.1 SUMMARY A. Section Includes 1. All labor, material, equipment, tools and services to complete masonry work required for the project, as indicated on the drawings and the specifications, including but not limited to: a. Inspection of masonry surfaces. b. Replacement of damaged masonry blocks. c. Repointing of mortar joints as designated by the Engineer. d. Cleaning and painting of all new masonry surfaces. e. Provide temporary support as required for support of existing masonry to remain. f. Provide temporary heating for masonry work (if required). a. Temporary protection of doors, windows, railings, hardware and interior spaces during construction. Refer to specification section 015600. b. Provide access to work area for Owner representative or Engineer. itiB. Related sections: —4v 1173. 1. Section 011000 - Summary of Work. =4 d I 41 2. Section 015600 - Barriers. 3. Section 055000 - Miscellaneous Metals. c".-< =�c� --t 4. Section 099100 - High Performance Coatings. '{ r• M C. Allowances: CJI 1. Refer to section 012100 for Unit Price work. D. Unit Prices: 1. Refer to section 012900 for Unit Price payment procedure. Masonry Repair 040100 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 1.2 REFERENCES A. American Concrete Institute (ACI): 1. ACI 530 — Building Code Requirements for Masonry Structures. 2. ACI 530.1 — Specifications for Masonry Structures. B. American Society for Testing and Materials (ASTM): 1. ASTM C90 — Standard Specification for Load Bearing Concrete Masonry Units. 2. ASTM C91 — Standard Specification for Masonry Cement. 3. ASTM C144 — Standard Specification for Aggregate for Masonry Mortar. 4. ASTM C150 — Standard Specification for Portland Cement. 5. ASTM C207 - Standard Specification for Hydrated Lime for Masonry Mortar. 6. ASTM C270 - Standard Specifications for Mortar in Unit Masonry. 7. ASTM C404 — Standard Specification for Aggregate for Masonry Grout. 8. ASTM C780 — Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. Lt. Structural Steel Painting Council (SSPC): 9QSurface Preparation Specification No. 3 (SP3) —Wire Wheel Cleaning. L .CZ Iii Surface Preparation Specification No. 6 (SP6) — Commercial Blast Cleaning. 0#-8 cPE VAT ONS . A. "eimaged brick" as used herein means masonry units that are loose, cracked, c,g split, or spalled; except isolated bricks with hair line cracks. t8. "Defective mortar" as used herein means mortar joints that are loose, crack, split, •z spalled, delaminated, soft, or missing. Z sp. '"Salvaged brick" as used herein means existing masonry units that are removed, it cleaned, and reused or returned to the Owner. D. "Hairline crack" as used herein means cracks measuring less than 1/32 inch limited to the surface of the masonry unit. E. "Tight crack" as used herein means cracks measuring less than 1/16 inch limited to the surface area of the masonry unit. F. "Masonry foreman" as used herein means technically competent employee Masonry Repair 040100 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 identified as supervising all masonry work included in this Specifications section and the Drawings. G. "Brick" or "Unit" as used herein means all clay fired masonry units included in this Specifications section and the Drawings. H. "CMU" or "Block" as used herein means concrete masonry unit included in this Specifications section and the Drawings. 1.4 SUBMITTALS A. Mason: 1. Resume of Mason foreman per Paragraph 1.5.A. B. Closeout: 1. Upon completion of the Work and prior to final payment, pride f I executed warranties. 5 t!j 1.5 QUALITY ASSURANCE �� 0+1 Lemo A. Bidder's Qualifications: ..� 1. Contractor shall have at least 3 years experience doing work of scope and size specified herein and indicated on Drawings. 2. Mason foreman shall have supervised at least three prior projects of similar magnitude and type. B. Regulatory Requirements: 1. Comply with applicable laws, ordinances, and the Iowa Building Code. 2. Comply with the referenced standards in Paragraph 1.2 above. C. Installation: 0 1. Mason foreman shall be on site during 90% of all mase wc. M ry work identified as not being installed under the direct s aryisiD3 of Ma on foreman shall be subject to removal and replacement, att1ttg diFectionFthe Owner. --Cr `'I m xs M 1 .6 DELIVERY, STORAGE, AND HANDLING cam 0 X A. Packing, shipping, Handling and Unloading: CO 1. Deliver materials to job site in sealed, undamaged containers/packaging. Masonry Repair 040100 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 B. Storage and Protection: 1. Protect materials in a dry place, off ground and under cover to protect them from wetting, staining, chipping and other damage. 2. Do not use materials showing evidence of water or other damage. 1.7 PROJECT CONDITIONS A. Environmental Requirements 1. Maintain materials, building surfaces and surrounding air to a minimum temperature of 40 degrees F. for a period of 48 hours before the start of work and 72 hours after completion of work. 2. Conform to manufacturer's specific requirements. d o BBicisting Conditions: EU � `_ ..j* The building's interior HVAC system cannot be used for temporary heating or (--"— cooling in performance of the facade restoration work. LL1.8 RANTY A. '"Provide two (2) year warranty on all workmanship and materials unless otherwise specified. PART 2 PRODUCTS 2.1 MATERIALS A. Concrete Masonry Units (CMU): 1. 8 inch wide units: Conforming to ASTM C90, Grade N-1, Normal Weight. 2. 4 inch wide units: Solid units conforming to ASTM C90 and having an equivalent thickness of 3.6 and providing a 2 hour fire resistance rating. N 0 I Solid concrete brick units conforming to ASTM C90 and having an equivalent • . - thickness of 3.6 and providing a 2 hour fire resistance rating. �y -. m .g. Mortar: she Prepackaged Mortar: ASTM C270, type N. ti p a. Acceptable Manufactures 1) Cemex 2) Southwestern 3) Blue Circle Masonry Repair 040100 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 2. Mortar Aggregate: ASTM C144, standard masonry type. 3. Water: Clean and potable. 4. Mortar Color: Match existing. 5. Masonry cements are prohibited. C. Masonry Grout: cam: 1. Grout materials to comply with ASTM C476 as follows: „ a 2. Portland Cement: ASTM C150, Type 1. 3. Hydrated Lime: ASTM C207, Type S. -411) LSO - _r — 4. Aggregates: ASTM C404, 3/8 inch maximum aggregate size,::::! -,.. D. Water: Clean and potable. "` o 2.2 ACCESSORIES A. Flashing: 1. Acceptable materials: a. Carlisle Pre-Cleaned 40 mil EPDM Thru-Wall Flashing. b. Firestone FlashGard Dust Free 40 mil EPDM Thru-Wall Flashing. B. Reinforcing bar: #4 Bar. All reinforcing steel shall have a minimum of Fy of 60 ksi. C. Rolled Steel Plates, Shapes and Bars: ASTM A36. D. Masonry Cleaner: © u' mac? 1. General Masonry Cleaner: _ a. ProSoCo Inc., Restoration Cleaner '�� rn b. Diedrich Technologies, 101G a 2. Repointing Cleaner: u a. ProSoCo., Inc., Sure Klean Vana Trol. b. Diedrich Technologies, 202V Vana-Stop. 2.3 MIXES A. Mortar: 1. Batch Control: Measure and batch materials either by volume or weight, such Masonry Repair 040100 - City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 that the required proportions for mortar can be accurately controlled and maintained. Measurement of sand materials by shovel will not be permitted. 2. Mix mortars with the maximum amount of water consistent with workability to provide maximum tensile bond strength within the capacity of the mortar. 3. Do not use mortar that has begun to set, or if more than 2 hours has elapsed since initial mixing. Retemper mortar during 2 hour period as required to restore workability. o Do not lower freezing point of mortar by use of admixtures or anti-freezing CI = ce2 agents. r Chloride containing additives are prohibited. am— y-r3 Air content shall not exceed 12 percent. •a ffgG g3rout: 1. Slump: 8" plus or minus 1". 2. Strength: 3000 psi minimum at 7 days, 4000 psi minimum at 28 days. PART 3 EXECUTION 3.1 EXAMINATION A. Prior to the start of work, examine surfaces intended to receive the specified work and note conditions or defects that will adversely affect the execution and/or quality of the work. 3. Notify Owner in writing of any such conditions or defects. Do not begin work until unsatisfactory conditions are corrected. Failure to notify Owner prior to beginning rr- work constitutes acceptance by Contractor of the surfaces and conditions under ...... which the work is to be performed, and acceptance by Contractor for the "'7 ( performance of the work. _ PREPARATION Sir Es �A. Trotection 113 1. Provide temporary protection during the course of the work to prevent water entry into the building and walls and to maintain the building in a weather tight condition. Ensure that protection is in place and water tight before ending day's work. 2. Be prepared for unexpected weather changes so that temporary protection can be quickly installed. 3. Protect all existing adjacent surfaces that are to remain and are not included in the work of this Section. Masonry Repair 040100 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 4. Provide safeguards from work of this Section for pedestrian traffic and adjacent property. Do not permit drift of dust or liquids. 5. Use safeguards recommended by manufacturers of products specified herein for personnel handling and applying said materials. 6. Protect surrounding areas from construction activities, dirt, dust and debris. 3.3 MASONRY UNIT PRICE REPAIR PROCEDURE: A. Examine area of damaged block and defective mortar and establish boundaries of repair with Owner representative. Label areas with temporary marks that can be cleaned when work is complete. Do NOT use spray paint as temporary marking unless approved by the Owner. B. Before removal of block within a Work Area, the Contractor and the Owner's representative will record the area bounded by the marks. Take measurements to the nearest inch in such a way that results in a total area, lengths or units at each location. C. Contractor and Owner's representative shall affix their signatures to each measurement sheet completed, attesting to the agreed-upon accuracy of the measurements. Furnish copies of measurement sheets to both parties for their records. D. Sum and calculate the total repair area to yield total square feet, linear feet or unit. Measurements are the sole basis for calculation of final payment, based upon the item's unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details. E. Complete masonry repairs per Drawing details and Specifications. 1,40 3.4 MASONRY WORK cr+ Oct -o 71 A. General Y:74 73 c)-< 1. Cut masonry units with motor-driven saw designed to cut my with n, sharp, unchipped edges. Cut units as required to provide�rrghow d to fit adjoining work neatly. Use full unit without cutting aev� po e. Use dry cutting saws to cut concrete masonry units. at y ca 2. During construction, cover top of work with waterproof sheeting at end of each day's work. Extend cover down face of work and hold securely in place. 3. Tolerances: a. Maximum Variation from Plumb: 1/8 inch maximum. b. Maximum Variation from Level Coursing: 1/8 inch in 3 ft. and 1/4 inch in 10 ft; 1/2 inch in 30 ft. Masonry Repair 040100 - 7 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 c. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft. d. Maximum Variation from Cross Sectional Thickness of Walls: 14 inch. 4. Coursing: a. Establish lines, levels, and coursing indicated to match existing conditions. Protect from displacement. b. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. c. Mortar joints: Concave. B. Mortar Mixing c7 0 14 Mix mortar in accordance with manufacturer's instructions. Maintain sand uniformly damp immediately before mixing process. w `r -� r— ~Add admixtures in accordance with manufacturer's instructions. Provide uniformity of mix and coloration. Nl�mtar Bedding and Jointing: 1. Lay masonry units with completely filled bed and head joints. Butter ends with sufficient mortar to fill head joints and shove into place. Do not slush head joints. 2. Remove excess mortar as work progresses. 3. Interlock intersections and external corners unless otherwise indicated. 4.c;Do not shift or tap masonry units after mortar has achieved initial set. Where rr- 2 adjustment must be made, remove mortar and replace. low. Cc "61 v Rack back 1/2 unit length in each course; do not tooth unless otherwise shown fin , on Drawings. Z Keep vertical control and expansion joints clear of mortar and debris. r s gr.;D. Damaged Flashing: 1. If flashing is encountered and damaged repair per the following methods: a. Install flashing per manufacturer's recommendations and published details. b. Seal flashing around penetrations to provide a watertight installation with materials recommended by the flashing manufacturer. Masonry Repair 040100 - 8 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 c. Maintain flashing watertight at inside and outside corners. Fabricate corners with materials and methods as detailed by the manufacturer. d. Provide watertight end dams per manufacturer's details where flashing terminates at existing construction. e. Terminate top edge of flashing with sealant as provided by the manufacturer and with a continuous termination bar. Refer to detail on Drawings. 3.5 MASONRY REPOINTING: A. During the repointing of joints, enlarge any voids or holes, except weep holes, and completely fill with mortar. B. Cut out mortar in joints to a minimum depth of 3/4" or until sound mortar is encountered, whichever is greater. Remove mortar with hammer and chisel, or with grinders equipped with integral dust extraction system. Dust and debris created by mortar removal must be contained and collected. C. When cutting is complete, hand wire bush joint and remove remaining residual dust and loose material by vacuuming. D. Premoisten joint and install new mortar. Pack tightly in two, 3/8 inch layers. Where depth of new mortar exceeds one inch, install in maximum 3/8 inch layers. E. Finish to a smooth, compact, joint to match existing surrounding joints. F. Remove excess mortar and mortar smears as work progresses. Dry brush at the end of each day's work. Do not allow excess mortar or mortar smears to dry on the face of new or existing brick. or) O 3.6 CLEANING ,'4=, w z"y A. General: 311 ....... 1. Prior to cleaning review with manufacturer's representativ nq suLT;)to condition. Notify Engineer immediately if conditions e p thif me detrimental to the success of the cleaning and possible dart to bs . o3' 2. Clean all face block with cleaning solution pf'maafacturer's recommendations and instructions. cco 3. Protect building surfaces and landscaping below during cleaning. 4. Provide adequate protection of all surrounding surfaces not intended to be cleaned from damage (surface blemish, staining, etching, etc.) due to preparation and cleaning procedures. Repair damage at no cost to the Owner. Masonry Repair 040100 - 9 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 5. Provide adequate protection of adjacent block not being cleaned during a specific cleaning operation. Repair damage at no cost to the Owner. B. Masonry Repair Cleaning: 1. Unless noted otherwise, clean all block surfaces with repointing cleaner to remove excess mortar, mortar smears and stains after completion of repointing and repair work. 2. Use non-metallic tools in cleaning operations. Remove large pieces of mortar using wood paddles and scrappers. 3. Clean areas of new mortar no earlier than 14 days nor later than 28 days after completion of work. 4. Clean ground area of masonry materials, rubble and debris. END OF SECTION M O "a LaG C Fes.+ • ti '1 Iry Masonry Repair 040100 - 10 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 05 — METALS SECTION 055000 MISCELLANEOUS METALS PART 1 GENERAL 1.1 SECTION INCLUDES A. All labor, material, equipment, tools and services to complete the miscellaneous metals work required for the project as indicated on the Drawings and in the Specifications, including but not limited to: 1. Supplemental galvanized steel tee-to-tee load transfer angles. 2. Galvanized steel stair tread replacement bent plates, clip angleand �r steel stair assembly items as noted on the Drawings. 3. Shear connector weld repairs. �--+ =Et.) a jj 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. C. Section 012300 - Alternates. D. Section 012900 - Payment Procedures. E. Section 015600 - Barriers. F. Section 030100 - Concrete Repairs. G. Section 040100 - Masonry Repair. *2 v H. Section 099100 - High Performance Coatings. n"{ 1.3 REFERENCES =<m a m q7.. A. The following codes and standards are hereby incorporated mart o the Project Specifications. These codes and standards including all supp ementsmapply to all miscellaneous metal work as if fully reproduced herein. Modifications in this Specification when in conflict with the referenced codes and standards. shall take precedence over the referenced codes and standards. 1. AISI Code of Standard Practice for Steel Buildings and Bridges, and including the Commentary on the Code of Standard Practice, 1986 Edition. 2. AISC Code of Standard Practice for Steel Buildings and Bridges, 2000 Edition. Miscellaneous Metals 055000 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3. American Welding Society (AWS) Structural Welding Code - Steel, 1990 Edition. 4. ASTM A6 - General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use. 5. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel. 6. ASTM A153 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7. ASTM B221-88 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. ASTM B209-88 - Standard Specification for Aluminum and Aluminum-Alloy () 5.— a Sheet and Plate. = w W �B. tructural Steel Painting Council (SSPC): — >- -- i.-1. Surface Preparation Specification No. 3 (SP3) – Wire Wheel Cleaning. v Le, 2 Surface Preparation Specification No. 6 (SP6) – Commercial Blast Cleaning. ca av 1.4 SUBMITTALS A. Submit literature for manufactured products, including manufacturer's specifications, test data and installation instructions. B. Submit shop drawings for review of all fabricated items. Include complete details and schedules. Submit field measurements of existing conditions with shop drawings. 1.5 QUALITY ASSURANCE Steel Fabricator shall have not less than 5 years experience in the fabrication of miscellaneous steel. )-n e I . RJrwelders, welding operators, tackers and inspectors shall be fully qualified in accordance with the requirements of the American Welding Society for the type of (7j 31 work they are to perform. Copies of certification shall be submitted prior to Gperforming that work. ru �C. Modifications to the AISC Code of Standard Practice: 1. Restoration drawings and details are to be used in place of more detailed structural steel plans. Requirements for structural steel work may be shown on restoration drawings and details. 2. Contract drawings may be made to a scale less than 1/8-inch to the foot. With approval, shop drawings may also be made to a lesser scale. 3. Section 4.2 is to be replaced with the following sections: Miscellaneous Metals 055000 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 4.2 Review of Shop Drawings - Shop drawings shall be made by the Contractor and submitted to the Owner for review. The Owner will endeavor to complete his review of a shop drawings submittal within 7 days of his receipt of a submittal. Shop drawings shall be returned noted: "No exceptions noted", or "Exceptions noted", or "Exceptions noted: revise and resubmit". Fabrication of material before the receipt of shop drawings for that material noted "No exceptions noted" shall be at the Contractor's risk. 4.2.1 Review of shop drawings does not relieve the Contractor of the responsibility for: accuracy of detail dimensions: the general fit-up of parts to be assembled in the field; the ability to erect the material; the adequacy of any members or connections designed by the Contractor. 4.2.2 Any notations by the Owner made on the shop drawings do not authorize additional compensation for the Contractor without the issuance of a formal change order. 1.6 MATERIAL STORAGE AND HANDLING A. Protect metal from damage and deterioration. v B. Support continuous lengths of material as necessary to keep 14rri.glefLating acrd bending. r.. C. Store material off ground and keep covered and out of weather.`<r (T} Ei 1.7 STAIR TREAD/RISER AND LANDING DESIGN REQUIREMENTS -- 9 A. Design and fabricate stair tread/riser and landing assembly to suppoR'a uniform live load of 100 psf and a concentrated load of 300 pounds with deflection not to exceed 1/360 of span. Contractor is responsible for final design and engineering of tread/riser system, meeting minimal sizes and design requirements- of applicable project drawings and details. B. Metal pans shall be galvanized with minimum 12 gage thickness conforming to National Association of Architectural Metal Manufacturers — Metal Stairs Manual, Class Commercial. C. Shop drawings shall be prepared and stamped by a registered Professional Engineer from the state the work is being performed in. Stair tread and riser dimensions be clearly shown and dimensioned on the shop drawings including landing elevations and each full run of stairs to be produced. D. Submit supporting stamped calculations upon request. 1.8 WARRANTY A. A warranty period of two (2) years shall be provided for all repair work of existing steel connections performed under this Section, against defects, as determined by Miscellaneous Metals 055000 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 the Owner, including but not limited to weld failures, rust formation at field galvanized or painted surfaces, and embedment failures. B. A warranty period of five (5) years shall be provided for all new steel fabrication and installation work performed under this Section, against defects, as determined by the Owner, including but not limited to weld failures, rust formation at field galvanized or painted surfaces, and embedment failures. PART 2 PRODUCTS 2.1 MATERIALS A. Wide Flange Shapes: ASTM A992. B. Rolled Steel Plates, Shapes and Bars: ASTM A36. C. Steel Pipe: Steel pipe conforming to ASTM A53, Type E or S, Grade B. D. Steel Tubes: ASTM A500, Grade B E. Expansion Anchors (Stainless Steel) — Stud Type: N � ir 11;5 Flt- Stud type with wedge meeting requirements of Federal Specification A-A } • .C;. 1923A, Type 4. n m .Q 2. Basis of Design: Kwik Bolt 3 Expansion Anchor by Hilti. C::) Cy F.-` Expansion Anchors (Stainless Steel) — Heavy Duty Sleeve Type: "K iii 1. Torque controlled expansion bolt consisting of hex bolt, threaded stud, sleeve, expansion sleeve, expansion cone and collapsible plastic sleeve, nut and Q washer. �o #,LJ 'ate- Basis of Design: HSL Heavy Duty Sleeve Anchor by Hilti. J l . ft esive Anchors (Stainless Steel): `L... `-'�o Injectable adhesive shall be used for installation of steel reinforcing dowels or o threaded anchor rods into new or existing solid base materials, such as 061 concrete, grout, stone or solid masonry. Only injection tools and static mixing nozzles as recommended by manufacturer shall be used. 2. Basis of Design: HIT HY 150 Injection Adhesive Anchors by Hilti. H. Threaded Fasteners: 1. Steel Framing - High strength, heavy hexagon structural bolts, heavy hexagon nuts and hardened washers, quenched and tempered medium-carbon steel, complying with ASTM A325. Miscellaneous Metals 055000 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 2. Dywidag Threadbar - Threads shall be deformed, not cut, conforming to ASTM A615. Dywidag bar material (grade 160) shall conform to ASTM A722. 3. All-Thread Bars - Stainless steel, fully threaded bars meeting AISI 316. 4. All Other Bolts - Regular low carbon steel hexagonal bolts and hexagonal nuts with washers, complying with ASTM A307. I. Welding: The Contractor shall determine, in accordance with AWS requirements, and submit to the Owner review, appropriate welding materials and procedures for the base metals involved for all welding in both new and existing structures. J. Galvanizing: 1. All materials, shall be hot dipped galvanized with a zinc coating of 2.00 oz./S.F. after fabrication conforming to ASTM A123. 2. Coating disturbed due to installation, welds and abraded areas shall be power tool cleaned and receive a spot coat of galvanizing repair paint applied per manufacturer's instructions. 7.3-c `' i_.. K. Galvanizing Repair Paint: -..� ..... 1. ZRC Cold Galvanizing Compound by ZRC Chemical Products Company. "1.1 2. LPS Cold Galvanize Corrosion inhibitor by LPS Laboratories, Inc. L. Paint at Steel Connection Repairs: 1. MasterProtect P110 by BASF. �c") ¢ n-t - �•-�. 2. Zinc Clad XI by Sherwin-Williams Company. .:.sem -I :< sas rn 2.2 FABRICATION c7= Z 0 A. General: cn d 1. Fabricate items in accordance with AISC Specifications and as indicated on the final shop drawings. 2. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence which will expedite installation and minimize field handling of materials. 3. Where finishing is required, complete the assembly, including connections and welding of units, before start of finishing operations. 4. Mill all surfaces in contact bearing. Miscellaneous Metals 055000 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 B. Connections: 1. Provide welded shop connections unless otherwise shown. Grind smooth and flush all welds to match curve of joints. Grind welded area to remove weld flux, slag and spatter. 2. Provide field bolted or field welded connections as indicated. 3. Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. Assemble and weld sections by methods which will produce true alignment of axis without warp. C. Surface Preparation: 1. After inspection and before shipping, clean all metal fabrications to be painted CD or galvanized. Remove loose rust, mill-scale and splatter. Clean metal ofabrications in accordance with SSPC SP-6. W Q J>2. Immediately after surface preparation, apply to all painted metal fabrications e.�►- primer paint in accordance with paint manufacturer's written instructions. Use — ?-v painting methods which will result in full coverage of joints, corners, edges Q of and all exposed surfaces. No sags or runs permitted on steel that will be b exposed in the finish work. Do not shop paint items to be galvanized. 1120 C".4 3. Clean and touch-up with galvanizing repair paint all abrasions on galvanized items before shipment. ART 3, EXECUTIONS it -EXAMINATION AND PREPARATION 4 rn ,A. Field measure all existing dimensions and be aware of all existing conditions which relate to the work prior to fabrication. Items fabricated without prior field averification shall not be the responsibility of the Owner and the Contractor shall fabricate new items at no additional cost to the Owner and no time extension shall be granted. B. Examine the areas and conditions under which the work is to be installed and notify the Owner in writing of conditions detrimental to the proper and timely completion of the work. C. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Engineer. 3.2 INSTALLATION A. Comply with AISC Specifications and Code of Standard Practice, and with specified requirements. Miscellaneous Metals 055000 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 B. Provide erection equipment, hoists, temporary shoring and bracing, and other equipment required for proper and safe erection of the work. Do not remove temporary members and connections until permanent construction required to make installation self-supporting is in place and final connections are made. C. Provide temporary planking and working platforms as required and as necessary to effectively and safely complete the work. D. Field Assembly: 1. Set metal fabrications accurately to the lines and elevations indicated. Align and adjust the various members forming a part of a complete installation before permanently fastening. Perform necessary adjustment to compensate for discrepancies in elevations and alignment. 2. After metal fabrications installations are complete, foul threaded anchors. E. Following installation of metal fabrications clean all mud, dirt and debris accumulated during installation. Inspect all items for abrasions and touch up with specified primer. 3.3 EXISTING CONNECTION REPAIRS A. Identify existing connections potentially requiring repairs in accordance with the drawings. Confirm work locations with the Owner prior to starting repair efforts. B. Remove and discard all components of broken connections, including weld materials and connection plates or rods. Do not reuse. Grind embedded connection plates scheduled to remain to assure all weld remnants are removed. C. Confirm size, or range of sizes, of replacement connection plates or rods, and the size and length of repair welds with the Owner in advance. D. Coordinate repairs of connections impacted by daily temperature induced volume changes with Owner to allow for repair work to be performed as early as possible in the morning, at or near the coolest portion of the day. Do not perform repair of connections impacted by volume changes after 10:00 AM. Confirm connection repairs governed by these restrictions in advance with the Owner. E. Perform repairs in accordance with the Drawings and this Section. F. Contractor superintendent or project manager not involved in execution of weld repairs shall provide quality control review of all field welds of existing g9nnections repairs, and submit a report to the Owner regarding the inspection, inE$iding data regarding the repair locations, date and other pertinent informa, m- END OF SECTION 4 a m L.c 0 Miscellaneous Metals chi 055000 - 7 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 071800 VEHICULAR TRAFFIC MEMBRANE PART 1 GENERAL 1.1 SECTION INCLUDES A. Heavy duty vehicular traffic membrane system —Type B. 1. At concrete patch repairs and membrane strips, where indicated on Drawings. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. C. Section 012300 - Alternates. Z4 ' 7=11 D. Section 012900 Payment Procedures. 71. E. Section 015600 - Barriers. $ r' H ra F. Section 030100 - Concrete Repairs. ' - d G. Section 055000 - Miscellaneous Metals. y. as H. Section 079000 - Expansion Joints. I. Section 079200 - Sealants. J. Section 321723 - Pavement Markings. 1.3 DEFINITIONS A. The term "manufacturer's recommendations," or variations thereon it shall mean "manufacturer's recommendations which are found in publications available to and commonly used by the general architectural and consulting professions." 1.4 SUBMITTALS A. Joint and Several Warranty Form meeting the requirements of Article 1.8. B. Skid Resistance Addenda Form to Joint and Several Warranty meeting the requirements of Articles 1.8 and 3.4. C. Bond Test Addenda Form to Joint and Several Warranty meeting the requirements of Articles 1.8 and 3.4. Vehicular Traffic Membrane 071800 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 D. Literature for all manufactured products, including manufacturer's specifications, test data and installation instructions or applicator's manual. E. 12" x 12" samples of each membrane system to be used. Sample shall be applied to plywood or similar rigid material. F. 1/4-lb. (±) sample of aggregate type intended to be used. Provide two (2) samples, one sent to THP for record, and other sample sent to Membrane Manufacturer for laboratory testing and sieve analysis. G. Letter from Membrane Manufacturer stating sample aggregate was received, tested and reviewed, and is approved for use for the specified system and jobsite conditions. Letter shall include the following information: c i 1. Sieve or partical size analysis. A � 0 ci la.oGrain Shape. a 3T LU 'a >2 Hardness (Moh's Scale) )4-.4-)Moisture Content (ASTM C-566) .�d Specific Gravity (ASTM C-128) E. 6. Bulk Density (ASTM C-29) let 0 ek, V-*Chemical Analysis 5. If requested, copy of letter of approval per Article 1.5 Paragraph A. I. If requested, resume per Article 1.5 Paragraph B. J. If requested, letters of Certification per Article 1.5 Paragraphs D, E, and F. K. Material Safety Data Sheets on all materials which are classified as hazardous materials. L. Maintenance manuals with the following information. 1. Project name. 2. Project location. 3. Date. 4. Owner's name. 5. Coating system(s). 6. Drawings indicating the coating systems and their location in the structure. Vehicular Traffic Membrane 071800 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 7. Schematic drawing of each membrane type identifying each element of the membrane system by dry film thickness and manufacturer's reference number or name. 8. Recommendations for routine care and maintenance. 9. List of three (3) approved Contractors nearest the project location authorized to perform repairs. 10. Identify common causes of damage and instructions for temporary patching until permanent repair can be made. o CD CPI 11. Upon completion of the Work and prior to final paymrofe a'Tally executed warranty. n-C — 1.5 QUALITY ASSURANCE 7<rn s• A. The membrane applicator shall be approved by the manufact -andoshalre been an approved manufacturer's applicator for the membiane educts, as identified on the subcontractor supplemental proposal form, for a MInimum- of three consecutive years. If requested, the contractor shall provide written confirmation from the manufacturer within three calendar days o#,the request, B. The membrane applicator and its superintendent shall meet this' follovrig minimum requirements: Mtria 0 ,_R 1. Installed the approved membrane materials as identified on the Bid Form in a traffic membrane system in three previous similar garage projects. Each of the three projects shall have been a minimum of 25,000 square feet in size. 2. Installed the approved membrane materials as identified on the Bid Form in a traffic membrane system currently in use within the last two years. C. Conform to the Field Quality Control requirements in Part 3 of this Section. D. Membrane manufacturer to certify that aggregate specified is acceptable for use in the membrane system. E. Membrane manufacturer to certify that sealants in contact with membrane are compatible with membrane system. F. Membrane manufacturer to certify that substrate surfaces in contact with any component of the vehicular traffic membrane are compatible. G. Field Samples: 1. Prior to beginning surface preparation, prepare a sample area in the Garage to be used as the minimum standard of acceptability for cleanliness and surface texture to be achieved throughout the work. The area shall be at least 200 sq. ft. Size and location shall be as directed by the Engineer. The Vehicular Traffic Membrane 071800 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 standard shall be jointly reviewed and approved by both the Engineer and the Manufacturer relative to Article 3.2 paragraph B.4 prior to start of full scale surface preparation work. The approved standard shall remain uncoated until all surface preparation work is completed. 2. After approval, the sample area shall be covered with 6 mil thick plastic sheets. Edges shall be continuously taped, as well as splices, and the perimeter shall be weighted down. The sample area shall be kept covered unless viewing is needed for comparative purposes or until final preparation for membrane application. Contractor shall monitor the area to insure the w integrity of the covering. Neither foot nor vehicular traffic shall be allowed on ri— - �—, the covering unless additional protective measures are taken to protect the 1111Plm, . cleanliness of the sample area. C'1 ' H. Manufacturer's Representation: ci ''i. For installation of membrane materials, a technically competent employee of O •• he membrane manufacturer, approved by the Engineer and not associated pwith the installation crew, shall be on site before and during the installation of Lif c w the membrane system during the first Work Area plus one additional Work r— car--Area which reflects changing environmental conditions, if requested by the NQ Engineer. LL' Q v a) If contractor is installing system for the first time, manufacturer's representative must be on site for 100% of the system installation. 2. Application of the membrane shall not begin until the manufacturer's technician has approved the cleanliness and surface texture of the substrate. 3. The technician shall remain on site for the length of time necessary to observe the installation of the total membrane system. 4. The technician shall review all Contract application techniques and procedures and shall advise the Contractor when, where and as required to obtain Specification compliance. 5. The Contractor and the membrane Manufacturer shall comply with the terms set forth in items 1 through 4 above at no additional cost to the Owner. I. An employee of the applicator who has been trained by the membrane manufacturer on the installation of the approved membrane system shall be present during all applications of the membrane system. J. Within twenty-four hours of application of membrane materials submit log required by Article 3.4 Paragraph F to Engineer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material's name, date of manufacture and lot number. Vehicular Traffic Membrane 071800 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 B. Only those materials being used during any one work shift may be stored in the garage area. Materials being used for shift work shall be uniformly distributed throughout the intended work area so as to not overload or otherwise distress the structural system. All other materials, if stored on site, shall be stored at the designated staging area. C. Coating materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the manufacturer's requirements and the requirements of the applicable environmental protection and safety regulatory agencies. E. Storage areas shall be heated or cooled as required to maintain the temperatures within the range recommended by the coating manufacturer. F. The handling and use of toxic or flammable solvents shall conform to the requirements of the applicable safety regulatory agencies, recommended by the manufacturer. 0 1.7 JOB CONDITIONS A. Phasing of the traffic membrane installation is required. Refer'to Drawings and the outline schedule in Specification Section 011000, as appropriate. s ..� 1 .8 WARRANTY n. A. Completed installation shall be warranted jointly and severally on a single document by manufacturer and applicator against defects of materials and workmanship. The length of the warranty period shall not be less than (5) years from the date of substantial completion of the Project. B. Manufacturer and installer shall further warrant the skid resistance and bond strength of the installed systems. The test may be measured at any single location, and shall meet the specified criteria in Part 3, Article 3.4. The length of the warranty period shall not be less than five (5) years from the date of substantial completion of the Project. C. Warranty documents shall not require the signature of the Owner to be effective, shall not limit the Owner's legal remedies otherwise allowed per the project contract, and shall not limit the venue of any potential legal jurisdiction. PART 2 PRODUCTS o Q fa. 2.1 APPROVED MANUFACTURERS --i C.)-< A. Lymtal International B. Neogard Corporation 67' _ ko C. BASF y cn Vehicular Traffic Membrane 071800 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 2.2 MATERIALS A. Heavy Duty Vehicular Traffic Membrane System (Type B): 1. Iso-flex 760 Aliphatic System by Lymtal International, comprised of: a. Primer • Iso-Flex Epoxy SF, Primer 750 or Primer 757. • Apply at manufacturer's recommended application rate. b. Base Coat • Iso-Flex 750 Base Coat • Apply at 40 mils dry film thickness. c. Top Coat C:) • Iso-Flex 760 Aliphatic Top Coat Q o YCD • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. r d. 2nd Top Coat �C.) • Iso-Flex 760 Aliphatic Top Coat IL • Apply at 18 mils dry film thickness. o • Aggregate seeded and back rolled to provide slip resistant surface. Q `„'' e. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 2. FC System by Neogard Corporation, comprised of: a. Primer • Neogard 7760/7761 VOC • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/7960 • Apply at 40 mils dry film thickness. c. Top Coat C:3 • Neogard FC7510 rrz • Apply at 18 mils dry film thickness. �' 7?: • Aggregate seeded and back rolled to provide slip resistant surface. > d. 2nd Top Coat L ryy: • Neogard FC7540/7964 9! .."7-"F.5 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. rt> -i Vehicular Traffic Membrane 071800 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 e. Aggregate • 12/20 by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 3. MasterSeal Traffic 2500 System by BASF, comprised of: a. Primer • MasterSeal P255 • Apply at manufacturer's recommended application fate b. Base Coat a� " • MasterSeal M265 Base Coat • Apply at 40 mils dry film thickness --+n rn 7<r c. Top Coat _ a • MasterSeal TC275 Aliphatic Top Coat CJI • Apply at 18 mils dry film thickness • Aggregate seeded and back rolled to provide slip resistant sugaceck d. 2nd Top Coat `= = Lic• MasterSeal TC295 Aliphatic Top Coat L.5 ,,,I I • Apply at 18 mils dry film thickness -- '� • Aggregate seeded and back rolled to provide slip resistant suace,j Jib e. Aggregate • Badger 12/20 by Badger Corporation, Fairwater, WI. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. B. Vapor Barrier (if required or at Contractor's option, with Owner approval, for expedited installations over new concrete): 1. Lymtal Systems: a. Binder Coat: • Iso-Flex Barrier Coat 650 • Apply at the manufacturer's recommended application rate. b. Second Coat: • Iso-Flex Barrier Coat 650 • Broadcast manufacturer approved aggregate to saturation. c. Aggregate • 30 mesh silica sand as approved by the system manufacturer. Vehicular Traffic Membrane 071800 - 7 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 2. Neogard Systems: a. Binder Coat: • Neogard 70414/70415 • Apply at the manufacturer's recommended application rate. b. Second Coat: • Neogard 70414/70415 • Broadcast manufacturer approved aggregate to saturation. rr �';r c. Aggregate •--� �. • 30 mesh silica sand as approved by the system manufacturer. 3; BASF Systems: C;1 c• - a. Binder Coat: • cJ . y • MasterSeal P255 _ • Apply at the manufacturer's recommended application rate. >fl t,c) b. Second Coat: LU • MasterSeal P255 ��— • Broadcast manufacturer approved aggregate to saturation. - c. Aggregate IX? 2 • 30 mesh silica sand as approved by the system manufacturer. C. Localized Leveling Repairs (if required to build up materials to match existing membrane profile): 1. Lymtal Systems: a. Primer • Per Article 2.2 Paragraph A.1. b. Leveling Material • Iso-Flex 750 Base Coat. • Pre-mix with manufacturer approved aggregate. • Install in multiple lifts up to 1" thickness total. 2. Neogard Systems: a. Primer • Per Article 2.2 Paragraph A.2. b. Leveling Material • Neogard FC7500 Base Coat. • Pre-mix with manufacturer approved aggregate. • Install in multiple lifts up to 1" thickness total. Vehicular Traffic Membrane 071800 - 8 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 0 THP #12190.01 n 3. BASF Systems: c.)-< J 1—. 774 a. Primer =<r�r� _. m p a • Per Article 2.2 Paragraph A.3. b. Leveling Material 1► • MasterSeal M265 Base Coat • Pre-mix with manufacturer approved aggregate • Install in multiple lifts up to 1" thickness total D. Individual steps of any systems inclusive of greater than 5 percent solvents by either weight or volume calculations shall require monitoring by a licensed industrial hygienist for fumes and odors within work areas, at open air intakes within 200 ft. of work areas, and inside occupied spaces adjacent to work areas. Credentials of licensed hygienist and a monitoring plan must be approved by the Engineer in advance of the start of any membrane work. E. Membrane color shall be manufacturer's standard gray, unless otherwise indicated in the Documents. 1. Color: Membrane manufacturer to confirm finished color to match adjacent existing membrane at newly installed concrete patch areas. F. Intermediate coat and lock coat materials shall be U.V. stable. LU v„.< ewe PART 3 EXECUTIONS rs s ..14 t ti 3.1 EXAMINATION A. Contractor and membrane manufacturer shall jointly review existing substrates (original concrete, past or new concrete repairs or overlays, past membrane or coating systems) to ensure compatibility with the specified membrane system. Submit in writing any materials which may cause membrane adhesion to substrate less than normally anticipated or other compatibility or performance difficulties. Failure to review and identify deleterious products/materials, and if failure of the membrane is a result of adhesion difficulties or chemical or physical incompatibilities with substrate materials, the Contractor and Manufacturer shall be responsible for all costs related to correcting the deficient Work. Manufacturer is bound to meet the above noted responsibilities equally with the Contractor regardless of the provisions of other agreements. B. Inspect deck surface for any visibly distressed concrete. If encountered, chain drag area to determine extent of distressed or delaminated area and repair as indicated on the Drawings, and Specification Section 030100. C. Examine areas for slab cracks to be routed and sealed. Vehicular Traffic Membrane 071800 - 9 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3.2 PREPARATION •�-- A. Protection: t„..4 r..: 1. Erect dust barriers and barricades to protect adjoining areas from dust, dirt, debris, steel shot and sandblast material generated from this work. Refer to Section 015600. 2. Cover exposed drain grates during shotblasting/sandblasting operations. Recoat with approved rust inhibitive or galvanizing paint grates damaged by blasting operations. Similarly protect and recoat if necessary other, in place metal elements. Drains to be functional during non-working hours and during periods of inclement weather. 3. Cover exposed drain grates to protect from membrane material. Drains to be functional during non-working hours and during periods of inclement weather. Do not allow membrane material to enter drain piping system. B. Concrete (General): cv Preparation and cleaning procedures shall be in strict accordance with this 0 t Specification, unless more stringent requirements are recommended by the UJ Lis > system manufacturer. c— ~ Surface must be dry. New concrete shall be at least 28 days old and proven dry via mat tests, to be considered for membrane system installation without �.,. t installation of a vapor barrier. Review manufacturer requirements relative to site conditions in advance of performing the work. 3. Surfaces shall be free from all traces of dirt, dust, salt, grease, oil, asphalt, laitance, curing compounds, paint stripes, coatings and other foreign materials. Use manufacturer approved degreasing agents if necessary. 4. Concrete surfaces shall be cleaned using shotblast equipment (e.g. Blas Trac by Wheelabrator Frye or Turbo Blast by the Turbo Blast Company) to achieve standard of cleanliness per Article 1.5 Paragraph G. The size of shot and travel speed of the equipment shall be chosen to provide a uniformly clean surface and profile; basis for bid must be two perpendicular normal speed passes, or one slow speed pass. 5. Areas which cannot be adequately cleaned by shotblasting shall be cleaned by sandblasting. 6. Surfaces that become contaminated by dirt or moisture after initial shotblasting, sandblasting, shall be cleaned again by shotblasting or sandblasting and blown clean with compressed air at no additional cost to the Owner. Vehicular Traffic Membrane 071800 - 10 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 7. Minimum standard of acceptability applies to all surfaces intended to receive membrane regardless of surface preparation procedure or process. 8. The use of acids in surface preparation procedures and techniques is prohibited. 9. After completion of shotblast work, and prior to application of membrane materials, repair all scaled, freeze-thaw damaged and loose, pop-out areas, cracks and all damage made apparent by the shotblasting procedure, in a manner approved by the Engineer. Such repair work shall be part of the Base Bid without unit price adjustment. Areas requiring patching will be subject to re-shotblast or re-sandblast where a patch exceeds one (1) square foot in area. 10. Grind all high spots or transition grind all depressions per details. Shotblast or sandblast only after all grinding is complete. cr+ 3.3 INSTALLATION .771 A. General: 9...< 1. Install materials in strict accordance with all safety and w' a?fnercndills required by product literature and Local, State and Federal ratios. 2. Fumes and dust shall be controlled to prevent harmful or u5ndesire effects in surrounding areas. All potential avenues for penetration of fumes or dust into surrounding occupied areas shall be sealed prior to the start of the work. 3. All exposed membrane edges and termination details shall be taped to provide straight, neat edges. 4. Install base coat membrane materials on concrete surfaces only when concrete temperature has stabilized or is falling. Do not install base coat membrane on concrete surfaces when surface temperature is rising. 5. Install membrane materials only if the temperature of the surfaces to be coated is 5 degrees or higher than the dew point temperature measured at the job site. B. Sealants - Refer to Section 079200. C. Membrane: 1. Where necessary to locally level surfaces and after approval by Owner, install membrane leveling materials in depressed areas. Refer to Part 2, Article 2.2 Paragraph C. 2. Install detail coat 4" wide by 20 mil thick (dry film thickness) over properly primed cracks, caulked joints, joints between concrete pours, or leveling repairs, junctures and other locations in the membrane area which is a Vehicular Traffic Membrane 071800 - 11 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 deviation from the nominal membrane plane, except where otherwise indicated by the Specifications or Drawings. a) Detail coat may be omitted at membrane strip installations over tee-to-tee joints on level surfaces. Detail coat is still required for membrane strips over tee-to-tee joints on ramps. 3. The membrane system shall turn up 4" at all vertical surfaces unless shown otherwise on the drawings. Detail coat is required at all turn-ups to vertical surfaces. Detail coat at turn-ups shall be the same as the detail coat required by Part 3, Article 3.3 Paragraph C.2. 4. Contractor shall ensure the specified/recommended application rates of all components of the membrane system. Base coat(s), intermediate coat, and lock coat of each application of the membrane system shall be distributed C onto the deck by calibrated, notched squeegees. Squeegees showing signs Q of wear shall be discarded. :� ff.:::: Contractor shall ensure specified/recommended application rates of liquid sf‘ c t a--4 - products on vertical or sloped surfaces by the use of non-sag grade materials ...i. }— or by multiple applications of material over previous applications which are IL wir Q fully cured. e Each fluid-applied component of the membrane system shall be back-rolled to N properly distribute materials across the deck and eliminate squeegee marks. a) Back-roll to be perpendicular to the general direction of the squeegee, unless membrane manufacturer states, in writing, that it would be detrimental to the application of the membrane product. 7. Use of power rollers either to distribute the membrane system or to backroll squeegee marks shall not be permitted. 8. No vehicular traffic shall be allowed on membrane areas for at least 48 hours after completion of membrane installation. Provide extended cure time with no vehicular traffic exposure if temperatures fall below 50"F. 3.4 FIELD QUALITY CONTROL A. Bond Test: 1. Bond tests of the installed membrane systems may be performed by the Engineer during and after the membrane work on this project. Tests shall be conducted using a calibrated instrument which measures in-place bond strength by applying a direct axial pull on a 3 inch diameter steel disk epoxied to the completed membrane top surface. 2. A membrane phase for the purpose of bond testing is an area of base coat installed in a single work shift. If examined, a membrane phase will be tested at (3) locations per phase no sooner than 10 days after completion of the Vehicular Traffic Membrane 071800 - 12 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 r-3 C=" entire membrane system and no sooner than 14 daysgt4im-atureall below 40°F for two or more days. Contractor shall assurIDe.itoMfl of (pst locations in the Base Bid. mac, 3. The acceptance criteria for initial tests of a Phase shall aver bf str� h of 200 psi for all locations, with no single location testing l * e t v 15,9 psiy Phase failing to meet the initial acceptance criteria may betestJat a later date by the Engineer. Retests of Phase shall include at least 4 sefreihrate test locations not sooner than 14 days after the initial tests. The acceptance criteria for retests of a Phase shall average bond strength of 200 psi for all locations, with no single location testing below 175 psi. 4. Any Phase failing to meet the initial test and retest acceptance criteria shall be considered "deficient" and shall be cause for the Contractor to execute or provide one of the following remedies: a. Extend Standard Guarantee to include an additional 5 years (for a total of 10 years) on membrane system intercoat bond and bond to the concrete for the "deficient" areas. b. Removal and replacement of the "deficient" area, including all necessary preparatory work and Engineering costs to coordinate and observe the work, at no additional cost to the Owner. 5. Any additional bond testing requested by the Contractor to limit the extent of the "deficient" area(s) as determined by initial tests and retests as defined above shall be paid for by the Contractor. 6. Contractor shall include as part of his proposal the costs of repairing all test locations. B. Skid Test: 1. Prior to any membrane preparation work and after membrane installation, the Engineer may conduct tests to determine values of the static coefficient of friction between the coated and uncoated floor surfaces and the neoprene base of the Engineer's test equipment. 2. Determination of the coefficient of friction will consist of a series of individual tests for each surface type. The initial coefficient of friction is defined as the average of the tests performed cn the concrete surfaces prior to membrane preparatory work. The final coefficient of friction is defined as the averages of the tests performed on each type of completed membrane system surface.- 3. The final, average static coefficient of friction shall be a minimum of 0.85 under wet and dry conditions and equal to or greater than 110% of the initial coefficient of friction. No individual test area shall have a coefficient less than 0.80 or 95% of the initial coefficient of friction. Any membrane system that does not conform, as determined by the Engineer, to the specified Vehicular Traffic Membrane 071800 - 13 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 acceptance criteria shall be subject to rework, upgrading or replacement of -...j ` the deficient areas, including necessary preparatory work, at no additional cost to the Owner. i .f --C. The Engineer may direct the Contractor to make test cuts in the membrane for 9e testing purposes. Tests cuts shall be 2" x 2" and will be in partially-completed or ru fully-completed membrane. A maximum of 3 total tests per separate installation phase may be made. Contractor shall include as part of his Proposal the costs of taking test cuts as and where directed by the Engineer and the costs of patching test cut areas. D. The Engineer will periodically monitor application rates of the membrane system individual components and will notify job foremen of discrepancies noted. E. The Contractor shall keep at the site and maintain in proper condition an adequate number (at least one per application crew) of wet film thickness gages and shall continuously use such to ensure the specified thickness of each membrane coat is uniformly maintained. The periodic monitoring of application rates per Article 3.4 Paragraph D shall not relieve the Contractor of the responsibility of verifying specified coating thickness. F. Contractor shall provide information required by Part 3, Article 3.6. 3.5 CLEANING A. Empty containers shall be removed from the garage at the end of each working day. Cloths soiled with coating that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health, fire and environmental regulations. B. All spilled coating material shall be completely removed from hardware, adjacent floor areas, metal work, etc. Remove spilled coating by approved methods. C. Repaint in matching color all curbs, columns, walls, etc., where existing paint was o removed during preparation for membrane application. Q 90. ; City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3.6 MEMBRANE APPLICATION LOG FORM EXAMPLE DAILY MEMBRANE APPLICATION LOG Project: Date: Time Start Time End Work Area (Give Description) Membrane Materials Applied Type and Quantity Crew Size Size of Area Materials Applied (in Square Feet) Temperature Data ( -F) Start End Deck Air Relative Humidity (%) Dewpoint Note: Contractor shall estimate quarter points in time between the start and end of membrane application. Record air and deck temperatures at those times. Superintendent's Signature: N END OF SECTION o 27'4E2 PG 115 m tr Vehicular Traffic Membrane 071800 - 15 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 07 - THERMAL AND MOISTURE PROTECTION SECTION 079000 EXPANSION JOINTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Wing compression expansion joint seal installation. B. Compressible expansion joint seal installation. o C. Existing winged expansion joint seal repairs. 7= o Q� 3 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. n-C •-L n-C _„„. re. . C. Section 012900 - Payment Procedures. .e ernr rn-- D. Section 015600 - Barriers. 0 E. Section 030100 - Concrete Repairs. w F. Section 071800 - Vehicular Traffic Membrane. G. Section 079200 - Sealants. H. Section 321723 - Pavement Markings. 1.3 SUBMITTALS A. Joint and Several Warranty Form meeting the requirements of Paragraph 1.7. B. Letter of inspection approving blockout or noting unacceptable conditions per Paragraph 1.4F. C. Shop drawings of all expansion joint conditions, including typical section, factory manufactured splices and each termination detail. D. Literature for manufactured products, including manufacturer's specifications, test data and installation instructions including temperature limitations and joint opening recommendations. E. Letter of approval per Paragraph 1.4.A. F. Prior project experience per Paragraph 1.4.B. Expansion Joints 079000 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 G. Joint System Sample per Paragraph 1.4.D. H. Name and resume of persons per Paragraphs 1.4.0 and 1.4.E. I. Letter from expansion joint manufacturer per Paragraph 1.6. 1.4 QUALITY ASSURANCE A. The expansion joint installer shall be approved by the manufacturer. B. All work under this Section shall be performed by Contractors which have successfully performed at least three verifiable years of projects that are similar N in magnitude and type to those involved in this Contract and three or more prior o •rojects in a climate similar to that for this project. 0 o w = Cc?C91l work under this Section shall be under the immediate control of the w>Contractor's non-working superintendent(s) experienced in this type of work. person(s) shall have supervised three prior projects of similar magnitude nd type, and shall be present during all operations. This person(s) shall be ') pproved by the Owner. cza D. ~The Owner may submit material samples to an independent testing laboratory ._ -4-for verification of material properties and/or conformance to performance 0 tandards. o.► �: ru E. technically competent employee of the expansion joint manufacturer (not a' associated with the installation crew or Contractor) shall be present before and during the installation of the initial lengths of the joint system (minimum 50% of total joints) on this project. This person shall be approved by the Owner. F. The expansion joint manufacturer and installer must inspect the completed block-outs prior to the start of new joint system installation. Unacceptable conditions must be reported, in writing, to the Owner prior to start of work. Starting installation of the new expansion joints constitutes acceptance of the completed block-out conditions. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver all materials to job site in sealed, undamaged containers. Each container shall be identified with materials' name, date of manufacture, lot and batch number. B. Store materials when not in actual use in a place specifically assigned for that purpose which is well ventilated and lighted and not subject to direct sun rays. Materials shall be kept or packaged when not in use. Keep storage area neat and clean and secure from vandalism and theft. C. Perform work in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. Expansion Joints 079000 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 D. When toxic or flammable solvents are used, the seal installer shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies. 1.6 SEQUENCING A. The expansion joint seal manufacturer shall provide a written procedure for installation of new expansion joint seals within 10 days after placement of cementitious material used for the modification of expansion joint block-outs and overlays. 1.7 WARRANTY A. A warranty of five years shall be provided for all types of new expansion joint seals. The manufacturer and approved installer shall jointly and severally maintain the joint in a safe, waterproof condition for the warranty period at no additional cost to the Owner. The Contractor is responsible for compliance of both the manufacturer and approved installer for the warranty period. B. A warranty of two years shall be provided by the contractor for all existing expansion joint system repairs against problems, including debonded repair materials, deterioration of repair materials, and excessive leakage at repair locations. ) -- PART 2 PRODUCTS co 2.1 WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEM: s." A. Wabocrete 201 Membrane System by Watson, Bowman, Acme/BASF 1. Seal size — Field verify seal size during bidding. B. Thermafex Parking Deck EJ System by Emseal Joint Systems ", 1. Seal size — Field verify seal size during bidding.' C. Iso-flex Winged EJ System by Lymtal International —4 rn 1. Seal size — Field verify seal size during bidding. a CDc�C D. LokCrete Membrane System by MM Systems 7i; cn 1. Seal size — Field verify seal size during bidding. 2.2 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM: A. Phyzite 380 with H.A.L.S. by Chase Construction Products 1. Seal size — Field verify seal size during bidding. Expansion Joints 079000 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 PART 3 EXECUTIONS 3.1 GENERAL A. Where scheduled for replacement, remove existing expansion joint systems and perform minor concrete repairs as required to perform the work. Refer to Drawings and Section 030100 as appropriate. B. If found, remove styrofoam or any other form of joint filler material in expansion joint openings. C. Cure all expansion joint system nosing and adhesive materials in accordance with manufacturer's recommendations. Allow nosing to cure for minimum time period based on temperature conditions required by the manufacturer. Verify nosing and adhesive material is cured, prior to allowing vehicular traffic across the joint. Use traffic plates if necessary, temporarily anchor to the deck side of the joint, to accommodate traffic. c\JD. Accelerated curing by heating of nosing and adhesive material is not permitted. oE.x13o not install seals or associated materials over or on wet substrate materials. CCo installation of seals under adverse weather conditions, or when r— cliperatures (deck or ambient) are outside the allowable temperature limits. .urtitall seals as soon during the Work as substrate temperatures permit. 3.2 \IEW©INGED SEAL EXPANSION JOINT SYSTEM INSTALLATION A. Preparation of concrete joint openings: 1. Where appropriate, perform all necessary repairs to establish consistent joint openings across the entire deck surface. Use manufacturers approved epoxy based repair materials for minor joint edge or block-out repairs, or alternative concrete repair materials for larger repair areas. Refer to Specification rr n. Section 030100. r.• C Wire' )€c- Rout and seal adjacent construction joints or cracks that intersect the block- n+— out for a length of 8 inches. Refer to Specification Section 079200. rrl .eY ,71,› ;3. Sandblast all concrete surfaces to be in contact with seal system no sooner than 24 hours before seal installation. Contact surfaces shall be clean, dry and sound. Re-sandblasting is required if contact surfaces become contaminated after the initial blasting. This includes contamination by rainwater runoff. 4. Coordinate sandblasting to avoid damage to vehicles on levels below or adjacent to work area. Remove all sand, dirt, durst and debris from joint opening and adjacent floor areas on both levels immediately after work is complete. Expansion Joints 079000 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 0 B. Installation: 1. Install new seal per manufacturer's installation instructioWg Pcxformr ork during coolest portion of day, typically in the middle of tI ht.,,,Cor 1te work at least 4 hours prior to anticipated rising deck teri eptuWs. e( e installation of joint system under adverse weather conditior>i¢ ui 2. Splice seal material per manufacturer's instructions to form a`'Lontinuous length. Do not splice seal in drive lane unless approved by the Engineer. 3. All transitions, turn-ups, corners and "T' joints shall be factory manufactured components shall be approved in advance by Engineer. Cj 4. Seal elevation shall be installed flush or slightly recessed from nosini/heableti surface. LU 5. Cure materials in accordance with manufacturer's recommendations: L 3.3 NEW COMPRESSIBLE EXPANSION JOINT SYSTEM INSTALLATION, A. Preparation of concrete joint openings: "' 1. Where appropriate, perform all necessary repairs to establish consistent joint openings across the entire deck surface. Use manufacturers approved epoxy based repair materials for minor joint edge or block-out repairs, or alternative concrete repair materials for larger repair areas. Refer to Specification Section 030100. 2. Rout and seal adjacent construction joints or cracks that intersect the block- out for a length of 8 inches. Refer to Specification Section 079200. 3. Sandblast all concrete surfaces to be in contact with seal system no sooner than 24 hours before seal installation. Contact surfaces shall be clean, dry and sound. Re-sandblasting is required if contact surfaces become contaminated after the initial blasting. This includes contamination by rainwater runoff. 4. Coordinate sandblasting to avoid damage to vehicles on levels below or adjacent to work area. Remove all sand, dirt, durst and debris from joint opening and adjacent floor areas on both levels immediately after work is complete. B. Seal Installation: 1. Install new seal per manufacturer's installation instructions. Perform work during coolest portion of day, typically in the middle of the night. Complete work at least 4 hours prior to anticipated rising deck temperatures. Cease installation of joint system under adverse weather conditions. Expansion Joints 079000 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 rr' • 2. Install manufacturer's approved adhesive or bonder to compression seal and 4. ::71,1- concrete, nosing or metal surfaces which will be in contact. 7. 3. Install seals per manufacturer's installation instructions. 44. C1 4. Install the seals in continuous lengths with no splices in the horizontal plane of c;J the seal. Recess seals slightly from adjacent floor surfaces. 5. Turn seals up onto and across curbs and up 4 inches at adjoining vertical wall and column surfaces. Vertical installation to be flush with adjoining wall and column surfaces. o � o x��. As appropriate, provide heat welds or adhesive at direction changes from J>. horizontal to vertical. Execute welds per manufacturer's requirements. _ -- }.a. Before installation, test splices with a 150# axial tension load. Q LI. Seal splices at end conditions as recommended by the manufacturer if those - conditions are not shown on the Drawings. 0 9. Install any supplemental cap seal materials in the same work shift, or no later 3.4 REPAIR OF EXISTING WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEMS A. Via visual examination, hammer sounding and observations during rainy weather, locate and paint nosing length of existing joints requiring repair. Confirm repair locations with Owner's representative or Engineer prior to commencement of work. Using electric chipping hammers and hand held tools, carefully remove painted nosing length without damaging the existing gland seal. Extend nosing removal 4 inches beyond end of painted length, in each direction. B. Cut wing of gland seal perpendicular to joint length approximately three inches from ends of nosing removal. Without damaging, pull wing up and out of blockout bedding material, using flat hand held tools to aid in breaking bonded interfaces. C. Wire wheel clean exposed blockout surfaces without damaging adjacent seal. Blow clean with compressed air and solvent wipe down all blockout and seal surfaces in repair area. D. Install epoxy bedding repair material per manufacturer's recommendations and lay down seal wing into wet epoxy. Weight seal wing if necessary to assure contact while epoxy is curing. E. Install epoxy nosing repair material per manufacturer's recommendations. Strike repair material flush with adjacent concrete surface and gland seal top surface. Expansion Joints 079000 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3.5 CLEAN-UP A. During the progress of the Work, remove from the project all discarded materials, rubbish, cans and rags. B. Clean all surfaces of drops or spills of nosing materials with manufacturer approved solvents which are not deleterious to the concrete surface. C. All hardware, adjacent floor areas, metal work, etc., and the premises shall be lift clean and free of all construction dust, dirt and debris. This includes the removal of dust from pipes, etc., which resulted as part of the construction process. D. Empty containers shall be removed from the building at the end of each working day. All cloths soiled with solvent or other materials that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health and fire regulations. END OF SECTION t=1 c-n =+n -4 r 171Expansion Joints 079000 - 7 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 07 – THERMAL AND MOISTURE PROTECTION SECTION 079200 SEALANTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Tee-to-tee/construction joint sealant. B. Crack routing and sealant installation. C. Tooled joint sealant. 71 D. Stair tower metal flashing sealant. C) 1.2 RELATED SECTIONS _icc-a --a Arn . Section 012100 - Allowances. '�� 0 B. Section 012300 - Alternates. >' cr C. Section 012900 - Payment Procedures. D. Section 030100 - Concrete Repairs. b Q c1xo E. Section 071800 - Vehicular Traffic Membrane. a LU F. Section 099100 - Painting. — fr�r G. Section 321723 - Pavement Markings. ys ..� _N 1.3 DEFINITIONS A. Where the term "manufacturer's recommendations," or variations thereon, are found in this Specification, it shall mean "manufacturer's recommendations which are found in publications available to and commonly used by the general architectural and consulting professions." 1.4 SUBMITTALS A. Copies of literature for all manufactured products, including manufacturer's specifications, test data and installation instructions or applicator's manual. B. Letter per Paragraph 1.5.A. C. Resume of contractor superintendent or employee per Paragraph 1.5.C. D. Manufacturer's certification per Paragraphs 1.5.E. Sealants 079200 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 E. Proof samples of sealants intended to be installed per Paragraph 1.5.F. F. If requested, Field samples of sealants installed on site per Paragraph 1.5.G. G. Material Safety Data Sheets on all materials which are classified as hazardous materials. H. Upon completion of the Work and prior to final payment, provide written recommendations for routine care and maintenance. Provide list of three Contractors nearest the project location who are qualified to perform repairs to the sealants. Identify common causes of damage and include instructions for temporary patching until permanent repair can be made by qualified personnel. �'J. Upon completion of the Work and prior to final payment, provide a fully executed �' warranty. e 1.5 _QUALITY ASSURANCE I The sealant installer must be acceptable to the manufacturer. Provide written x_ confirmation that the intended sealant installer is acceptable to the manufacturer. tub. The Contractor shall review locations where joint sealant work is specified, and a' shall submit in writing existing conditions and newly specified details which would N cause sealant material to fail. Failure to review existing conditions or identify dilals or procedures which will cause failure of sealant material to perform as gxecified. the Contractor shall become responsible for all costs relating to recting the deficient work, including all direct and indirect costs to the Owner. ..,� Contractor's superintendent, or another technically competent employee of cc tleZContractor approved by the Owner and Manufacturer, shall be on site and rvise installation of all sealant on this project. Sealant identified as being o inSTalled not under the direct supervision of this person shall be subject to removal and replacement, at the direction of the Owner. This person identified for supervision of the work shall have supervised at least three prior projects of similar magnitude and type. D. The Owner may, at his discretion, choose to remove up to a six-inch length of sealant in locations at a time after installation and initial curing of sealant to verify installation as specified. The Contractor shall include in his Bid the costs to repair one such location for each 100 ft. of sealant installation. If inspections of these locations by the Owner reveal deficient installation of sealant, the Owner may remove additional sealant to further quantify the length of deficient sealant. The Contractor shall repair all deficient locations of sealant found by the Owner at no additional cost and no extension of time for the work. E. Sealant materials shall be certified to be compatible by the manufacturer for use with the membrane system. F. Proof Samples of all sealant materials used on the job site shall be prepared in advance of the work by the Contractor and submitted to the Owner for purposes of Sealants 079200 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 testing and examination. Samples shall be manufactured with a unit of material from the first batch intended for use on the project. Samples (4 total) shall be at least 2 inch x 2 inch square and 1/2 inch thick, with troweled top surfaces, identified with manufacturer's batch numbers, date and location of preparation. G. The Owner may, at his discretion, direct the Contractor to prepare and submit Field Samples of sealant materials used on the job site during the work. Samples shall be manufactured on site, from a unit of material from the same batch in use that day. Samples (2 total) shall be at least 2 inch x 2 inch square and 1/2 inch thick, with troweled top surfaces, identified with manufacturer's batch numbers, date and location on the project where the sealants represented in the samples were installed. Up to three sets of Field Samples may be requested on this project in the Base Bid. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material's name, date of manufacture and lot number. B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner. O C. Sealant materials shall be kept sealed when not in use. m .. D. Storage and handling of materials shall conform to the regl$tcanectp ofL�e applicable safety regulatory agencies. � �a^ ..oma� E. Storage areas shall be heated or cooled as required for mainta4 g tP prodUt temperatures within the range recommended by the manufacturer. 1.7 PROJECT CONDITIONS A. Install sealant materials in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. B. Fumes and dust shall be controlled to prevent harmful or undesirable effects in surrounding areas. C. When toxic or flammable solvents are used, the Contractor shall take all necessary precautions as recommended by the manufacturer. In all cases, the ' handling and use of toxic or flammable solvents, including 4,equagventilation and personal protective equipment, shall conform to the rents of the applicable safety regulatory agencies. A•741-1 u TI ,1,f 1.8 SEQUENCING r- A. Install sealants after any required concrete repairs. "rri _ s 0 c 0 Sealants 079200 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 B. Install sealants after adequate cure of concrete repairs. Confirm required cure time with sealant manufacturer. C. Install all sealants prior to installation of membrane systems. 1 .9 WARRANTY A. New exposed sealant work shall be warranted, by contractor and manufacturer, for a period of five years against defects due to installation or material deficiencies, including but not limited to excessive softness, excessive entrapped air in cured cross sections, disbonding, cohesive failure, leakage and ultra violet exposure degradation. B. Sealant work under membrane systems shall be warranted as part of and included in the membrane system guarantee. Refer to Section 071800. PART 2 PRODUCTS 2.1 CRACK AND JOINT SEALANTS o A. Iti-component, unmodified, polyurethane. Approved products manufacturers 0 o lude: LLI �r Sika 2c NS-TG/SL by Sika Corp. .�.. g= Dymeric 240FC by Tremco, Inc. u a- 3 Isoflex 880/881 by Lymtal International. `-4B. Minimum compression or extension of 25% of the nominal joint width without adhesive or cohesive failure. C. Primer(s) as recommended by sealant manufacturer for each substrate. D. Sealants in areas to be coated with membrane per Section 071800 shall be gun grade (non-sag) unless otherwise noted on the Drawings or in this Section. E. Cove sealants shall be gun grade (non-sag). F. Backer Rod or Bond Breaker Tape: Backer Rod shall be closed-cell, polyethylene in sizes to maintain 25 percent compression. Backer rod shall not be used except where indicated on the Drawings or unless approval for each intended application e� location is obtained from the Owner. Alternative use of bond breaker tape in size = cfc.z appropriate for the width of joint and approved for use by the sealant manufacturer qv/;; — will be allowed on a case-by-case basis. rn Z. For joint edge repairs refer to Specification Section 030100. CD Sealants 079200 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 2.2 METAL FLASHING SILICONE SEALANTS A. Approved for horizontal or vertical sealant installations. Products and manufacturers include: 1. Dow 790 by Dow Corning, Inc. o 2. SilPruf SC2000 by GE, Inc. 3. Spectrum 800 NS by Tremco Sealant Waterproofing DivisiE2n B. Minimum compression or extension of 50% of the nominal:ion w th lu.ut adhesive or adhesive failure. d IP C. Primer(s) as recommended by the sealant manufacturer for each substrate. D. Sealants shall be gun grade (non-sag) unless otherwise noted on the Drawings or in this Section. E. Backer Rod. Backer Rod shall be closed-cell, polyethylene in sizes to maintain 50 percent compression. Backer rod shall not be used except where indicated on the Drawings or unless approved for each intended application location is obtained by the Owner. . F. For joint edge repairs refer to Specification Section 030100. C.)•••< "" PART 3 EXECUTIONS c:, cZ, 3.1 GENERAL A. Remove existing sealants in joint cavities and clean surfaces to remove residue. Rout any new joint cavities scheduled for new sealant. Sandblast or shot blast all joint cavities scheduled for new sealant and blow clean with oil-free and water-free compressed air within 24 hours of sealant installation. Areas, including cove sealant locations, inaccessible to shotblasting must be sandblasted. If approved by the Engineer in advance joint cavities may be prepared by abrasive wheel (zec wheel) cleaning in lieu of sandblasting or shotblasting. B. Primer shall be used for all sealant installations regardless of manufacturer's requirements, unless a letter from the manufacturer states use of a primer is detrimental. Allow primer to cure per manufacturer's recommendation prior to sealant installation. C. Joint cavities that become contaminated by dirt or moisture after initial shotblasting, sandblasting or abrasive wheel preparation, shall be cleaned again and blown down with oil-free and water-free compressed air at no additional cost to the Owner. Sealants 079200 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 D. Modify the depth of existing joints by additional routing or positioning of backer rod to maintain a width to depth ratio of 2 to 1 unless otherwise noted on the drawings. At no location is the sealant width allowed to exceed 1-1/2". In areas indicated on the Drawings or otherwise directed by the Owner, remove ,u existing failed and deteriorated sealant, all existing cove sealants and existing r " og sealants to be covered by urethane traffic membrane. a- " Lf=. Reinstall new sealant where existing sealant is removed. Refer to Article 3.2 for new sealant installation requirements in membrane areas and Article 3.3 for repair sealant requirements. C' "G. Where necessary, square up joint edges and execute repairs with epoxy repair mortar in accordance with manufacturer's recommendations. H. Rout cracks per details in surfaces at locations directed by the Owner. I. Rout joints per details. 3.2 NE1/1EALANT ,QA. fer to Article 3.1 for joint cavity preparation requirements. r-B. w down joint cavity and apply primer as recommended by the sealant E--rwnufacturer. LL °- t-)• .nC. l tall backer rod or bond-breaker tape where required. Vary size of backer rod if N necessary based on field conditions per Article 2.1.F or Article 2.2.F. D. Install sealant as indicated in details on the Drawings. 3.3 JOINT EDGE REPAIRS A. Identify joint edge spalls which are too large to be filled with new sealant. Review repair locations with Owner in advance of the work. B. Square edges of spall with diamond blade as indicated on Drawings. C. Clean cavity per Article 3.1. D. Mix epoxy and clean, dry sand to form grout material, and install per Specification Section 030100. E. Allow for cure prior to sealant installation. 3.4 MISCELLANEOUS SEALANTS A. Install miscellaneous sealants around drains, pipe penetrations in floors, and elsewhere. Install per Article 3.2 and as indicated on the Drawings. Sealants 079200 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3.5 CLEAN-UP A. During the progress of the Work, remove from the project all discarded coating materials, rubbish, cans and rags. B. All sealant material and drops shall be completely removed from hardware, adjacent floor areas, metal work, etc., and the premises shall be left clean and in orderly condition. C. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dust, dirt and debris. This includes removal of all dust from pipes, etc., which resulted from work specified herein. D. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation for sealant installation. Refer to Section 321723. E. Empty containers shall be removed from the garage at the end of each working day. All cloths soiled with coating that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health and fire regulations. END OF SECTION p. v, s 11,1rn G'7= s C7 Sealants 079200 - 7 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 9 — FINISHES SECTION 099100 HIGH PERFORMANCE COATINGS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, material, equipment, special tools and services required to clean and/or prepare surfaces and apply new coatings, as required by the Drawings and this Specification, including but not limited to the following: a. Complete cleaning, surface preparation, primer installation where necessary and new coating on steel and metal surfaces. b. Complete cleaning, including removal of abandoned forms, conduit and junction boxes of exterior façade concrete surfaces. c. Surface preparation, priming, and coating or finishing of metal handrails, steel stair assembly, and masonry as indicated on drawings. d. Temporary protection of doors, windows, hardware, and interior spaces during construction. Refer to Specification Section 015600. e. Provide access to work area for Owner representative•cr Eneer. x o B. Related Sections: =� =cam W 1. Section 011000 - Summary of Work. -ft.) .01 2. Section 012100 - Allowances. f'� 3. Section 012900 - Payment Procedures. 4. Section 015600 - Barriers. 5. Section 040100 - Masonry Repair. rn a. q'� Z 6. Section 055000 - Miscellaneous Metals. *, 0 O 7. Section 079200 - Sealants. 1.2 REFERENCES A. ASTM D 16 — Terminology Related to Paint, Varnish, Lacquer, and Related Products. B. Structural Steel Painting Council (SSPC): SSPC-SP 1 — Solvent Cleaning. High Performance Coatings 099100 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 C. Structural Steel Painting Council (SSPC): SSPC-SP 2 — Hand Tool Cleaning. D. Structural Steel Painting Council (SSPC): SSPC-SP 3 — Power Tool Cleaning. E. Structural Steel Painting Council (SSPC): SSPC-SP 6/NACE 3 — Commercial Blast Cleaning. F. Structural Steel Painting Council (SSPC): SSPC-SP 13/NACE 6 — Surface Preparation of Concrete. 1.3 DEFINITIONS A. "Coating" as used herein means all paint systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats. B. "Dry Film Thickness" as used herein means the thickness of a coat in a fully cured state measured in mils (1/1000 inch). C. "Well-adhered" as used herein means materials that cannot be removed by lifting with a dull putty knife. 1.4 SUBMITTALS A. Submit manufacturer's technical information including coating label analyses and application instructions. 'T. Ststbarit complete line of manufacturer's color samples for each product. C ntiMer of approval per Paragraph 1.5.A. LU rte. 91r project experience per Paragraph 1.5.B. ILL . to and resume of persons per Paragraph 1.5.C. .n Ivranufacturer's sample warranty. rt- .,QUALITY ASSURANCE frt A. The contractor shall be a certified installer by the manufacturer. t .: The contractor shall be approved by the manufacturer and shall have no less than (5) years experience in performance of similar work in size and complexity. C. All work under this Section shall be under the immediate control of the Contractor's superintendent(s) experienced in this type of work. The person(s) shall have supervised three prior projects of similar magnitude and type, and shall be present during all operations. This person(s) shall be approved by the Owner. D. Regulatory Requirements: 1. Comply with applicable laws, ordinances, and the Local Building Code. High Performance Coatings 099100 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 E. Mock-Up: 1. Provide mockup of coating preparation and coating system for review by Owner and Engineer. Maintain approved mock-ups during the job as reference for minimal standard of acceptance and quality of coating application. F. Pre-installation meeting. G. Provide access to work area for Owner representative or Engineer to inspect quality of work, progress, unit price items and field conditions. Access to be completed during normal working hours. If access requires mechanical equipment (man-lift, swing stage, etc.), provide necessary operators. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name and label, and following information: 1. Name or title of material. 2. Fed. Spec. number, if applicable. 3. Manufacturer's stock number and date of manufacture. A 4. Manufacturer's name. , a nit 5. Contents by volume, for major pigment and vehicle constit-i . 6. Thinning instructions. MOW Yr 7. Application instructions. 8. Color name and number. r, B. Storage and Protection: ov 1. Protect materials in a dry place, off ground and under cover to protect them from moisture and other damage. 2. Do not use materials showing evidence of water or other damage. 3. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies. 4. Storage areas shall be heated or cooled as required to maintain the temperatures within the range recommended by the manufacturer. 1.7 PROTECTION A. Place coating or solvent soaked rags, waste, or other materials which might High Performance Coatings 099100 - 3 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 constitute a fire hazard in metal containers and remove from premises at the close of each day's work. B. Protect the work of all other trades against damage, marking or injury by suitable covering during the progress of the coating and finishing work. Repair any damage done. C. Protect and filter debris and chemicals from entering storm drains. Direct water runoff from all cleaning processes to the filtration system before allowing it to enter the storm drain system. D. During all cleaning operations, coordinate drain protection with the local municipality. 1.8 PROJECT CONDITIONS A. Environmental requirements: 1. Install coating materials in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. 2. Fumes and dust shall be controlled to prevent harmful or undesirable effects in surrounding areas. Do not allow fumes, dirt, dust or debris to enter building. When toxic or flammable solvents are used, the Contractor shall take all cr W r, w necessary precautions as recommended by the manufacturer. In all cases, yr the handling and use of toxic or flammable solvents, including adequate zit -�: }.3 ventilation and personal protective equipment, shall conform to the "I.'. C Ilec requirements of the applicable safety regulatory agencies. Lt.-44- V rn kg. 47— Apply water base coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 Deg. F. (10 Deg. C.) and 90 Deg. F. (32 Deg. C.), unless otherwise permitted by coating manufacturer's printed instructions. 5. Apply solvent-thinned coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 45 Deg. F. (7 Deg. C.) and 95 Deg. F. (35 Deg. C.), unless otherwise permitted by coating manufacturer's printed instructions. 6. Do not apply coating in snow, rain, fog or mist; or when relative humidity exceeds 85 percent or to damp or wet surfaces unless otherwise permitted by coating manufacturer's printed instructions. 7. Apply coating to surfaces that are cured and dry per manufacturer's tolerances. High Performance Coatings 099100 - 4 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 1.9 SEQUENCE A. Perform work under this Section only when subsequent work will not hinder or damage the completed paint system, or affect its durability or performance. B. Prior to beginning coating preparation complete all steel, concrete and sealant repairs including curing periods. 1.10 WARRANTY A. Coating System Warranty: 1. The applicator shall furnish a (5) year warranty to the Owner for all types of new coating installed. New coating work shall be warranted against defects due to installation, including but not limited to debonding and inadequate preparation. a. All required testing and quality assurance operations necessary to furnish warranty are Contractor and manufacturer's responsibility. 2. The manufacturer shall furnish a (5) year warranty to the Owner for all types of new coating installed. New coating work shall be warranted against material defects, including but not limited to debonding, cohesive failure, cracking, and ultra violet exposure degradation. a. All required testing and quality assurance operations necessary to furnish warranty are Contractor and manufacturer's responsibility. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Sherwin Williams. c DC7 A B. Tnemec Company. "--f Ts] C. ICI Paints. —.4 CI f` rn 2.2 MATERIALS =T ? o A. No lead-based products are permitted. o 0 B. Use no thinners other than those specified by manufacturer. C. Use only paints and coatings that are compatible with concrete and previously coated surfaces. D. Use only primers and undercoats that are suitable for each surface to be covered and that are compatible with finish coating required. High Performance Coatings 099100 - 5 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 E. Notify Engineer in writing of any anticipated problems in using coating systems specified on existing substrates. F. Provide cleaners for removal of loose paint, dirt, and pollutants; which are compatible with all primers, intermediate coats, and finish coat. Thoroughly rinse all clean agents before applying primer or finish coats. Pre-approve cleaning agents with paint manufacturer. G. All products must be provided by a single manufacturer. 2.3 MATERIALS AND PROCEDURES A. General Cleaning Requirements: 1. All existing garage area drains shall be clear and protected prior to beginning ((any work. Q IbAll biological growth must be removed prior to coating. � i_AIl efflorescence, lime run, and surface contaminants should be removed prior !- �Z3to application of new coating. �..� cc f– der a wolf previously coated, existing coating must be adhered to the substrate per the "' —manufacturer's requirements. Manufacturer shall approve the surface preparation and existing conditions before the contractor applies coating to ensure the product warranty will be honored. B. Exterior Concrete/Masonry: materials and procedures are listed in order of process/application. Apply per manufacturers recommendations. 1. Surface Preparation: 17,4 �+ a. SSPC-SP13 – Low pressure, warm water cleaning. r 1-.1. b. Cleaner: Provide cleaners for removal of soot, dirt, and pollutants; which .r'I v * are compatible with all primers, intermediate coats, and finish coat. i Thoroughly rinse all clean agents before applying primer or finish coats. rn C o 2. Approved manufacturer's systems: a. Sherwin Williams: 1) Primer: Loxon Concrete & Masonry Primer – One (1) Primer coat. Application rate recommended by the manufacturer to achieve a total dry film thickness of 4.0-6.0 mils. 2) Finish Coats: Conflex XL – Two (2) Finish coats. Application rate recommended by the manufacturer to achieve a total dry film thickness of 2.0-3.0 mils per coat. High Performance Coatings 099100 - 6 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 b. Tnemec: 1) Primer: Elastogrip FC 151 - One (1) Primer coat. Application rate recommended by the manufacturer to achieve a total dry film thickness of 4.0-6.0 mils. 2) Finish Coats: Enviro-Crete 156 - Two (2) Finish coats. Application rate recommended by the manufacturer to achieve a total dry film thickness of 2.0-3.0 mils per coat. 'U T. c. ICI Paints: "a 0 1) Primer: Dulux Professional Primer 2000 - One (1) Primer coat. Application rate recommended by the manufacturer to achieve a total dry film thickness of 4.0-6.0 mils. 2) Finish Coats: Devflex 4206 - Two (2) Finish coats. Application rate recommended by the manufacturer to achieve a total dry film thickness of 2.0-3.0 mils per coat. C. Galvanized Metal and Ferrous Metal (previously coated or rusted exterior metal): materials and procedures are listed in order of process/application. Apply per manufacturers recommendations. 1. Galvanized Metal Surface Preparation: a. SSPC-SP3 Power Tool Clean to remove all loose mill scale, loose rust, and other foreign matter. b. SSPC-SP1 Solvent Clean to remove all visible oil, grease, soil, and other contaminants. c. Chemical Etch galvanized metals with the following (or approved equal) per manufacturer's instructions. 1) Great Lakes Laboratories Clean 'n Etch. D--s 2) Henkel's Galvaprep 5. n-< -- --_i - r 2. Ferrous Metal Surface Preparation: r n s,. M CD a. SSPC-SP6 Commercial Blast Cleaning. 5.- o 3. Approved manufacturer's systems: a. Sherwin Williams: 1) Primer: One (1) Coat Macropoxy 646 - 4.0 to 6.0 mils DFT. 2) Finish Coat: Two (2) Coats: Hi Solids Polyurethane - 2.0 to 4.0 mils DFT. High Performance Coatings 099100 - 7 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 b. Tnemec: 0 1) Primer: One (1) Coat: Chembuild Series 135; 4.0 to 6.0 mils DFT. 0 . 0 2) Finish Coat: Two (2) Coats: Endura-Tone Series 1028-Color; 2.0 to �}. 4.0 mils DFT. r— c. ICI Paints: LL oc C-1= 1) Primer: One (1) Coat Devshield #4130 Rust Penetrating Metal "' cpPrimer. 0 N 2) Finish Coat: Two (2) Coats: ICI #4206 Devoe Industrial Enamel. PART 3 EXECUTION 3.1 EXAMINATION A. Examine surfaces intended to receive coatings and note conditions or defects that will adversely affect the execution and/or quality of the work. B. Starting of cleaning and coating work will be construed as applicator's acceptance of surfaces and conditions within any particular area. C. Notify Owner in writing of any such conditions or defects. Do not begin work until unsatisfactory conditions are corrected. Failure to notify Owner prior to beginning work constitutes acceptance by Contractor of the surfaces and conditions under which the work is to be performed, and acceptance by Contractor for the performance of the work. 3.2 PREPARATION A. Protection 1. Provide adequate protection of all surrounding surfaces not intended to ^� C: receive coating from damage due to preparation, cleaning or coating �`. � procedures. Repair damage at no cost to the Owner. "1 - 2. Program coating so that construction dirt, dust, and debris will not fall onto r r;; wet, newly coated surfaces. tc - 3. When toxic or flammable solvents are used, the coating contractor shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies. 4. Provide the necessary protection to contain all dust, dirt, debris and coating chips within work area. Do not allow to migrate into building interior spaces or storm drain system. Reference Specification Section 015600 for storm drain protection products and execution. High Performance Coatings 099100 - 8 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 5. Provide "Wet Paint" signs as required to protect newly coated finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of coating operations. B. Surface Preparation 1. Perform preparation and cleaning procedures in accordance with coating manufacturer's instructions and as herein specified, for each particular substrate condition. 2. Remove all surface contamination such as chalk, loose coating, mill scale dirt, foreign matter, rust, rust stains, mold, mildew, mortar, efflorescence, weld splatter and slag, and sealers from surfaces to be coated. 3. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be finish-coated, or provide surface-applied protection prior to surface preparation and coating operations. Remove, if necessary, for complete coating of items and adjacent.surfatces." Following completion of coating of each space or area, reinstall removed#. items. �--4 — 4. Prepare hair line cracks (1/64" or less) per manufacturer's jpJucians.32. ..�j Reference the Details to repair cracks larger than 1/64". ra 5. Do not field coat the following work: a. Sealant Joints b. Prefinished and natural finished items including but not limited to prefinished equipment, acoustic materials, finished mechanical and electrical equipment such as light fixtures and grilles. c. Non-ferrous metal surfaces including aluminum, stainless steel, chromium plate, copper, and tern coated stainless steel except where noted coated. d. Operating parts and labels. C. MATERIALS PREPARATION 1. Mix and prepare coating materials in accordance with manufacturer's directions. 2. Stir materials before application to produce a mixture of uniform density, and stir as required during application. Do not stir surface film ijp material. Remove film and, if necessary, strain material before ting. gntinuously agitate zinc-rich primers. ZEra s .111 y .111.11 _3 5 1.27 High Performance Coatings 099100 - 9 0 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3. Store materials not in actual use in tightly covered containers. Maintain containers used in storage, mixing and application of coating in a clean condition, free of foreign materials and residue. 3.3 APPLICATION A. General: 1. Apply coating in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. 2. Apply additional coats when undercoats, stains, or other conditions show through final coat of coating, until coating film is of uniform finish, color, and appearance. Give special attention to insure that surfaces, including edges, CD corners, crevices, welds, and exposed fasteners receive a dry film thickness a a equivalent to that of flat surfaces. u u 3. Generally, coating surfaces behind movable equipment same as similar h— exposed surfaces. Coating surfaces behind permanently-fixed equipment or -- �..C.) furniture with prime coat only before final installation of equipment. ILL a_ t:�o 4. Do not coat over dirt, rust, scale, grease, moisture, scuffed surfaces, or o — conditions otherwise detrimental to formation of a durable coating film. N B. Scheduling Coating: 1. All caulking and sealants shall be in place and thoroughly cured prior to application of coatings. 2. Apply first-coat material to surfaces that have been cleaned, pretreated, or otherwise prepared for coating as soon as practicable after preparation and before subsequent surface deterioration. 3. Allow sufficient time between successive coatings to permit proper drying. Do not recoat until coating has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and application of another coat of coating does not cause lifting or loss of adhesion of the undercoat. 4. Minimum Coating Thickness: Apply materials at not less than manufacturer's recommended spreading rate, to establish a total dry film thickness as indicated or, if not indicated, as recommended by coating manufacturer. C. Application: n 1. Apply prime coat of materials which is required to be coated or finished, and wee con which has not been prime coated by others. --'^ ___ & Recoat primed and sealed surfaces where there is evidence of suction spots an c", or unsealed areas in first coat, to assure a finish coat with no burn-through or other defects due to insufficient sealing. High Performance Coatings 099100 - 10 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3. Pigmented (Opaque) Finishes: Complete cover to provide an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness or other surface imperfections will not be acceptable. 4. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish, or recoat work not in compliance with specified requirements. 3.4 CLEANING A. During progress of work, remove from site discarded coating materials, rubbish, cans, and rags at end of each work day. B. Upon completion of coating work, clean window glass and other coating-spattered surfaces. Remove spattered coating by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces. 3.5 SCHEDULES A. Coating colors shall be as indicated below: 1. Color to be selected by Owner. END OF SECTION N a _O . CI! ,111 ter• m M 5 709 High Performance Coatings 099100 - 11 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 DIVISION 32 - SITE WORK SECTION 321723 PAVEMENT MARKINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Line striping. B. Directional arrows and text. %pa C. Curb paint. 73 1.2 RELATED SECTIONS r rn A. Section 012300 - Alternates. ._ B. Section 030100 - Concrete Repairs. C. Section 071800 - Vehicular Traffic Membrane. D. Section 079200 - Sealants. 1.3 SUBMITTALS v A. Manufacturer product data sheets. B. Manufacturer produced written verifications per Article 1.4. Cv co 1.4 QUALITY ASSURANCE A. Pavement marking manufacturer shall verify that the pavement marking media is compatible with the vehicular traffic membrane system. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material name, date of manufacture and batch number. B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner. C. Marking materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies. E. Storage areas shall be heated or cooled as required maintaining the temperatures within the range recommended by the manufacturer. Pavement Markings 321723 - 1 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 1.6 WARRANTY A. The Contractor shall warrant the pavement marking media from chipping and peeling for a period of two years. PART 2 PRODUCTS 2.1 MATERIALS — PAINT A. Acrylithane HS2 by Neogard. B., Isoflex 630 by Lymtal International. n-- •c :. C. Color to be selected by the Owner. PART 3 L.EXECUTIONS • � CP EXAMINATION 2k. The Contractor, prior to existing pavement marking removal, shall make drawings, take photographs, establish reference lines or perform other documentation necessary to ensure that existing pavement marking layout is duplicated upon G o completion of the Work specified in this Section. W JAPPLICATION J r C)i-- >-(.A. New Pavement Markings: a� C ~Q 1. Paint shall be applied within 36 hours of completion of membrane top coat in C) C:=1 accordance with the manufacturer's specifications and written instructions. 2. The surface to be painted shall be clean and dry, free of dust, debris and other loose materials. 3. Paint shall be spray applied in 2 solid coats with no thin or bare spots in either coat. 4. New pavement markings shall be straight and neat. Striping shall be geometrically accurate and uniform throughout the garage. Discrepancies shall be corrected at no additional cost to the Owner. 5. Pavement marking work shall be coordinated with membrane work. Perform pavement marking on membrane systems only after the systems have cured sufficiently as recommended by the system manufacturer. 6. Traffic shall not be permitted on new pavement markings until media has properly cured per manufacturer's requirements. 7. New pavement markings shall line up with existing markings on vertical surfaces; otherwise, Contractor shall remove and replace markings on vertical surfaces. Pavement Markings 321723 - 2 City of Iowa City Parking Garage Maintenance Program 2015 Project April, 2015 THP #12190.01 3.3 CLEAN-UP A. After each day's work, remove containers, rubbish and rags. B. Remove drips, overspray and spillage of material from all surfaces. END OF SECTION N +.w C17 m -2 Pavement Markings 321723 - 3 19 B i M,,A fl3ffilro � 7ill"m P' R�()GRAM 2015 ,%w PROJECT THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: =,ate 2311 �q 35 60 l PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT, t ' 19'-91 /2"± 20'-0"± 20'-0"± 20'-0'± 20'-Q'± 20'-0"± 20'-0"± 20'-0"± 19'-5'± 20'-0"± 20'-O"± 20'-0"± 20'-0"± 20'-0"± 20'-O"± 19'-9112"± A r. TYPICAL FLOOR LEVEL PHASE 1 PLAN NO SCALE +v1 +ri§% r_T FLOOR PLAN zi S100 1/16" =1'-0" NORTH A A TYPICAL FLOOR LEVEL PHASE 2 PLAN NO SCALE A TO B I +I Fb PHASING NOTES: Fj A. WORK AREA FOR CONCRETE OR MEMBRANE REPAIRS. PROVIDE BARRICADES AND SIGNAGE IN ACCORDANCE WITH GENERAL NOTES AND SPECIFICATIONS. B. BLOCK PARKING IN REMAINDER OF LEVEL AS INDICATED AND UTILIZE AS NEEDED FOR PROPER DRIVE LANE TRAFFIC AROUND WORK AREAS AND CROSSOVERS. C. BLOCK PARKING AND DRIVE LANES BELOW WORK AREA ON A DAILY BASIS ONLY AS REQUIRED FOR CONCRETE CHIPPING AND REPAIR ACTIVITIES. PARKING SPACES AND DRIVE LANES NOT AFFECTED BY DAILY WORK ARE TO REMAIN OPEN AT ALL TIMES. ALL AREAS BELOW WORK AREA ARE TO BE REOPENED AT THE END OF EACH SHIFT. D. PROVIDE OWNER APPROVED SIGNAGE AT THE ENDS OF WORK AREAS AS REQUIRED TO PROPERLY NOTIFY AND DIRECT VEHICLES AROUND WORK AREAS. E. PROVIDE BARRICADES AND SIGNAGE AT STAIR TOWER INTERIORS TO BLOCK AND REDIRECT PEDESTRIAN TRAFFIC AROUND WORK AREAS. NOTE LEVEL CLOSURES AT ON -GRADE EGRESS TO STAIR TOWER. F. AT GARAGE ENTRANCE AND EXIT LANES, WHERE APPLICABLE, PROVIDE ADDITIONAL PHASING AS REQUIRED TO MAINTAIN AT LEAST ONE ENTRANCE AND EXIT LANE AT ALL TIMES. COORDINATE PHASING FOR WORK ADJACENT TO ENTRANCE/EXIT LOCATIONS WITH OWNER A MINIMUM OF TWO WEEKS IN ADVANCE. PHASING LEGEND: THP JOB NUMBER DATE 12190.01 April, 2015 HALF -TONE KEY NOTES DO NOT DRAWING NUMBER PERTAIN TO THIS DRAWING. slog ■ s 20'" 20.'-0"± -0"± 20' 0"± 20'-0"± 20'-0"± 20'-0°+ 19'-91/2"±19'-91/2"± 20'-0"± 20'-0"± A A TYPICAL FLOOR LEVEL PHASE 1 PLAN NO SCALE A -.f A 2ND TIER FLOOR PLAN zi 1/16" =1'-0" NORTH TYPICAL FLOOR LEVEL PHASE 2 PLAN NO SCALE is �r N h - M BTOC PHASING NOTES: ❑ A. WORK AREA FOR CONCRETE OR MEMBRANE REPAIRS. PROVIDE BARRICADES AND SIGNAGE IN ACCORDANCE WITH GENERAL NOTES AND SPECIFICATIONS, R B. BLOCK PARKING IN REMAINDER OF LEVEL AS INDICATED AND UTILIZE AS NEEDED FOR PROPER DRIVE LANE TRAFFIC AROUND WORK AREAS AND CROSSOVERS. .. C. BLOCK PARKING AND DRIVE LANES BELOW WORK AREA ON A DAILY BASIS ONLY AS REQUIRED FOR CONCRETE CHIPPING AND REPAIR ACTIVITIES. PARKING SPACES AND DRIVE LANES NOT AFFECTED BY DAILY WORK ARE TO REMAIN OPEN AT ALL TIMES. ALL AREAS BELOW WORK AREA ARE TO BE REOPENED AT THE END OF EACH SHIFT. D. PROVIDE OWNER APPROVED SIGNAGE AT THE ENDS OF WORK AREAS AS REQUIRED TO PROPERLY IR NOTIFY AND DIRECT VEHICLES AROUND WORK AREAS. E. PROVIDE BARRICADES AND SIGNAGE AT STAIR TOWER INTERIORS TO BLOCK AND REDIRECT PEDESTRIAN TRAFFIC AROUND WORK AREAS. NOTE LEVEL CLOSURES AT ON -GRADE EGRESS TO STAIR TOWER. F. AT GARAGE ENTRANCE AND EXIT LANES, WHERE APPLICABLE, PROVIDE ADDITIONAL PHASING AS REQUIRED TO MAINTAIN AT LEAST ONE ENTRANCE AND EXIT LANE AT ALL TIMES. COORDINATE PHASING FOR WORK ADJACENT TO ENTRANCE/EXIT LOCATIONS WITH OWNER A MINIMUM OF TWO WEEKS IN ADVANCE. PHASING LEGEND: �i�i�i�i���i!i���i�i�i�i' • - • //I///I// ..- M. • GENERAL NOTES: A. MAINTAIN CONTINUOUS UNOBSTRUCTED ACCESS TO ALL GARAGE ENTRANCES/EXITS, RAMPS, STAIR TOWERS, BRIDGES, AND MALL TW ENTRANCES. WORK REQUIRING PARTIAL CLOSURE SHALL BE COORDINATED IN ADVANCE WITH OWNER. PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING MALL PATRONS SAFELY THROUGH OR AROUND WORK AREAS. REFER TO SPECIFICATION SECTION THP Limited, Inc. 015600. 100 East Eighth Street Cincinnati, Ohio 45202 B. PHASE WORK TO ACCOMMODATE CONTINUOUS TRAFFIC CIRCULATION. ERECT BARRICADES AND PROVIDE PROFESSIONALLY Phone: 513.241.3222 PREPARED SIGNAGE DIRECTING TRAFFIC SAFELY THROUGH OR AROUND WORK AREAS. AS REQUIRED TO PROTECT PERSONS AND Fax: 513.241.2981 PROPERTY, BLOCK OR RESTRICT ACCESS AS NECESSARY TO AREAS DIRECTLY BELOW WORK AREAS. REFER TO SPECIFICATION www.thpltd.com SECTIONS 011000 AND 015600. ALL PHASING AND PROPOSED WORK AREAS SHALL BE REVIEWED AND APPROVED IN ADVANCE BY OWNER. CONTRACTOR SHALL FOLLOW CRITERIA BELOW WHEN DEVELOPING PHASING PLAN: This document is the product and property of THP Limited. Neither the document nor • MINIMUM DRIVE AISLE WIDTH=12'-0" the information it contains may be copied • MINIMUM PEDESTRIAN WALKING AISLE = 6'-0" or reused for other than the specific • CLEAN, NEAT, LEGIBLE PROFESSIONALLY PREPARED SIGNAGE POSTED AND MAINTAINED AT ALL TIMES. project for which it was prepared without the written consent of THP Limited. • 4'-0" HIGH ORANGE CONSTRUCTION FENCE, SUPPORT AT DISTANCE TO SUFFICIENTLY SUPPORT FENCES WITHOUT SAGGING. SEAL: C. CONTRACTOR SHALL PROTECT, AS NECESSARY, ALL EXISTING BUILDING FEATURES TO REMAIN. DO NOT DAMAGE. CONTRACTOR A 2 SHALL REPAIR OR REPLACE DAMAGED FEATURES (AS A RESULT OF INADEQUATE OR IMPROPER PROTECTION) TO SATISFACTION OF OWNER. _ D. WHERE REQUIRED, COORDINATE WITH OWNER AND PHASE WORK SO THAT NO TWO ADJACENT STAIR TOWERS ARE CLOSED AT ANY TIME DURING THE PROJECT. REFER TO SPECIFICATION SECTION 011000. �,> a � I' n "re - Z":' E. PROTECT FLOOR DRAINS FROM DAMAGE AND DEBRIS DURING WORK, RESTORE EACH DRAIN IN OR ADJACENT TO WORK AREAS TO FULLY FUNCTIONING CONDITION AFTER EACH WORK DAY. F. FOR ALL WORK ON RAMPS, UNLESS COORDINATED AND APPROVED IN ADVANCE BY OWNER AND ENGINEER, ALL RAMPS AND ASSOCIATED TRAFFIC FLOW TO AND FROM RAMPS MAY ONLY BE INTERRUPTED FROM MONDAY THROUGH 3:00 PM FRIDAY, WITH ALL RAMPS OPENED FOR TRAFFIC FLOW FROM 3:00 PM FRIDAY THROUGH SUNDAY. +, KEY NOTES: 0 o g 1. CONTRACTOR TO PERFORM A CHAIN -DRAG SURVEY OF ALL POST -TENSIONED FLOORS IN GARAGE TO IDENTIFY DEBONDED OR DELAMINATED CONCRETE. CONFIRM LOCATIONS AND QUANTITIES WITH ENGINEER AND PERFORM REPAIRS ON A UNIT PRICE BASIS. REFER TO DETAILS 1, 2, AND 3 ON DRAWING S500. TAKE CARE NOT TO DAMAGE POST -TENSIONING TENDONS AS PART OF REPAIR WORK. 2. FOLLOWING ADEQUATE CURE OF CONCRETE REPAIRS, PREPARE SURFACES AND INSTALL NEW URETHANE TRAFFIC MEMBRANE PATCH. LAP WITH EXISTING MEMBRANE SYSTEM ON ALL SIDES. PERFORM WORK ON A UNIT PRICE BASIS PER DETAIL 13 ON DRAWING S701. 3. KNOWN LOCATION OF SPALLED BEAM, VISIBLE FROM LEVEL BELOW. VERIFY QUANTITY AND CONFIRM WITH OWNER, THEN REPAIR ON A UNIT PRICE BASIS PER DETAILS 4 AND 5 ON DRAWING S500. 4. DURING CONCRETE FLOOR OR SOFFIT REPAIRS, NOTIFY ENGINEER OF DAMAGED OR BROKEN TENDONS OR SHEATHING. REPAIR' BROKEN TENDONS WHERE DIRECTED ON A UNIT PRICE BASIS PER DETAIL 9 ON DRAWING S501. PERFORM OTHER REPAIRS TO n B,7 DAMAGED TENDONS OR SHEATHING AS DIRECTED ON A TIME AND MATERIAL BASIS USING FUNDS FROM THE CASH ALLOWANCE. 5. LOCATION OF FAILED JOINT AT INTERFACE BETWEEN GARAGE AND GRADE. AS PART OF LUMP SUM WORK, CLEAN AND PREPARE JOINT, AND INSTALL NEW COMPRESSIBLE EXPANSION JOINT SEAL PER DETAIL 8 ON DRAWING S600. - 6. WHERE INDICATED, KNOWN LOCATION OF DAMAGED WING COMPRESSION OR PREMOLD EXPANSION JOINT SEAL. AS PART OF LUMP SUM WORK, COMPLETELY REMOVE EXISTING EXPANSION JOINT SYSTEM, PREP SURFACES, AND INSTALL NEW WING COMPRESSION EXPANSION JOINT SYSTEM. CAREFULLY MODIFY BLOCKOUTS OF PREMOLD SEALS AS REQUIRED TO ACCEPT NEW WING SEAL. ���....•••/// PROVIDE FACTORY MITERED TRANSITIONS AND TURN -UPS AT CURBS AND SPANDRELS ON ENDS. REFER TO DETAIL 6 ON DRAWING S600. 7. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DETERIORATION, NOTIFY ENGINEER AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 10 ON DRAWING S501. 8. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DIFFERENTIAL BLOCKOUT HEIGHTS. NOTIFY ENGINEER AND PERFORM SUPPLEMENTAL CHIPPING OR OTHER REPAIRS AS DIRECTED ON A TIME AND MATERIAL BASIS, USING FUNDS FROM THE CASH ALLOWANCE. 13. SURVEY STAIR TOWER FOR LOOSE NOSINGS OR DETERIORATED TREAD AND RISERS. CONFIRM QUANTITIES AND LOCATIONS WITH ENGINEER AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS. REFER TO DETAIL 15 ON DRAWING S501. 14. WHERE INDICATED, LOCATION OF DETERIORATING CMU FACE BLOCK AND CORRODING LINTEL AT OPENING TO STAIR AND ELEVATOR TOWER. CONFIRM LOCATION AND QUANTITIES WITH ENGINEER, AND REPAIR CMU ON A UNIT PRICE BASIS PER DETAILS 13 AND 14 ON DRAWING S501. 15. AS PART OF LUMP SUM EFFORTS, IN CONJUNCTION WITH CMU REPAIR EFFORTS, CLEAN EXPOSED STEEL LINTEL PLATE AND APPLY NEW HIGH PERFORMANCE COATING PER SPECIFICATION SECTION 099100. NOTIFY ENGINEER OF CONDITION OF LINTEL AFTER SURFACE PREPARATION AND PRIOR TO APPLICATION OF COATING, AND PERFORM SUPPLEMENTAL REINFORCEMENT IF DIRECTED ON A TIME AND MATERIAL BASIS USING FUNDS FROM THE CASH ALLOWANCE. w 16. AS PART OF LUMP SUM WORK, IN CONJUNCTION WITH MEMBRANE PATCHING, COORDINATE SITE VISIT BY MEMBRANE w o MANUFACTURER'S REP TO PERFORM BOND TESTING OF EXISTING COATING SYSTEM INSTALLED THROUGHOUT GARAGE (MINIMUM 8 W LOCATIONS) TO VERIFY APPLICABILITY OF POTENTIAL FUTURE TRAFFIC MEMBRANE RECOAT. TESTING TO BE PERFORMED WITH z o ENGINEER AND OWNER IN ATTENDANCE, AND RESULTS AND RECOMMENDED PUBLISHED BY MEMBRANE MANUFACTURER AS PART OF o UJ PROJECT CLOSE OUT REQUIREMENTS. - o CO rn _ 17. AS PART OF LUMP SUM WORK, SURVEY GARAGEISTAIR TOWER INTERFACE FOR HIGH JOINTS, AND GRIND EDGE AS REQUIRED TO PROVIDE ADA COMPLIANT TRANSITION. N � I- I- r . rLd V) UN DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: 20, AT SLAB -ON -GRADE LEVEL, CONTRACTOR TO WALK GARAGE TO VISUALLY LOCATE CONCRETE SPALLS AND OTHER DETERIORATION, C.W. Pryzwara CONFIRM QUANTITY AND LOCATION WITH ENGINEER, AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS OR A TIME AND MATERIAL BASIS USING FUNDS FROM THE CASH ALLOWANCE, 21. VISUALLY SURVEY BEAMS AND SOFFIT OF FLOOR SLABS FOR DETERIORATION. CONFIRM QUANTITY AND LOCATION WITH ENGINEER, „ „4 AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAILS 4, 5, 6, AND 7 ON DRAWING S500. +ll tir )Nii� ifs • q.4 • CITY OF IOWA CITY LEGEND: Parking Garage ENTRY EXIT ---------- EXISTING CONSTRUCTION JOINT Maintenance EXISTING AREA FLOOR DRAIN ------- EXISTING EXPANSION JOINT Program EXISTING PRECAST TEE STEM BELOW EXISTING CONCRETE CURB 2015 Project ----------------------- --- - EXISTING CONCRETE BEAM BELOW EXISTING MEMBRANE SYSTEM DRAWING TITLE EXISTING CMU WALL UNEXCAVATED EARTH DUBUQUE STREET -- -- ----- EXISTING TEE -TO -TEE JOINT 2ND TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 April, 2015 HALF -TONE KEY NOTES DO NOT DRAWING NUMBER PERTAIN TO THIS DRAWING. S101 19'-9112"± 20'-0"± 20'-0"± { 20'-0"± 20'-0"± 20'-0"± 20'-011± 1 20'-0"± 19'-5"± 20'-0"± y 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 19'-9112"± of TYPICAL FLOOR LEVEL PHASE 1 PLAN NO SCALE 3RD TIER 3 000"FLOOR P LAN S102 1/16" =1'-0" 00)NORTH IR AT ,IR Al TYPICAL FLOOR LEVEL PHASE 2 PLAN NO SCALE PHASING NOTES: A. WORK AREA FOR CONCRETE OR MEMBRANE REPAIRS. PROVIDE BARRICADES AND SIGNAGE IN ACCORDANCE WITH GENERAL NOTES AND SPECIFICATIONS. B. BLOCK PARKING IN REMAINDER OF LEVEL AS INDICATED AND UTILIZE AS NEEDED FOR PROPER DRIVE LANE TRAFFIC AROUND WORK AREAS AND CROSSOVERS. C. BLOCK PARKING AND DRIVE LANES BELOW WORK AREA ON A DAILY BASIS ONLY AS REQUIRED FOR CONCRETE CHIPPING AND REPAIR ACTIVITIES. PARKING SPACES AND DRIVE LANES NOT AFFECTED BY DAILY WORK ARE TO REMAIN OPEN AT ALL TIMES. ALL AREAS BELOW WORK AREA ARE TO BE REOPENED AT THE END OF EACH SHIFT. D. PROVIDE OWNER APPROVED SIGNAGE AT THE ENDS OF WORK AREAS AS REQUIRED TO PROPERLY NOTIFY AND DIRECT VEHICLES AROUND WORK AREAS. E. PROVIDE BARRICADES AND SIGNAGE AT STAIR TOWER INTERIORS TO BLOCK AND REDIRECT PEDESTRIAN TRAFFIC AROUND WORK AREAS. NOTE LEVEL CLOSURES AT ON -GRADE EGRESS TO STAIR TOWER. F. AT GARAGE ENTRANCE AND EXIT LANES, WHERE APPLICABLE, PROVIDE ADDITIONAL PHASING AS REQUIRED TO MAINTAIN AT LEAST ONE ENTRANCE AND EXIT LANE AT ALL TIMES. COORDINATE PHASING FOR WORK ADJACENT TO ENTRANCE/EXIT LOCATIONS WITH OWNER A MINIMUM OF TWO WEEKS IN ADVANCE. PHASING LEGEND: • GENERAL NOTES: TW A. MAINTAIN CONTINUOUS UNOBSTRUCTED ACCESS TO ALL GARAGE ENTRANCESIEXITS, RAMPS, STAIR TOWERS, BRIDGES, AND MALL ENTRANCES. WORK REQUIRING PARTIAL CLOSURE SHALL BE COORDINATED IN ADVANCE WITH OWNER. PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING MALL PATRONS SAFELY THROUGH OR AROUND WORK AREAS. REFER TO SPECIFICATION SECTION THP Limited, Inc. 015600. 100 East Eighth Street Cincinnati, Ohio 45202 B. PHASE WORK TO ACCOMMODATE CONTINUOUS TRAFFIC CIRCULATION. ERECT BARRICADES AND PROVIDE PROFESSIONALLY Phone: 513.241.3222 PREPARED SIGNAGE DIRECTING TRAFFIC SAFELY THROUGH OR AROUND WORK AREAS. AS REQUIRED TO PROTECT PERSONS AND Fax: 513.241.2981 PROPERTY, BLOCK OR RESTRICT ACCESS AS NECESSARY TO AREAS DIRECTLY BELOW WORK AREAS. REFER TO SPECIFICATION www.thpltd.com SECTIONS 011000 AND 015600. ALL PHASING AND PROPOSED WORK AREAS SHALL BE REVIEWED AND APPROVED IN ADVANCE BY OWNER. CONTRACTOR SHALL FOLLOW CRITERIA BELOW WHEN DEVELOPING PHASING PLAN: This document is the product and property of THP Limited. Neither the document nor • MINIMUM DRIVE AISLE WIDTH=12'-0" the information it contains may be copied • MINIMUM PEDESTRIAN WALKING AISLE = 6-0" or reused for other than the specific • CLEAN, NEAT, LEGIBLE PROFESSIONALLY PREPARED SIGNAGE POSTED AND MAINTAINED AT ALL TIMES. project for which it was prepared without the written consent of THP Limited. • 4'-0" HIGH ORANGE CONSTRUCTION FENCE, SUPPORT AT DISTANCE TO SUFFICIENTLY SUPPORT FENCES WITHOUT SAGGING. SEAL: C. CONTRACTOR SHALL PROTECT, AS NECESSARY, ALL EXISTING BUILDING FEATURES TO REMAIN. DO NOT DAMAGE. CONTRACTOR A 2 SHALL REPAIR OR REPLACE DAMAGED FEATURES (AS A RESULT OF INADEQUATE OR IMPROPER PROTECTION) TO SATISFACTION OF OWNER:' D. WHERE REQUIRED, COORDINATE WITH OWNER AND PHASE WORK SO THAT NO TWO ADJACENT STAIR TOWERS ARE CLOSED AT ANY TIME DURING THE PROJECT. REFER TO SPECIFICATION SECTION 011000. Dy R. E. PROTECT FLOOR DRAINS FROM DAMAGE AND DEBRIS DURING WORK. RESTORE EACH DRAIN IN OR ADJACENT TO WORK AREAS TO a FULLY FUNCTIONING CONDITION AFTER EACH WORK DAY. F. FOR ALL WORK ON RAMPS, UNLESS COORDINATED AND APPROVED IN ADVANCE BY OWNER AND ENGINEER, ALL RAMPS AND ASSOCIATED TRAFFIC FLOW TO AND FROM RAMPS MAY ONLY BE INTERRUPTED FROM MONDAY THROUGH 3:00 PM FRIDAY, WITH ALL RAMPS OPENED FOR TRAFFIC FLOW FROM 3:00 PM FRIDAY THROUGH SUNDAY. KEY NOTES: C) w. 1. CONTRACTOR TO PERFORM A CHAIN -DRAG SURVEY OF ALL POST -TENSIONED FLOORS IN GARAGE TO IDENTIFY DEBONDED OR DELAMINATED CONCRETE, CONFIRM LOCATIONS AND QUANTITIES WITH ENGINEER AND PERFORM REPAIRS ON A UNIT PRICE BASIS. REFER TO DETAILS 1, 2, AND 3 ON DRAWING S500. TAKE CARE NOT TO DAMAGE POST -TENSIONING TENDONS AS PART OF REPAIR WORK. 2. FOLLOWING ADEQUATE CURE OF CONCRETE REPAIRS, PREPARE SURFACES AND INSTALL NEW URETHANE TRAFFIC MEMBRANE PATCH. LAP WITH EXISTING MEMBRANE SYSTEM ON ALL SIDES. PERFORM WORK ON A UNIT PRICE BASIS PER DETAIL 13 ON DRAWING S701. 3. KNOWN LOCATION OF SPALLED BEAM, VISIBLE FROM LEVEL BELOW. VERIFY QUANTITY AND CONFIRM WITH OWNER, THEN REPAIR ON A UNIT PRICE BASIS PER DETAILS 4 AND 5 ON DRAWING S500. 4. DURING CONCRETE FLOOR OR SOFFIT REPAIRS, NOTIFY ENGINEER OF DAMAGED OR BROKEN TENDONS OR SHEATHING. REPAIR BROKEN TENDONS WHERE DIRECTED ON A UNIT PRICE BASIS PER DETAIL 9 ON DRAWING S501. PERFORM OTHER REPAIRS TO B,7 DAMAGED TENDONS OR SHEATHING AS DIRECTED ON A TIME AND MATERIAL BASIS USING FUNDS FROM THE CASH ALLOWANCE, 6. WHERE INDICATED, KNOWN LOCATION OF DAMAGED WING COMPRESSION OR PREMOLD EXPANSION JOINT SEAL. AS PART OF LUMP SUM WORK, COMPLETELY REMOVE EXISTING EXPANSION JOINT SYSTEM, PREP SURFACES, AND INSTALL NEW WING COMPRESSION EXPANSION JOINT SYSTEM. CAREFULLY MODIFY BLOCKOUTS OF PREMOLD SEALS AS REQUIRED TO ACCEPT NEW WING SEAL. �•./ PROVIDE FACTORY MITERED TRANSITIONS AND TURN -UPS AT CURBS AND SPANDRELS ON ENDS. REFER TO DETAIL 6 ON DRAWING S600. 7. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DETERIORATION. NOTIFY ENGINEER AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 10 ON DRAWING S501. 8. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DIFFERENTIAL BLOCKOUT HEIGHTS. NOTIFY ENGINEER AND PERFORM SUPPLEMENTAL CHIPPING OR OTHER REPAIRS AS DIRECTED ON A TIME AND MATERIAL BASIS, USING FUNDS FROM THE CASH ALLOWANCE. e ` r t;- , 13. SURVEY STAIR TOWER FOR LOOSE NOSINGS OR DETERIORATED TREAD AND RISERS. CONFIRM QUANTITIES AND LOCATIONS WITH ENGINEER AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS. REFER TO DETAIL 15 ON DRAWING S501. 14. WHERE INDICATED, LOCATION OF DETERIORATING CMU FACE BLOCK AND CORRODING LINTEL AT OPENING TO STAIR AND ELEVATOR TOWER. CONFIRM LOCATION AND QUANTITIES WITH ENGINEER, AND REPAIR CMU ON A UNIT PRICE BASIS PER DETAILS 13 AND 14 ON DRAWING S501. 15. AS PART OF LUMP SUM EFFORTS, IN CONJUNCTION WITH CMU REPAIR EFFORTS, CLEAN EXPOSED STEEL LINTEL PLATE AND APPLY NEW HIGH PERFORMANCE COATING PER SPECIFICATION SECTION 099100. NOTIFY ENGINEER OF CONDITION OF LINTEL AFTER SURFACE PREPARATION AND PRIOR TO APPLICATION OF COATING, AND PERFORM SUPPLEMENTAL REINFORCEMENT IF DIRECTED ON A TIME AND MATERIAL BASIS USING FUNDS FROM THE CASH ALLOWANCE. w 16. AS PART OF LUMP SUM WORK, IN CONJUNCTION WITH MEMBRANE PATCHING, COORDINATE SITE VISIT BY MEMBRANE w o MANUFACTURER'S REP TO PERFORM BOND TESTING OF EXISTING COATING SYSTEM INSTALLED THROUGHOUT GARAGE (MINIMUM 8 CC W LOCATIONS) TO VERIFY APPLICABILITY OF POTENTIAL FUTURE TRAFFIC MEMBRANE RECOAT. TESTING TO BE PERFORMED WITH z o ENGINEER AND OWNER IN ATTENDANCE, AND RESULTS AND RECOMMENDED PUBLISHED BY MEMBRANE MANUFACTURER AS PART OF o UJ PROJECT CLOSE OUT REQUIREMENTS. o n o Cf) 17. AS PART OF LUMP SUM WORK, SURVEY GARAGE/STAIR TOWER INTERFACE FOR HIGH JOINTS, AND GRIND EDGE AS REQUIRED TO PROVIDE ADA COMPLIANT TRANSITION. N N O O LN DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: �. C.W. Pryzwara 21. VISUALLY SURVEY BEAMS AND SOFFIT OF FLOOR SLABS FOR DETERIORATION. CONFIRM QUANTITY AND LOCATION WITH ENGINEER, sl AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAILS 4, 5, 6, AND 7 ON DRAWING S500. aw111 IL CITY OF IOWA CITY LEGEND: Parking Garage ENTRY 1 EXIT — -- -- -- — EXISTING CONSTRUCTION JOINT Maintenance ® EXISTING AREA FLOOR DRAIN ------- EXISTING EXPANSION JOINT Program EXISTING PRECAST TEE STEM BELOW EXISTING CONCRETE CURB 2015 Project - - EXISTING CONCRETE BEAM BELOW EXISTING MEMBRANE SYSTEM DRAWING TITLE EXISTING CMU WALL UNEXCAVATED EARTH DUBUQUE STREET — --- — — EXISTING TEE -TO -TEE JOINT 3RD TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 April, 2015 HALF -TONE KEY NOTES DO NOT DRAWING NUMBER PERTAIN TO THIS DRAWING. S102 19'-91/2"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 19'-5"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 2n' -n°+ 19,_Q 1l7"+ A A TYPICAL FLOOR LEVEL PHASE 1 PLAN NO SCALE 4TH TIER 4oo_FLOOR PLAN S103 1116" =1'-0" NORTH TYPICAL FLOOR LEVEL PHASE 2 PLAN NO SCALE PHASING NOTES: Fj A. WORK AREA FOR CONCRETE OR MEMBRANE REPAIRS. PROVIDE BARRICADES AND SIGNAGE IN ACCORDANCE WITH GENERAL NOTES AND SPECIFICATIONS. B. BLOCK PARKING IN REMAINDER OF LEVEL AS INDICATED AND UTILIZE AS NEEDED FOR PROPER DRIVE LANE TRAFFIC AROUND WORK AREAS AND CROSSOVERS. C. BLOCK PARKING AND DRIVE LANES BELOW WORK AREA ON A DAILY BASIS ONLY AS REQUIRED FOR CONCRETE CHIPPING AND REPAIR ACTIVITIES. PARKING SPACES AND DRIVE LANES NOT AFFECTED BY DAILY WORK ARE TO REMAIN OPEN AT ALL TIMES. ALL AREAS BELOW WORK AREA ARE TO BE REOPENED AT THE END OF EACH SHIFT. D. PROVIDE OWNER APPROVED SIGNAGE AT THE ENDS OF WORK AREAS AS REQUIRED TO PROPERLY NOTIFY AND DIRECT VEHICLES AROUND WORK AREAS. E. PROVIDE BARRICADES AND SIGNAGE AT STAIR TOWER INTERIORS TO BLOCK AND REDIRECT PEDESTRIAN TRAFFIC AROUND WORK AREAS, NOTE LEVEL CLOSURES AT ON -GRADE EGRESS TO STAIR TOWER. F. AT GARAGE ENTRANCE AND EXIT LANES, WHERE APPLICABLE, PROVIDE ADDITIONAL PHASING AS REQUIRED TO MAINTAIN AT LEAST ONE ENTRANCE AND EXIT LANE AT ALL TIMES. COORDINATE PHASING FOR WORK ADJACENT TO ENTRANCE/EXIT LOCATIONS WITH OWNER A MINIMUM OF TWO WEEKS IN ADVANCE. PHASING LEGEND: ' WORK AREA. NO TRAFFIC. ADDITIONAL LOST PARKING ADJACENT TO WORK AREA. + + + + + + + + + + + + + + + + ISOLATED LOST PARKING BELOW WORK AREA (CONCRETE REPAIRS ONLY). 19'-91/2"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20 20'-d"± 20'-0"± 20'-0"± 20'-0"± 20'-d"± 19'-91/2"±Y STAIR B ii 11 ! T ! II II ' it i:: it ! IT I II 11 � it 11 ! IT II I 11 j it ! it 11 i ii II � it it ! it II � it � ti ! ❑ ❑ ! if ii 1 it ii I it 11 ! it e if I it Vi i II 11 1! II I ii I it II II � II � it n it it I I ii it � ii 16 1 II it 11 I it I 11 II ; 11 ; it II II it II 11 ti I I II 11 � it 11 � II II li it ii I 11 II ; II II 11 II II I II I I' II I 11 it I 11 it it II � II 11 � 11 it it ii 11 II IIfi II 11 it II II II I 1 I it II ii � II II li II II 11 I Ii II I Ii " I II „ I it Ai ; ti li it it ; it it ; II li i{ it i i! it 11 II it it 11 11 11 ii 11 11 it fi it I II ii I ii II I 11 11 I 11 II I i{ 1 11 II � it li ii ii � II it � YI it ' it it II � it it it � II ii � it i IC it 11 II tl II II II ii II 11 : I = ( I 1 ( 10 11 12 ! RAMP UP I TO 6tH TIER 1 TYP.:B1 TO C9; I ii i( I 11 I 11 it ti : ii it II 11 II II It it it f it it it � II I it I it II rt it it II II II it 11 11 t it 11 � It I II II II 11 If it I 11 II ( ii it ( II 1 it it : it it Ii II II 11 it it it II Ii Ii 1 if 11 it ii I II it ( if if I It ti i fl II it it Ii It It II 11 it it it ii i] II li li � it ii ii I II it I 11 It I II II I it II it , II it It it II 11 II II 11 ii li it 11 it i it it II it II � !i it I !i I II li it it ; li fi 11 II � II it I ti I ri li ii � 11 II II 11 � II it I it 11 � it II I li II I II II I 11 II � II �.� II � II II � II 11 P it II 1 ii 11 I it it I II II I II it I it II � ii II II � II tl it it II it II I II it I it II I Ii II I it li II it li it lY it � II !i II it II !I II it , ii it 3 it II it II i � it 1 li � II 11 11 1 it I � 11 Ii j II i � 11 i i � t it it li I ....It... II ( fi II ii ,..11... .II .., ii � {i li 1! ii ' li #1 II - Ii i1 ii II ,.,.1I..., I .I! ,....., ...AI ..I.. IJ.., Cl,. I,.. 11....... .,,.lt.,..l ..,..I.I II 11 � I ii II •� I , II II it II if ii II II 11 II II II II it II .14., ...AA.. A A 5TH TIER FLOOR PLAN 1/16" =1'-O" TYPICAL FLOOR LEVEL PHASE 1 PLAN NO SCALE TYPICAL FLOOR LEVEL PHASE 2 PLAN NO SCALE PHASING NOTES: A. WORK AREA FOR CONCRETE OR MEMBRANE REPAIRS. PROVIDE BARRICADES AND SIGNAGE IN ACCORDANCE WITH GENERAL NOTES AND SPECIFICATIONS. IR B. BLOCK PARKING IN REMAINDER OF LEVEL AS INDICATED AND UTILIZE AS NEEDED FOR PROPER DRIVE LANE TRAFFIC AROUND WORK AREAS AND CROSSOVERS, C, BLOCK PARKING AND DRIVE LANES BELOW WORK AREA ON A DAILY BASIS ONLY AS REQUIRED FOR CONCRETE CHIPPING AND REPAIR ACTIVITIES. PARKING SPACES AND DRIVE LANES NOT AFFECTED BY DAILY WORK ARE TO REMAIN OPEN AT ALL TIMES. ALL AREAS BELOW WORK AREA ARE TO BE REOPENED AT THE END OF EACH SHIFT. D. PROVIDE OWNER APPROVED SIGNAGE AT THE ENDS OF WORK AREAS AS REQUIRED TO PROPERLY IR NOTIFY AND DIRECT VEHICLES AROUND WORK AREAS. E. PROVIDE BARRICADES AND SIGNAGE AT STAIR TOWER INTERIORS TO BLOCK AND REDIRECT PEDESTRIAN TRAFFIC AROUND WORK AREAS. NOTE LEVEL CLOSURES AT ON -GRADE EGRESS TO STAIR TOWER. F. AT GARAGE ENTRANCE AND EXIT LANES, WHERE APPLICABLE, PROVIDE ADDITIONAL PHASING AS REQUIRED TO MAINTAIN AT LEAST ONE ENTRANCE AND EXIT LANE AT ALL TIMES. COORDINATE PHASING FOR WORK ADJACENT TO ENTRANCE/EXIT LOCATIONS WITH OWNER A MINIMUM OF TWO WEEKS IN ADVANCE. PHASING LEGEND: !i!i!i!i!i!i*i!i!i!�i!om ' awlillorld /tel/P/.//1..••- .••- 19'-91/2"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 20'-0"± 19'-5"± 20'-0"± 20'-0"± 20'-0"± 2n' -n"± 20'-n"+ 2n, -n"+ 1a_a 1/2"+ 13 TYP. TYP. 13 TYPICAL FLOOR LEVEL PHASE 1 PLAN NO SCALE AT STAIR 6TH TIER FLOOR PLAN 1/16” =1'-0" TYPICAL FLOOR LEVEL R■ ■ w A rm A 00%0 A lk■ NO SCALE +1 N 19 AT PERIMETER c M PHASING NOTES: n A. WORK AREA FOR CONCRETE OR MEMBRANE REPAIRS. PROVIDE BARRICADES AND SIGNAGE IN ACCORDANCE WITH GENERAL NOTES AND SPECIFICATIONS. B. BLOCK PARKING IN REMAINDER OF LEVEL AS INDICATED AND UTILIZE AS NEEDED FOR PROPER DRIVE LANE TRAFFIC AROUND WORK AREAS AND CROSSOVERS. C. BLOCK PARKING AND DRIVE LANES BELOW WORK AREA ON A DAILY BASIS ONLY AS REQUIRED FOR CONCRETE CHIPPING AND REPAIR ACTIVITIES. PARKING SPACES AND DRIVE LANES NOT AFFECTED BY DAILY WORK ARE TO REMAIN OPEN AT ALL TIMES. ALL AREAS BELOW WORK AREA ARE TO BE REOPENED AT THE END OF EACH SHIFT. D. PROVIDE OWNER APPROVED SIGNAGE AT THE ENDS OF WORK AREAS AS REQUIRED TO PROPERLY NOTIFY AND DIRECT VEHICLES AROUND WORK AREAS. E. PROVIDE BARRICADES AND SIGNAGE AT STAIR TOWER INTERIORS TO BLOCK AND REDIRECT PEDESTRIAN TRAFFIC AROUND WORK AREAS, NOTE LEVEL CLOSURES AT ON -GRADE EGRESS TO STAIR TOWER. F. AT GARAGE ENTRANCE AND EXIT LANES, WHERE APPLICABLE, PROVIDE ADDITIONAL PHASING AS REQUIRED TO MAINTAIN AT LEAST ONE ENTRANCE AND EXIT LANE AT ALL TIMES, COORDINATE PHASING FOR WORK ADJACENT TO ENTRANCE/EXIT LOCATIONS WITH OWNER A MINIMUM OF TWO WEEKS IN ADVANCE. PHASING LEGEND: WORK AREA. NO TRAFFIC. ADDITIONAL LOST PARKING ADJACENT TO WORK AREA. + + + + + + + + + + + + + + + + ISOLATED LOST PARKING BELOW WORK AREA (CONCRETE REPAIRS ONLY). HALF -TONE KEY NOTES DO NOT PERTAIN TO THIS DRAWING. TW THP Limited, Inc. 4 DN Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor ied the information it contains may copied P or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: { i4 S F 'fid 1 ;"4D R. €: l" SN p P DN ► .. ............ _ .,,,,. ..,. 7,11... .....fl ,, ,�1.. ,,... ,I,f,,. .., •Y( 11 ......,.,il.. t{...,.,.,.. ,.t `. ,..�,tf-. ..ft., .... �,.,., ,,.., .f. .,,,.it.,,>w ,,,tr.. I(_,. ..,. Pf,... •. it .Tf. „. ,., t.. rt" ,.,..,,,......,... .,. .... 1.,. ,. .._ ,,,, ... ,,,.. ..,...,.- ft t ,. „L. .,.., i , I,t..M ,�{.... . fT.. ,..T7771,17,...., ii , ......it.,,.. ... 11,_ ..1<I.,. >,j.f...., ,.. f ,.�,..:.... ..,. ,.. .., ._., T 1 ....... ... .. YC fl ..... .... .... ... ...... .... ,.. tt 11 II H YI 11 ... 'P7” t1 11 _. ......... ..... ... .. It - II iI . ,. .....:... ....,..., ,.,,.„,,. ,.,.. , .. .- .., ._... ... ,..,. ,. .. . ,.. ., ...,. lull!I' II f , II ; 11 : II n 1 � ii II ii , ;i II ; 11 ;i , i; i; i; ;i , j; II : 11 €. II ; If II ; ❑ z., i; 1 « I ;i 11 it ❑ ' ; tl VI !I , 1 ` 11 : 11 ;: ❑ . 1 If ; �� I{ 11 11 EI t! Ik I! I II « II I1 , , VI : it II : 11 li 11 li I1 11 % 11 IV ' II ' ❑ ; 11 II 11 II II , II 11 II II 11 1 II , !I : II ; tl ; 11 II II 3 11 II , 11 : 11 If II II 1 II 11 11 , i; 11 11 II II II II 11 1 II {! ; II 11 ; li ! II ; II 11 11 11 11 ? 11 11 11 11 II II II II II ' II II II fl II 11 II 11 II 11 11 11 II. : ii II II II 11 11 11 11 11 t II ? n !! 11 II fl II : II it : 11 11 : II it � II .. # fI If II II ; fl ; II II It L9 STAIR B I11 11 « tl II I II 1 11 II II 1 11 1! fl 11 II � i II 11 11 II 1 II II li If II 11 I 11 II I 11 !f I If II 1 11 � II , II li . 11 II II i{ tl It it ' 11 « 11 ,I II It it 11 1 11 If . !! 11 !I 11 i 11 11 I 11 - if 1 II Y, 1 !1 11 . II -. it . li 1{ 11 li i4 11 II II i ik n i ❑ ,Y fl I lI II it it II it II 1 II tl I it II , II 11 t 11 II 11 II II i II II I 11 � 11 fl I 11 II 11 II II 1 li I1 ,I , 11 it fl �� It •••, If Il 1 II 11 11 . li 11 11 i II li I 1 � II 1 II YI . II 11 , 11 If I{ fl 11 i 11 11 i II II 11 ! 11 11 11 II i II f I! II ,1 � li fl II 11 11 II it i 11 II ! 11 tI ! 11 11 11 II > ii 11 i II II i II i 11 !1 i 11 II II II i II « 11 II 11 11 II 11 II II ! 11 II II fl II II i 11 11 II 11 II 11 11 1! If ! 11 � II ! 11 11 ! II 11 ,1 11 II fl �� i 11 II i II II i II �� 11 11 II II 11 fl II 11 i II ! fl fl tt II i �� i 11 Il � 11 11 11 « 1 7 11 fl _.It.. It n « « �. I I 1 � I I I I t � I I I I • . « , « � (n Cn I I , , .....,,, .,y I 4 1 y .... ...-t}....,.., I ..,y I I ,..,,, i ,. , 1 ., • , , i F I I I ...,..... I « « « ' I 1 1 / C.A. Hauke « 1 STAIR B _� � CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE DUBUQUE STREET i THP JOB NUMBER DATE 12190.01 April, 2015 DRAWING NUMBER slo5 �... ..,.... ,,. .... ,.. ,... �n it�II� it 11 31 II I I I I 10 ' 11 12 , I b I 1,.MEp DOWN I TO 5tH TIER ! I I 1 I �" 1JTYE� I I I I I RAM FROM; DOWN TH TIER: it 11 II ii '1 1 I 1 I YYP. 1 1 I I I I 1 I I I I I 1 I I I I I I 1 I I I t I I I II 11 ' 11 ' 11 « li If 1 11 ! 11 it II I II 11 11 ! II i II 11 : 11 : 11 11 II ! 11 � II , II i 11 11 . it II i II II ! 11 II ! fl 11 , I, If II II 1 II II « li If II I li i it 1 {I : 11 II I n i 11 i 11 11 ! II 1 11 t II * 11 ' 11 II li II , II f� 11 II II i 11 II ! II II : f! 11 : 11 :- 11 it ! Ii 11 II ! 11 It II 1 fl II , 11 n i tl 11 11 : fY 11 i It It ! tt fI t II * 11 1 fl II ! !I tl 1 II ' 11 « 11 II � !1 fl fl II ! II II ! II II , n 11 , 11 II II ' ' ' It ! II II II ' II , II +!� II II I II fl II 1 II II I If II 1 II II 1 it II {I II � II II 1 II 1, ' , II II II 1 II I II 1{ � 11 : II ' II , II II 11 ' II If II I YI ' 11 II I5 I {1 II ; I I I I I I I I I I I II 11 II 11 11 I I t 11 11 I 11 II 11 I 11 If II I � II II !1 I I 3i I! I 4i / +4 Ii li Il 11 ' 11 11 I I I !1 11 I II ! II II II I II II II II II II Il I � I I j�j 1 II II It II 11 II It � II � If II « 11 11 li 11 Ii n 11 fl 11 II II II 11 11 II II 11 II II 11 II II II I, 11 II n !I 11 11 1 11 11 11 II 11 11 II II 11 II 11 11 li II II 11 11 II II II II 1 I it 11 %! tl II I li ik tt if II II II 11 11 If II 11 11 II II � II II 11 11 II 11 II 11 11 I II I it 11 11 11 � !1 ' 11 II . 1 IY. Ii 11 li II , 11 1 , II II li II , 11 11 11 II fl 11 li II II 11 11 11 II it , 11 1 11 II ,I If II 11 II li II II tl II II II 11 it II 11 11 � it , 11 II II it lY 11 II li II II II , 11 II II II 11 ' 11 11 11 n II 11 ' 11 II !k 11 11 � 11 It ' t 1{ lY tf it fI tl , 11 YI 11 , 11 11 t 11 Ik 11 II 11 11 11 fl If I4 li II 11 If iI II II Ii tl tl 11 II 11 tl II 11 it 11 it II 11 II fi 11 II II iI II 11 � it II fI 11 II II II II 11 11 : II II -LL---- LL--�-- --IJJ ---�- 11 it 1 II II - ------ ° -- -- --- _ -�--__"_I1� tl it I If II 11 II 11 it -L1-___'_-n--- -- __-- -'n-- ''_U it 11 li II II II II 11 II II I! tl II II II n j If tl fl II 11 fl If 11 _ _____ _� _i1 LL LL fl it !! 1! 11__�__ 1!_ li II 11 II 11 11 If ii II II II II II 1 11 11 11 li tl II If II II it , it it II it li II 1 II _IJJJ '' _Il_______LL II II _LL--- 11 II II II Ii I _____LL_ 11 11 II II 571- -ir'--- rr --- -- --..-----1'i- 11 If 1 I II I1E t I II 1 II 11 11 , tI II 11 1 fl , II li II 11 11 II 11 11 II II -n------it--- 11 $ 11 II II � II -' -- __ n- ❑ II ' fl !1 II , 11 II II t 11 II it 11 II ❑' �� II 11 II -n--""-n--- « �� ; 11 II � 11 --- II I II II II 1, 11 II II n--- '--n- II ' 11 � �� i� II II E 11 11 II II II 11 11 11 II II 11 1 11 tl t it If II II 11 II fl II {f 11 II it 11 it 11 II 11 � 11 II 11 it 11 11 II II ' II 11 II II II II 11 , i i II II II !I II II > if 11 n II 1 11 >. 11 . it 11 . 11 II II ; II 11 11 If II li 1! 11 it ❑ « II , 11 11 11 � 11 1! II ,{ 11 fI it I 11 11 II II II t 11 II If ,1 11 i II Ii II 11 II fl Il II 11 {1 11 11 it If fl 11 {1 II 11 , II 11 11 11 11 -R -`Fr---rr----"ir-- 1i 11 If 11 11 11 li II it II , 11 11 li EI --- n- 1! � II iI ` {1 it Cf it ti 1 II tt i II {i II 11 II , II li Il a FI I F iI I! 11 � II fi II 11 it 1 li 1 1 11 11 it II II II !i 1 11 tl t li I{ 11 If II 11 ' II li II II 11 II II II II n II fI 11 II rl II II 11 11 II II II II tl I! , 11 11 Ii � ..... .. ., ----- --- --- -- " _ -- - - II II II .. ..� .... � -, .. ;� ®� n ' __ _ n _ n _"-____"" -- ; - -- 'I----- II_ II II II II II II II 3 II 11 {1 I 11 ti 11 {F II / 11 II ? II II II , II II ; 11 II II II ii II 11 1 II 1 11 VI « 11 t 11 I! , II II 11 t 11 11 11 !i � ' ' ' ' i II I 11 1 Il 11 11 11 11 AI II , II II 11 11 11 II II II 11 I !I I II II 11 11 II , fI ' 11 II II 11 1 II II II 11 1 11 I, 11 II ` II II I II II 1 II i I 11 11 tl If If II II ` II i II ` 11 !f II 1 II II I II II II I II it II 11 ` 11 1 ' 11 I 11 11 I 1 li II 11 li 11 11 ' II II li 11 lI II ` 11 if , II it fl 11 fl � II II II 11 1 11 1 I 11 tl 11 1 11 11 II II 11 ` it 11 11 II li II � II 1 II 11 II ` 11 II I 11 it II 11 Il lI it II ` 11 II II I tl � !1 n II II 11 11 II 11 ` 11 {f 1 If '' II I )i II II li E 11 11 I1 n 11 , VI 11 I It II If li it 11 ` !i f 1 tl 11 � II It fl II 11 II I II 1 I VI li 1 11 11 1I II 11 II II 11 ` fl 11 II , II 11 ` II ;� 11 ' 11 11 I II t! 11 11 II II ` if II II 11 II If II 11 1 li ; II II II II II II ` II it 1! it 11 11 11 II 11 I z II 1 Ii 11 I 11 I II II II 11 tl II 11 II II II II {1 If II ` 11 3 11 , 11 11 ` II II II � 11 ' 11 11 II li it 11 11 I II I II 11 11 II 11 II it ' II ` II 11 II � I � fl !1 � 11 II 11 11 11 I 11 II 11 If 11 11 11 II ` II II 11 I fl 11 i tl II Ii ` fl I! 1 ) I! � i RAMP UP -`Ta 7tH TIER �1 I I I ITY� I I I I I RAI FROM; AP TIER 10 11 12 STH T(P. : t « « « t 1 1 I « I 1 { « I 1 « ► ...I 1.�._�w.... � . _.., I ;, ._ 1. .._., ,1 _ I . I � _.. .1.. .. � ... � rr..,..,1 ti, ... ,., � F,.w.. _ 1. _,....,_1 .._�...M t 1 .�... 1_ « .. I I I I 1 I I I I I I I � � i � $ i 11 !I I li I tl I/ n it � li � ,i If fl , II . II Ek Y! 11 II II 1! 11 11 11 � it II li !I ( 11 ( 11 11 � 11 � tl f1 . 1! . 11 II II it II II If it ; ,1 1 II II 11 1 II it � II it , fl II II 11 ( II II I II II I II II : II 11 II II II it , 11 � II : II lI : it fl 11 it 11 11 11 II II 11 II 11 1 II 11 1 It 1 11 n � 11 11 , 11 II ( 11 ? IE I it II I 11 II � 14 II , It 11 � 11 tl it If . ,i 11 , II 11 11 li II VI li tl !I « 11 11 I 11 II ( II II ( 11 II � 11 11 � 11 tl , 11 tl , II 11 II II -� II 11 ,� tI - 11 ( II 11 : li II I fl 11 II � 11 II II 1 11 11 II II I II II 11 � 11 II II 1 If II ( II 11 I II II � 11 II 1 II , II � II : 11 �� Af 1 II 11 � li , If II II it � II tI it 11 I II II ( !! II I II Y{ � IY ,1 � II z 11 � II � 11 t II , II . 11 {V I II 11 � 11 1! . II II II 11 « II II I II 1 II II II II 11 : II II 1 II II 1 11 11 I II 11 II II � II II 1 II : I1 II , II {t : II 11 t {) I 11 1! 11 I 11 1 11 11 � � 11 11 . 11 , 11 Il tV � EI II II I II 1 11 : II II 11 , !f I 11 � 11 I, 1 If 11 {1 14 lI 11 1! , 11 I1 1! II II 11 li « II I{ II I II II II I fl t, 11 1 11 II 1 11 li 11 11 11 11 11 11 lI II It II II II I II II 1! 11 11 II li I li � 11 I it II I II II 11 II II II ti 11 11 � II , II II II I 11 11 I II II 11 11 II 11 II II 1 II II II ,I it 11 I II tl II 11 II n � II li ( 11 II II !I li !1 II II 1! 1 II 's tl I II 11 II 11 II II II 11 I 1I 11 li fI 11 tl � 11 11 VI II II 11 11 II II Vi 1 II II I 1 � II I II ll it It II 11 li 11 11 1 11 fl II II If 11 11 � II 11 1 11 ,1 If II 11 II 11 II li Il II i Il 1 11 } II I II 11 I tl 11 II II tl it ii VI 11 fl � 11 If II IY 11 11 I 11 I II 11 I{ II II ; 11 II II II Il II 1 11 li II fl 11 II I 11 II II II 1 li fl 11 R 11 !i H 11 tl ❑ II II it tl II it 11 ❑ II If 11 II it : II 11 II II II > t! II II tI n 11 II ❑ JI II fI II 1! II tl II ❑ li II 11 II II 11 11 11 it fV II 11 11 II II 1I II 11 11 II li tl II II II II � 11 11 11 II 11 II 11 11 II 11 11 11 11 11 1 n fl fi 11 : 11 fl 1 II li II 11 Ii II 11 11 31 Ii 11 II II 11 YI II II 11 It II II 11 II II 11 II , 11 11 II II II 11 11 it II II « it !1 II IV , It !i fl 11 II II 1_ fI { ...,.. ,,, .,_,,, ,,, , I 1. _ Ii ,.,,,,...,..._ ,.....,,, ,,, -.,.,M.. 11 ,,,... .._,....,., 1 ., .., 11. ..,.., .! ....,, 1 1 _ 1 A. _ _ ❑ ... , ..._ r , , — A.., AA ..... 1, .,,..... 1 ,,,.. . 6 , A.. a 6 1. ., If .... . I l ,...... .. ,.,.... t 1 .It. l.... }. ........... Sd .. ....11 ,.. J., t. ..:..{I.. I1 ...,. .. II dA ,.. ...11.„ . ...... .. .... .. ,. .. ., _tA 1 ! , . _ ... ). .t. I. .. t..._.. ........tA.. ,.... 1l.. il....., ,,,.J .,.... I,I.,,.,...,....,tJ 1 I .., ,,.,. A, .6 .,+.,..., . ,�L 1 ,.o ..Alm=, t ..JA... _1. .... .. ...1 .1+.... 11 i.. teC..,.. _.. .. _.. _.. �. _ �.1ld II I I ,< tom_.>ik II II II 11 II 11 tl II I! it It .m.,,. It 31 ..3.1,...,d.,.. FI II 1i,. ,....,,1#...,. ,.J1 ..�.>�........ 11 ❑ II a„_,e,,,, t« II II TYPICAL FLOOR LEVEL PHASE 1 PLAN NO SCALE AT STAIR 6TH TIER FLOOR PLAN 1/16” =1'-0" TYPICAL FLOOR LEVEL R■ ■ w A rm A 00%0 A lk■ NO SCALE +1 N 19 AT PERIMETER c M PHASING NOTES: n A. WORK AREA FOR CONCRETE OR MEMBRANE REPAIRS. PROVIDE BARRICADES AND SIGNAGE IN ACCORDANCE WITH GENERAL NOTES AND SPECIFICATIONS. B. BLOCK PARKING IN REMAINDER OF LEVEL AS INDICATED AND UTILIZE AS NEEDED FOR PROPER DRIVE LANE TRAFFIC AROUND WORK AREAS AND CROSSOVERS. C. BLOCK PARKING AND DRIVE LANES BELOW WORK AREA ON A DAILY BASIS ONLY AS REQUIRED FOR CONCRETE CHIPPING AND REPAIR ACTIVITIES. PARKING SPACES AND DRIVE LANES NOT AFFECTED BY DAILY WORK ARE TO REMAIN OPEN AT ALL TIMES. ALL AREAS BELOW WORK AREA ARE TO BE REOPENED AT THE END OF EACH SHIFT. D. PROVIDE OWNER APPROVED SIGNAGE AT THE ENDS OF WORK AREAS AS REQUIRED TO PROPERLY NOTIFY AND DIRECT VEHICLES AROUND WORK AREAS. E. PROVIDE BARRICADES AND SIGNAGE AT STAIR TOWER INTERIORS TO BLOCK AND REDIRECT PEDESTRIAN TRAFFIC AROUND WORK AREAS, NOTE LEVEL CLOSURES AT ON -GRADE EGRESS TO STAIR TOWER. F. AT GARAGE ENTRANCE AND EXIT LANES, WHERE APPLICABLE, PROVIDE ADDITIONAL PHASING AS REQUIRED TO MAINTAIN AT LEAST ONE ENTRANCE AND EXIT LANE AT ALL TIMES, COORDINATE PHASING FOR WORK ADJACENT TO ENTRANCE/EXIT LOCATIONS WITH OWNER A MINIMUM OF TWO WEEKS IN ADVANCE. PHASING LEGEND: WORK AREA. NO TRAFFIC. ADDITIONAL LOST PARKING ADJACENT TO WORK AREA. + + + + + + + + + + + + + + + + ISOLATED LOST PARKING BELOW WORK AREA (CONCRETE REPAIRS ONLY). HALF -TONE KEY NOTES DO NOT PERTAIN TO THIS DRAWING. TW THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor ied the information it contains may copied P or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: { i4 S F 'fid 1 ;"4D R. €: l" SN p P W Wo Wm Z� o o rn CJ) _ u, L9 0 N 0 N v 0 d- 0 U) w D (n Cn N DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara _� � CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE DUBUQUE STREET 6TH TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 April, 2015 DRAWING NUMBER slo5 UffiffiffS«;i 191-91 /2"± -il20'-0"± 20'-0"± 20'-0"± { 20'-0"± 20'-0"± 20'-0"± 20'-0"± ', 19'-5"± 20'-0"± 20'-0"± 20'-0"± { 20'-0"± 20'-0"± 20'-0"± 19'-91 /2"± +H CV U? TYPICAL FLOOR LEVEL PHASE 1 PLAN NO SCALE IR AT JR Al 0 TYPICAL FLOOR LEVEL PHASE 2 PLAN NO SCALE PHASING NOTES: A. WORK AREA FOR CONCRETE OR MEMBRANE REPAIRS. PROVIDE BARRICADES AND SIGNAGE IN ACCORDANCE WITH GENERAL NOTES AND SPECIFICATIONS. B. BLOCK PARKING IN REMAINDER OF LEVEL AS INDICATED AND UTILIZE AS NEEDED FOR PROPER DRIVE LANE TRAFFIC AROUND WORK AREAS AND CROSSOVERS. C. BLOCK PARKING AND DRIVE LANES BELOW WORK AREA ON A DAILY BASIS ONLY AS REQUIRED FOR CONCRETE CHIPPING AND REPAIR ACTIVITIES. PARKING SPACES AND DRIVE LANES NOT AFFECTED BY DAILY WORK ARE TO REMAIN OPEN AT ALL TIMES. ALL AREAS BELOW WORK AREA ARE TO BE REOPENED AT THE END OF EACH SHIFT. D. PROVIDE OWNER APPROVED SIGNAGE AT THE ENDS OF WORK AREAS AS REQUIRED TO PROPERLY NOTIFY AND DIRECT VEHICLES AROUND WORK AREAS. E. PROVIDE BARRICADES AND SIGNAGE AT STAIR TOWER INTERIORS TO BLOCK AND REDIRECT PEDESTRIAN TRAFFIC AROUND WORK AREAS. NOTE LEVEL CLOSURES AT ON -GRADE EGRESS TO STAIR TOWER. F. AT GARAGE ENTRANCE AND EXIT LANES, WHERE APPLICABLE, PROVIDE ADDITIONAL PHASING AS REQUIRED TO MAINTAIN AT LEAST ONE ENTRANCE AND EXIT LANE AT ALL TIMES. COORDINATE PHASING FOR WORK ADJACENT TO ENTRANCE/EXIT LOCATIONS WITH OWNER A MINIMUM OF TWO WEEKS IN ADVANCE. PHASING LEGEND: Ml 'r i TW THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL THP JOB NUMBER DATE 12190.01 April, 2015 =ERT�AION'TO E KEY NOTES DO NOT DRAWING NUMBER THIS DRAWING. S106 ns c= DRAWN BY: 19. LOCATION OF EXISTING DAMAGED METAL FLASHING AT PERIMETER OF STAIR TOWER. REPLACE IN KIND WITH SIMILAR FLASHING G.O. Donahue (MATERIAL SIZE, GEOMETRY, GAGE, AND ANCHORAGE TO STRUCTURE). INSTALL NEW SILICONE SEALANTS AT TOP PERIMETER OF ENGINEER: FLASHING PER SPECIFICATION SECTION 079200. C.A. Hauke CHECKED BY: rn c17r to t THP JOB NUMBER DATE 12190.01 April, 2015 =ERT�AION'TO E KEY NOTES DO NOT DRAWING NUMBER THIS DRAWING. S106 DRAWN BY: 19. LOCATION OF EXISTING DAMAGED METAL FLASHING AT PERIMETER OF STAIR TOWER. REPLACE IN KIND WITH SIMILAR FLASHING G.O. Donahue (MATERIAL SIZE, GEOMETRY, GAGE, AND ANCHORAGE TO STRUCTURE). INSTALL NEW SILICONE SEALANTS AT TOP PERIMETER OF ENGINEER: FLASHING PER SPECIFICATION SECTION 079200. C.A. Hauke CHECKED BY: C.W. Pryzwara mow Owl� Ilii CITY OF IOWA CITY LEGEND: Parking Garage ENTRY EXIT — — ------ EXISTING CONSTRUCTION JOINT Maintenance ® EXISTING AREA FLOOR DRAIN ------- EXISTING EXPANSION JOINT Program -----___= EXISTING PRECAST TEE STEM BELOW EXISTING CONCRETE CURB 2015 Project -- _. .. EXISTING CONCRETE BEAM BELOW EXISTING MEMBRANE SYSTEM DRAWING TITLE EXISTING CMU WALL UNEXCAVATED EARTH DUBUQUE STREET — - --- -- — EXISTING TEE -TO -TEE JOINT 7TH TIER FLOOR PLAN 11 THP JOB NUMBER DATE 12190.01 April, 2015 =ERT�AION'TO E KEY NOTES DO NOT DRAWING NUMBER THIS DRAWING. S106 DRAWN BY: 19. LOCATION OF EXISTING DAMAGED METAL FLASHING AT PERIMETER OF STAIR TOWER. REPLACE IN KIND WITH SIMILAR FLASHING G.O. Donahue (MATERIAL SIZE, GEOMETRY, GAGE, AND ANCHORAGE TO STRUCTURE). INSTALL NEW SILICONE SEALANTS AT TOP PERIMETER OF ENGINEER: FLASHING PER SPECIFICATION SECTION 079200. C.A. Hauke CHECKED BY: C.W. Pryzwara mow Owl� Ilii CITY OF IOWA CITY LEGEND: Parking Garage ENTRY EXIT — — ------ EXISTING CONSTRUCTION JOINT Maintenance ® EXISTING AREA FLOOR DRAIN ------- EXISTING EXPANSION JOINT Program -----___= EXISTING PRECAST TEE STEM BELOW EXISTING CONCRETE CURB 2015 Project -- _. .. EXISTING CONCRETE BEAM BELOW EXISTING MEMBRANE SYSTEM DRAWING TITLE EXISTING CMU WALL UNEXCAVATED EARTH DUBUQUE STREET — - --- -- — EXISTING TEE -TO -TEE JOINT 7TH TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 April, 2015 =ERT�AION'TO E KEY NOTES DO NOT DRAWING NUMBER THIS DRAWING. S106 19'-10"± 20'-0"± 24'-0"± 24'-0"± 24'-0"± N 31 20'-6"± 24'-0"± 24'-0"± 24'-0"± 24'-0"± 24'-0"± 20'-0"± GENERAL NOTES: TW A. MAINTAIN CONTINUOUS UNOBSTRUCTED ACCESS TO ALL GARAGE ENTRANCES/EXITS, RAMPS, STAIR TOWERS, BRIDGES, AND MALL ENTRANCES. WORK REQUIRING PARTIAL CLOSURE SHALL BE COORDINATED IN ADVANCE WITH OWNER. 15' 10"± PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING MALL PATRONS SAFELY THROUGH OR AROUND WORK THP Limited, Inc. AREAS. REFER TO SPECIFICATION SECTION 015600. 100 East Eighth Street 31-6"+ 3'-6"± _ 4'-0"± Cincinnati, Ohio 45202 B. PHASE WORK TO ACCOMMODATE CONTINUOUS TRAFFIC CIRCULATION. ERECT BARRICADES AND PROVIDE Phone: 513.241.3222 PROFESSIONALLY PREPARED SIGNAGE DIRECTING TRAFFIC SAFELY THROUGH OR AROUND WORK AREAS. AS Fax: 513.241.2981 REQUIRED TO PROTECT PERSONS AND PROPERTY, BLOCK OR RESTRICT ACCESS AS NECESSARY TO AREAS DIRECTLY www.tnpltd.com 4 UP BELOW WORK AREAS. REFER TO SPECIFICATION SECTIONS 011000 AND 015600. ALL PHASING AND PROPOSED WORK AREAS SHALL BE REVIEWED AND APPROVED IN ADVANCE BY OWNER. CONTRACTOR SHALL FOLLOW CRITERIA BELOW This document is the product and property �D WHEN DEVELOPING PHASING PLAN: of THP Limited. Neithr the document nor _,..._......... ... .. . d m,, ... _,. _. . _ ,.._ ..H- it I1 II 11 fl !! II II -- . .............. .. ..., ... ,... .. ....,.,.._,«...... _ ., . ,..,, .... <.. 1. 1V 11 II II ..I L. Ii II II II II - the information it contains may be copie II II . „ „ . IV II II It . it 11 • II II 11 i, . „ it . II II �� �� --'-- n ----- --'-----¶- �� ` �� , ;� 11 II ;; ;Y ;; . ;i ;; . ;; ;i !; ;; . 6 1; . i; ;; ;i ;i , II 11 , ;; ;! I' ;; . 11 I' . l; ;; ;; ;; • i; ;; , ", ;; ii €€ €, ;; , ;; ;; t II ii II II • C t ({" or reused for other than the specific MINIMUM DRIVE AISLE WIDTH 12- 11 It 11 {I 1, it II 11 , 11 II 11 II II 11 II ,I ; Ii !! = i project for which it was prepared without P 1 P P i I 1 I I , II II � 11 II I I 1 f 1 I I 11 lY 11 II II II 11 II it II II 11 11 11 f IV II 11 II II II / I, 11 11 11 Ii II 11 II II YI II 11 II II II ,I II it - „ j ,I I j II 11 j t! ; ; „ „ : • MINIMUM PEDESTRIAN WALKING AISLE - 6' 0" the written consent of THP Limited. II Vi ! ! 11 li ' I{ I, ' 11 II } � 11 I II j II II j II II II 11 j 1V li j n IV „ ,I j It li j fl II II II j , II j 11 11 � II II j II II j II 11 ' ° tl j II tl j ;; I! ' ;; ;� j !f 11 j 11 1 I I II II 1, ii 11 , If 11 , Vi =: II , II II , 11 If i VI II • II t! , „ II I 11 II , II IV • it ,I „ 11 I ,1 II 1 VI IV �; II i II , II II • II • II 1! t 14 11 • 1! II , i, 11 II , II II VI I it {{ , 41 Ii II fl n • 11 II . If , 11 . II Q 1V It 1 VY n • 11 " 1! • 11 IV , II II t II VI • 1, it t If 11 1 II II • !! II 1 11 it 1, It ' 11 II ' it it I II 11 fi IY 1, II II • j j II : 11 II it „ �� � �� �� II 11 ;� �� � If i, .I 1! ;; �� � it �� : ;� �� : YI II � II II 1 II rl : II n S .1 1, 11 11 : j li 11 t! t _ CLEAN, NEAT, LEGIBLE PROFESSIONALLY PREPARED SIGNAGE POSTED AND MAINTAINED AT ALL TIMES. 11 , II 11 ' II I! ' €1 11 11 II 11 11 ' II II II II ' I€ II ' I, ,I ; n f€ ' fl II ' II li 11 11 ' If li ( 2 ('{ n i' VI I i) („ n ' " " j " I '€ 1 n 'i I " I' 11i " i " i I (" " • 0" H RANGE CONSTRUCTION FENCE, SUPPORT AT DISTANCE TO SUFFICIENTLY SUPPORT FENCES WITHOUT SEAL: 4'- IGH O E S CE SAGGING. t „ . . .......... ....._ ... , , ,--- -, -- f I i 1 I f I f 1 I ... w- ... .......,, . • , 1 , rr' rr- m-- n rr- -n II II , it I II t . , 1 : t 1 t ; ; I ,.�..,. , f (� of ' t f ECT, AS NECESSARY, ALL EXISTING BUILDING FEATURES TO REMAIN. DO NOT DAMAGE. CONTRACTOR SHALL PROTECT, CONTRACTOR SHALL REPAIR OR REPLACE DAMAGED FEATURES (AS A RESULT OF INADEQUATE OR IMPROPER 'Q "*9 �% i I i i i i i I i i j j III i11 i11 ) PROTECTION TO SATISFACTION OF OWNER. t II It ; If If ; If 'jY � RAND R t. D. WHERE REQUIRED, COORDINATE WITH OWNER AND PHASE WORK SO THAT NO TWO ADJACENT STAIR TOWERS ARE T lON _ 4 = ' ' CLOSED AT ANYTIME DURING THE PROJECT. REFER TO SPECIFICATION SECTION 011000. I I I I I 1 TYP. I I I I I I I I I 1 I I i I I I I I 1 1 ?rYP 92 I ( I I I I 1 I 1 i I I : : : : :�ro" F E. PROTECT FLOOR DRAINS FROM DAMAGE AND DEBRIS DURING WORK. RESTORE EACH DRAIN IN OR ADJACENT TO WORKlow } I 3 1 + # AREAS TO FULLY FUNCTIONING CONDITION AFTER EACH WORK DAY. F. FOR ALL WORK ON RAMPS, UNLESS COORDINATED AND APPROVED IN ADVANCE BY OWNER AND ENGINEER, ALL RAMPS AND ASSOCIATED TRAFFIC FLOW TO AND FROM RAMPS MAY ONLY BE INTERRUPTED FROM MONDAY THROUGH 3:00 PM II II II It II - 11 IV II it II II li 11 n li tl II II 11 II II II „ II II If fl II II I1 II 11 II II 11 11 II II II IC II II 41 11 II II Il „ II Ii 11 ' II II II 11 , II 11 , II 11 II II , II 11 , 11 II II II ' II it it 11 II li , II II FRIDAY, WITH ALL RAMPS OPENED FOR TRAFFIC FLOW FROM 3:00 PM FRIDAY THROUGH SUNDAY. 'II till; ;,I;;tllll ni,l IIII, f,!1, ,ill, 1lj,l I I{� I ,I 1, I I i, ,1 :. II it H 11 I 11 II 1 II Il 1 1, ,1 j II II j 11 I j II � 11 j I , , II j it 11 , YI II , ❑ 1, , I VI II . !. n n: u u: u u: n n. n o f II II , n u. n Ii i n n II a II Ii f u ❑, u n. n u f n II , u n n i n u n• u n: n n 1 1 II n 1 II u. n u, n n. u n• n u n n: u ❑. n al i n u: n u u u II n ; n n « u n . u n II n I u% u' n u' n n t u n' n ,I ' u u I u n n' n n n n II u u n n u n u' u u I n u' n n u u I ff u' a n' , I n II II I II 11 l 11 II I II II 1 II I! 11 II f Il IV I II II if ,1 I VI iI 1 „ " II iV , I! 11 ', II IV II ' fl II II i II 11 II 1 If 11 I II II II Ir I II I{ I 11 fl II 11 I 11 II 1 II fl II II 1 11 II 1 II II II 11 I II II I 11 11 Ii II I 11 lY I 'f if !1 II I II li I li !1 I II II I 11 11 ' I i !, II I 1 i 1 I I ' I � � I 1 II 11 ;1 IV II II r 11 fl 11 11 it ' 11 II II II II II lY 11 !I fl li , fl i, II II II ii If Il I1 II 1 {1 II II II IV II II 11 : 11 II VI II 11 , II II II 11 II II li i, ii 11 II II II f, !, it II 11 II II II II II 11 II fi If II {i , €1 1€ II it It II I II 1, 11 ' 11 If 1 II 11 : li II t 11 II , II II II I! t II II t II ii ' II II • 1, 11 , II ii tf it • it 11 , ,1 it 11 II , fl 11 , 11 II II 11 , II it • II II i 11 II : li n • 11 11 1 11 II t II II • 11 II 4 II II • if II t II 11 11 II 1 ,I II 1 11 II 1 li {I , 11 it 1 II li i tl 11 • II ,1 t I4 11 , ,I 11 1 II „ 1 • 1 VI II 1 11 I II y II I I, 11 I II II II V, II I! li l,® It II II II f{ ti IV I, ' iI II ' 11 !I f II 11 1 I{ YI , IV t 11 II i II II n II II �il II II ,1 II II II 11 II 11 II II ' II II II It' II 11 ,I 11 tl it n 11 t®!F II 11 91 Ii ,I II II IG 11 lV IF ,I II II 11 ' tt. 1L tl iL LL _t! U--- -- U ll LL U SL__I___LL_____Jl_ I _U___.__1L L______Jt__�._.I1_____-Jl rr----rr- --rr----rr rr -n - ---n------n--- n--- ---n- n § n rr------rr-- ---n ---n- T s ---n it-- it --ir --tt It II 11 t, is f II I II II 1 II II II 11 II II IY II II tl II II V, 11 li ff 1 I fl 11 ,i ,Y II 11 II {I li ? It II 11 YI I1 n I, !! €t fl ,! II II 11 If II 11 II II 11 tl II II II II II II II n ®II 11 11 II II it 11 11 1VI I, II II II II II II II ,1 II II II II ii It II II II II 1 II 11 II !1 I! II I3 If 1 I II „ I 11 t, II tl 1, i iI II 3 II II II is II t it i, II 11 1I !1 11 11 n tl 11 II t It 11 11 ,i It II ,I It II II II II 1 II If ,1 II II II YI 11 fl 11 If 11 11 11 11 II it II II II I, 11 II II II ; II 1, it II II ' 11 II if ,I 11 it II 1 11 tl t II 11 II II II li II 11 it iI + 1, 1! 11 II II II II 11 II II II II 1, ,1 I, II ,I 11 11 II II + II II II 11 11 11 VI II ,1 fl fl 4t ll II ,', II 1V ' II 11 ' II li 1 II 11 ' II II II 11 ' II II ' II 11 Il I, ' fl II ' li II � II 11 ' 1 I ' II it II 11 , II It 1 I, II 1 II II II II II II I II II rl 1, li 1, VI II 11 II II II It II I I II II II II , li li II II 11 II 11 II 11 II ' 11 fl li II II II 1, it If II iI 11 II II II II II If fl 11 fI II II If I€ II 11 II 11 II II II II II , II " II it 1! II 11 ? If li , ,t II • tl II ! fl II ! 11 11 ; II II ! II 11 ! 11 11 � 11 II ! II II i II II 11 it ! I 1 ! It II fl 11 ! II II i II II . 11 Ii ! it If ! ti Vi ; 1! If � f{ 11 ! II I! l tl l l � I l l I l 1 l 1 1 I l , l I 1 l l I l it 1, II II If II II II I, I f 1 II II 1 it li II 11 II 11 1 11 ,1 11 11 II 11 II 11 II 11 II 11 li II 11 II II II II ( it II II 11 11 � II 11 1 11 11 II II fl II IY II 11 II it 11 11 11 i it !1 11 II tt II � !, li II it „ 2 II fl 11 II � II II II 11 fi II YI it 11 11 II 11 II II � II fl II II II EI II fl II 11 II II II V, 1 II II II II II II 1 II II 11 11 1! II +� II II I 1 II If � II 11 II 11 II 11 II II II II II II {' Ii I1 II n SI 11 1 II 11 I! ft 11 If / II II !I it 11 II � II II II II II IV II II II Ii li I, I II li 11 II I, ff t Ii II II II �: II II 1 {I I1 I II ? 11 1 II II I II II � II 11 I 11 II 1 II II i II II 1 11 II I 11 11 � II II I 1 I 1 II II I 11 it I II II 1 II 11 11 II 1 II 11 1 II 11 I II II I ,1 li 1 71 ri � Ii 11 1 fl I! f tl tI ' li ,I 1 II II 1 II II � II II I 11 II 1 11 11 � 11 li 1 rl II 1 If II II 1, 1 I) II 1 11 � II 1 II II 1 II 11 j j I I I I I I I I I I I 1 I I ii 1 t : : i : : : : I . • � : : 1 : : I : : 1 : : ! : : I : : i f Is RAMP IJOWN I I I I I I I ( I I I I = 11 2 3 92 I I j I I I I 1 ' 1 4 1 ' I TYP. I I 1 1 I I j 1 TYP. 1 I 1 1 i l i i i i i i i i l i i j i i i i i i i j j i i i i i 1 i i i i i i i i 1 i i I i i I1 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 1 i t II it ( 11 II l II If I 11 11 ( II II i II II I 1I II I 11 11 j 11 II ( 11 11 ( II II II Ii 1 ! 1 ( II 11 i It II ( II fl I II n 1 II II I II li ( If II i it II I ii II I n Ik 1 11 11 1 ,1 II 1 II II ( IV II I II II 1 II II II 11 I 11 11 11 it f II 11 II II II 11 I II I1 II II II II f(( 11 11 II 11 ' n n, n 11, a 11 1 11 n, 11 II II II , n n, n u, n n, a n, n n n u, I ,, a n, a u, n n, 11 u 1 n II 1 11 n 1 11 11 , ,i u, 1, „ 1 11 n 1 u u, n n, u n f n n I I ( I I ( 1 I f } II II II II II II II II H fl , II 11 it II !I II , it II II ,I II II II II II II 11 11 II 11 It II II 11 II II : II II II 11 11 li / 11 II II II V, 11 11 II II II , II II If 11 If II ; I, !1 ,1 11 II li f 11 YI it 1V 11 is f IV i1 II 11 VI II 1 II II II II II II II II II II II II II 11 II ,I 11 11 ! II II IV II II II II II II I! it n ' II 11 ' II 11 ' II II ' it 11 II II ' II II ' 11 11 1 II VI ' II if ' II II II „ ' I ' 11 If ' II II ' II 11 ' II n , 11 ,1 ' II II ' II 11 fl If ' 11 1, ' V, !, ' li i{ , 14 Ii ' !I Ii ' II II ' II 11 ' 11 II II II II II II II 11 II ' VI II ' VI 11 ' II 11 ' If II , VI 1, I It II ' II II 1 1 1 j ft It 1 n II I II II I II II 1 If II � VI II 1 11 II I II II II II I II II I II 11 � II II I I I 1 11 If � II II 1 YV If I II II II VI 1 II II 1 IV ,1 � 11 IY 1 II ,1 I 41 #f I II 1, 1 11 li 1 f4 11 I IV it 1 V, 1, 1 II 11 � it it 1 ,I II 1 11 II I 11 fl 1 it it I II II i 11 II 1 II II I II it I II II 1 II II �'- 11 II 11 II It 11 11 11 II I1 Ir II 11 II II II II II 11 II 11 IV II 11 I i II 11 II II 11 II 1, 11 II 11 II II 1V ' I! II 11 it 1# I! I f, ii II 11 11 II 11 it ,1 it it 11 , II ,i it 11 II ; ,I If II 11 ,I II 1 it II 11 1, II I 11 11 II II n u u 11 II n u n n u! n u u n n n It u n u u u u u fl 1 I 11 u u it u II 11 n f II 11 n I, II 11 n 11 u n n u 11 u u n tl n 11 11 n 11 11 n u ,I n u u n ffJ. n ,f a I, tl !1 n n If. n n II n n II u • 1 , . . : : : : : : : It 1! II 11 II II ❑ n n II 11 11 II II ❑ I! it II II n 11 li II 1 I ,I 11 II II II 11 II II II 11 n II II II II 11 II ❑ tI II fl It YI 1, II ,1 II YI II II II 11 II 11 II ,1 II II �yll 11 H iF it ,I II II ,I II H ; 11 II II II II ` 1 r� 1 rr I n l I - -- -- I U---- I= ��-1 _. ... _ m... ... _ . -. - rr-----rr-- --tr-- ---rr- --rr n -- ---n---'-'-n'-' ' n --'--'-n- n n--- n ---n- --n ----n- 1 1 1 f -m ---n--- n-- -n rr �- n- ir-----I'll--1-1111 -n iT y 11 II 11 I! II 11 1 ,1 1 II II®1 11 II : ❑ II II II II II 11 11 Ii II fl fl 11 II II 11 II II N 11 11 11 II II I II II 1 11 II If II II 11 , II IY f II II , I I 1 11 II I II II I II 11 ,I II 11 u._. r u 11 • 11 II I II 1{ 1 11 I, , ,..II !I 11 n 1 IE II l 1I it II l II I1 n n n n u u n n n n u n u n n u u u n n n n u II u n n n n n n 1 u n II II 11 11 u u n fl n n I u u u u II ra i u n u u 11 II 11 11 11 II ; II II II II 1 II II ' II II ' II n 11 II ; II II II it #1 II II U ,I tl ; II 11 ' II II II II ' is ; II 11 11 II II II , II II , 11 fl II II ; 11 II f 11 II ' 11 ft 11 I! 1Y II ; ,I 11 ,f 11 1 II 11 ; II II t. 11 II 1 II II 1 11 11 II II 11 II i II II l II II I II 1, 11 II 11 1! ft li !1 11 fl kl 1 1, 1, II I, f !I VI 1 ,I it I 11 II 1 11 it I I1 ,I I ,! II II ,1 , it II 1 II II 1 11 II I li 11 1 II II II II II II II II IV II is i VI 1, 1 II II 1 Ii iI i 11 !I II 4' tY ii 11 11 fl II ! f II ,I i , ! It it ; II II i 11 II i II II I II II i II II it II li ! II ,1 : II II II it . 11 II • II II I 11 II ' II II ; If 11 11 II If i{ If 11 1! If II i, • H ,i I, Ii . II 11 . 11 11 II 11 , 11 YI 1 II it II 11 II ,1 ,f 11 1 ' _ . n n • II u u la • n II • u u, ❑ 11 , u u . n u i1 fl II ' u n ; II n , n u . n n . u Ia t is u , n fl r fl Ii u u • , f II u t u u , u n . n u y u n • n n . n u 1 u n . n it . n ,I u n u u ' n n I ii u 1 u n , ti a ;E ;i , i i , u iI 1 II u • ii ii , �i ii �i u , ii ii ' n n I II u I 1 , 1 f , 1 I , 1 I � 1 1 II II } II II II II f II II i II 11 I II II 1 11 II I II II I VI II 1 I 1 I I I I t i . • , t i • 1 1 . 1 i • . t , t i 1 1 1 . , , 1 I I 1 j I I I I 1 1 i RAMI UP i I 4 : + 1 1 2 3 92 I I I 1 I I I I TYP. TYP. II II 1 If 11 1 it II I n Ii ( it II I I 11 n I II l4 ( 11 iE II 1V ( II I! I li II kl II I II II I n n II II I II II 1 11 It II II ( 11 II 1 II 11 II 11 ( I I I 11 II II II I II 11 I II II fl II 1 II II 1 II II ( ( II 11 II (t II 11 li II It II 11 II II II II 11 ,1 !! 1 II II II 1 f1 1 II II fl tl 11 II V, !I ,3 II 11 li I! 11 11 , II II I, II II I1 , 11 11 II 11 11 , II 11 1 f II II II II II II II II II 11 Ii II II I, ' II it II 11 1 1€ II l It IV l !! l II II l II VI II , II 11 , II II 1 II II 1 11 It , II II II II tl II , II 11 . I} 11 1 11 II II AI . ,I If 1 II 1 is i, IV ,1 , II II 1 II II 1 If 11 : 11 I 1 II II : II 11 • II II 1 II II 1 1 f : Ir II ; li 11 1 II 11 1 II II II II II 11 t 11 it : 11 II ; II VV ; 11 II , 11 11 : II II : 11 11 , II 11 �- II II ' II I' II � ,1 ' ,1 II II II I 11 V, I ,1 11 1 11 II 11 II ' II 11 ' II ,t � 41 fl 11 if ' ,1 li tI 11 iI rl 11 Ii ,I 11 ' II 11 ' ,1 11 i II 11 ' Ir II ' 'I II I 11 II ' I 1 ' 'I II I II II ' II II ' '1 II � II II ' II II ' II II II 11 1 11 11 I Ii 11 II II ' 11 IY II 11 ' II II II 11 II II 1 1, II I II 11 I 1, II 1 II II 1 II 11 • ,1 11 • ,I II � II II 1 1! II I I VI � fl If 1 , i! 1 {i ii � I, !1 1 1V II 1 II I{ � II II I 11 II I 11 li 1 I1 1! 1 tl 11 I if 11 f II II 1 1 I 1 , 11 f 11 II I 11 11 I 11 11 � 1V II I II II 1 II 11 ! 1 II II • II � 11 11 I II 11 1 II II 1 II II 1 II II ` II II II ; II II ; 11 VI ; II II II II ' If II ' 11 11 11 V, ; II f1 II I! 11 fi ; II ,I ' I! 1! ; II it ; 11 II ; rl Vi I II ' II 11 I II 11 11 II ; I ? 11 ff • 11 it . 11 II • II 11 • 11 11®' II II ' II ' If 1 11 11 t II II : If 11 ,1 II • 11 lV : VV ,1 11 it • fI it • IJ 11 11 if t 11 iI • 11 11 11 • fl II • t! rC 11 It t V 1 • IY 11 11 II • II II , II II II II • 11 11 f 11 11 11 j 11 V I II II ,I YI t 1 11 1 11 I! 11 1 I I ' , I . • 11 . 1 1 VI 11 II 11 II 11 IY II iV ,i 1t !i 11 11 ,I ,1 41 I I I, 11 IY 11 II 11 II II II II II II II II-V-------V---'--y-------U------U-------V- 11 11 II II II 11 11 11 II 1, ,I II II „ II UP► Up► DN ► DN ► 5 TYP. LOTYP. TYPICAL TIER FLOOR PLAN zi� NORTH I KEY NOTES: Q 1. SURVEY GARAGE WITH ENGINEER TO LOCATE SIGNIFICANTLY DEFLECTING TEE JOINTS. CONFIRM LOCATIONS, THEN REMOVE AND REPLACE TEE JOINT SEALANT ON A UNIT PRICE BASIS. REFER TO DETAIL 5 ON DRAWING S600. 2. DURING SEALANT REPLACEMENT, NOTIFY ENGINEER OF BROKEN OR DETERIORATED SHEAR CONNECTORS OR EDGE SPALLS AND REPAIR ON A UNIT PRICE BASIS AS DIRECTED PER DETAIL 8 ON DRAWING S500, OR DETAILS 11 AND 12 ON DRAWING 5501, 3. SURVEY GARAGE WITH ENGINEER FOR SPALLED OR VISIBLY DETERIORATED CONCRETE AT POURSTRIPS OR OTHER LOCATIONS, AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER SIMILAR DETAIL 1 ON DRAWING S500. 4. SURVEY GARAGE WiTH ENGINEER FOR LOOSE OR VISIBLY DELAMINATED SOFFIT CONCRETE BELOW TEE JOINT SEALANTS, TYPICALLY AT SHEAR CONNECTORS. CONFIRM LOCATIONS AND QUANTITY AND, ON A UNIT PRICE BASIS, KNOCKDOWN LOOSE CONCRETE AND CLEAN AND COAT EXPOSED REINFORCING OR SHEAR CONNECTOR ELEMENTS. REFER TO DETAIL 7 ON DRAWING S500, 5. SURVEY STAIR TOWER FOR LOOSE NOSINGS OR DETERIORATED TREAD AND RISERS. CONFIRM QUANTITIES AND LOCATIONS WITH ENGINEER AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS. REFER TO DETAIL 15 ON DRAWING1. S50 92. WHERE INDICATED, ADJACENT PLAN NOTES ARE TO BE BID AS PART OF ADD ALTERNATE NO. 02. REFER TO SPECIFICATION SECTION 012100 AND 012300. EXISTING AREA FLOOR DRAIN _-- = EXISTING PRECAST TEE STEM BELOW --_ _ _ -= EXISTING CONCRETE BEAM BELOW - -- - - - EXISTING TEE -TO -TEE JOINT - - - - - - - EXISTING EXPANSION JOINT w w o Wm W0 Z LL 0 0 o C0 Q � � to O O N N tom- 1� O r VC' d - O O ur W (� � N V) DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara R. CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE CAPITOL STREET TYPICAL TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 April, 2015 - epi - ate-, rn w w o Wm W0 Z LL 0 0 o C0 Q � � to O O N N tom- 1� O r VC' d - O O ur W (� � N V) DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara R. CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE CAPITOL STREET TYPICAL TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 April, 2015 - epi - ate-, 12'-0"± 18'-0"± TYP.04 93 36'-0"± 36'-0"± 36'-0"± 36'-0"± 36'-0"± 27'-0"± 18'-0"± 2ND TIER FLOOR PLAN 1116" =1'-0" 0 NORTH BRIDGE EXPANSION JOiNT A SECTION S300 112" =1'-0" 93 TYP., ALL WORK, THIS SECTION. TYP. NOTE: ALL WORK, THIS GARAGE, TO BE BID AS PART OF ADD ALTERNATE NO. 03. REFER TO PLAN NOTE 93 AND SPECIFICATION SECTION 012300. +H M �r �H 00 GENERAL NOTES: A. MAINTAIN CONTINUOUS UNOBSTRUCTED ACCESS TO ALL GARAGE ENTRANCES/EXITS, RAMPS, STAIR TOWERS, BRIDGES, AND MALL ENTRANCES. WORK REQUIRING PARTIAL CLOSURE SHALL BE COORDINATED IN ADVANCE WITH OWNER. PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING MALL PATRONS SAFELY THROUGH OR AROUND WORK AREAS. REFER TO SPECIFICATION SECTION 015600. B. PHASE WORK TO ACCOMMODATE CONTINUOUS TRAFFIC CIRCULATION. ERECT BARRICADES AND PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING TRAFFIC SAFELY THROUGH OR AROUND WORK AREAS. AS REQUIRED TO PROTECT PERSONS AND PROPERTY, BLOCK OR RESTRICT ACCESS AS NECESSARY TO AREAS DIRECTLY BELOW WORK AREAS. REFER TO SPECIFICATION SECTIONS 011000 AND 015600. ALL PHASING AND PROPOSED WORK AREAS SHALL BE REVIEWED AND APPROVED IN ADVANCE BY OWNER, CONTRACTOR SHALL FOLLOW CRITERIA BELOW WHEN DEVELOPING PHASING PLAN: • MINIMUM DRIVE AISLE WIDTH=12'-0" • MINIMUM PEDESTRIAN WALKING AISLE = 6'-0" • CLEAN, NEAT, LEGIBLE PROFESSIONALLY PREPARED SIGNAGE POSTED AND MAINTAINED AT ALL TIMES. • 4'-0" HIGH ORANGE CONSTRUCTION FENCE, SUPPORT AT DISTANCE TO SUFFICIENTLY SUPPORT FENCES WITHOUT SAGGING. C. CONTRACTOR SHALL PROTECT, AS NECESSARY, ALL EXISTING BUILDING FEATURES TO REMAIN. DO NOT DAMAGE. CONTRACTOR SHALL REPAIR OR REPLACE DAMAGED FEATURES (AS A RESULT OF INADEQUATE OR IMPROPER PROTECTION) TO SATISFACTION OF OWNER. D. WHERE REQUIRED, COORDINATE WITH OWNER AND PHASE WORK SO THAT NO TWO ADJACENT STAIR TOWERS ARE CLOSED AT ANY TIME DURING THE PROJECT. REFER TO SPECIFICATION SECTION 011000. E. PROTECT FLOOR DRAINS FROM DAMAGE AND DEBRIS DURING WORK. RESTORE EACH DRAIN IN OR ADJACENT TO WORK AREAS TO FULLY FUNCTIONING CONDITION AFTER EACH WORK DAY. F. FOR ALL WORK ON RAMPS, UNLESS COORDINATED AND APPROVED IN ADVANCE BY OWNER AND ENGINEER, ALL RAMPS AND ASSOCIATED TRAFFIC FLOW TO AND FROM RAMPS MAY ONLY BE INTERRUPTED FROM MONDAY THROUGH 3:00 PM FRIDAY, WITH ALL RAMPS OPENED FOR TRAFFIC FLOW FROM 3:00 PM FRIDAY THROUGH SUNDAY. KEY NOTES: 0 1. SURVEY GARAGE WITH ENGINEER TO LOCATE LEAKING TEE JOINTS, CONFIRM LOCATIONS, THEN REMOVE AND REPLACE TOOLED SEALANT IN TOPPING SLAB ABOVE ON A UNIT PRICE BASIS. REFER TO DETAIL 1 ON DRAWING S0 0 . 6 2. DURING SEALANT REPLACEMENT, NOTIFY ENGINEER OF BROKEN OR DETERIORATED SHEAR CONNECTORS AND REPAIR ON A UNIT PRICE BASIS AS DIRECTED PER DETAILS 11 AND 12 ON DRAWING S501. 3. SURVEY GARAGE WITH ENGINEER FOR SPALLED OR VISIBLY DETERIORATED CONCRETE AT POURSTRIPS OR OTHER LOCATIONS, AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER SIMILAR DETAIL 1 ON DRAWING S500. 4. SURVEY STAIR TOWER FOR LOOSE NOSINGS OR DETERIORATED TREAD AND RISERS. CONFIRM WITH ENGINEER AND REPAIR AS DIRECTED ON A TIME AND MATERIAL BASIS, USING FUNDS FROM THE CASH ALLOWANCE. 5. CONNECTOR BRIDGE TO EAST COLLEGE STREET. REPLACE EXPANSION JOINT AND SEALANTS AND PERFORM CONCRETE REPAIRS TO SUPPORT STRUCTURE AS NOTED ON SECTION A ON THIS DRAWING. 6. EXISTING PRECAST TEE. 7. EXISTING PRECAST SUPPORT BEAM. 8. EXISTING CONNECTOR SLAB FROM EXPANSION JOINT TO ROADWAY BRIDGE. 9. EXISTING EXPANSION JOINT. AS PART OF LUMP SUM EFFORTS, REMOVE AND REPLACE FOR ENTIRE LENGTH OF JOINT WITH NEW WING COMPRESSION SEAL. PROVIDE FACTORY MITERED TRANSITIONS AND TURN -UPS AT CURBS AND SPANDRELS OR ENDS. REFER TO DETAIL 7 ON DRAWING S600. 10. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DETERIORATION. NOTIFY ENGINEER AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 10 ON DRAWING S501. 11. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DIFFERENTIAL BLOCKOUT HEIGHTS. NOTIFY ENGINEER AND PERFORM SUPPLEMENTAL CHIPPING OR OTHER REPAIRS AS DIRECTED ON A TIME AND MATERIAL BASIS, USING FUNDS FROM THE CASH ALLOWANCE. 12. KNOWN LOCATION OF DETERIORATION CONCRETE BEAM BOTTOM OR VERTICAL SURFACE. VERIFY QUANTITY OF REPAIR AND CONFIRM WITH ENGINEER, THEN REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 4 OR 5 ON DRAWING 5500. 13. VISIBLE SPALLING OR CRACKING AT FACE OF STEEL SUPPORT STRUCTURE ON ORIGINAL ROADWAY BRIDGE. PERFORM REPAIRS AS DIRECTED BY ENGINEER ON A UNIT PRICE BASIS PER DETAIL 5 ON DRAWING S500. 14. SOUND TOP OF BRIDGE FOR DETERIORATION, CONFIRM WITH ENGINEER, AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER SIMILAR DETAIL 1 AND 2 ON DRAWING S500. 15. FAILED TEE JOINT SEALANT. REMOVE AND REPLACE FOR LENGTH OF BRIDGE ON A UNIT PRICE BASIS PER DETAIL 5 ON DRAWING 5600. 93. WHERE INDICATED, ADJACENT PLAN NOTES ARE TO BE BID AS PART OF ADD ALTERNATE NO. 03. REFER TO SPECIFICATION SECTION 012100 AND 012300. ® EXISTING AREA FLOOR DRAIN EXISTING PRECAST TEE STEM BELOW - - ----- - - EXISTING TEE -TO -TEE JOINT - --- -- - - EXISTING CONSTRUCTION JOINT EXISTING CONCRETE CURB 7W THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 11 II 11 11 II it II 11 II 11 11 11 ,I li II li II I1 li I, YI II II 11 t 14 it If YI II 11 it II II !, 1 1! tl i li 11 If 11 I li II 1I 11 li it it 11 11 11 II II IY II Il li II II ❑ ll iI 11 li tl 11 !1 fl SI 11 II tl If Ii II II II II 11 SI 11 II II 11 II II II II tl II 11 11 11 f1 II 11 ,1 11 it tl 11 it II fl II 11 11 II VI f1 ;; it YI ��� ff 31 k� w II II II . II . II II � I! � VI 11 1 II II II II . 11 it . li � 11 11 � II SI 1 II !! : !I II . !! Yf ; 1I 11 1 II i! ; li !I 1 li 1! � li II t li ii � ❑ 11 . II II ; 11 !I 11 � Ii Ii t II II ❑ ; II 11 # 11 II 1 1I it . li II 1 ❑ It 1 11 fl ' II % 19 1 {1 II ; li 11 . li 1{ . 11 ,€ . 11 11 t li 11 # II VI II $ 11 !I II II II 1! II II II II # II II . II II . 11 tl II II 1 li li ; II li . li li ' II fi . 11 II . ❑ 11 . II 1 �� 11 11 li $ II Ii . Ik 1! . 11 t 1! . it tl 1 11 # it ' II �� II ELEV. - ;� 11 �; I �� f �� It II II 1 �� I �; II 1 II II II II I 11 11 II ;I I ;i II I II , IV 11 : it 11 . II II I II li , li II 1 1! II 1 ❑ fl , If II It . 3! f II „ , SI li . iS it f 11 , p it . SI Y I If II , 11 II . fl I l 3f it , II li t II II ff II II 11 I it 1! 11 , 11 11 II . f 1 I I II 11 , II i1 II 11 I 11 11 , 11 11 1 li it l „ 11 1 II li 1 tl !, I YI 11 . II I1 11 1 l ❑ 11 IY I! 11 II l ❑ 11 , kl it !1 I! l 11 11 , II II 11 II ! t I 11 II II II I 11 I it II , 11 11 , 11 1i 11 II fl II 11 l li II II r 11 11 1 II 1 II If 1 II 11 11 11 . 11 l II 1 1 it It I II 11 11 11 11 it j SI 11 , it tl II 11 I 11 11 , 11 11 II ;; It II l II / 11 II 11 ! 11 II . I1 �� it li 11 i 1! ! II II II li II 11 11 ' � n u u l u I I u r n I „� j u' u n e n 1 I u' u I u' I ' n I n' !I I n` n I a IV 1 $ u n I n u I u u 1 u 1 u I u n I n u I It a I „ 1 u a II a 1 I u n 1 11 11 u n I I n� u I n u I u u 1 II II u n n u u u � d' 0 C) 0 1 1 w j D (n L N j I I I M z DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara t 9 N44 CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE CHAUNCEY SWAN 2ND TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 Aril 2015 DRAWING NUMBER S300 1 0 I ! I I 1 I I I 1 I 1 I I I I I j �--�----- �II ----- �� �, i _ . 1 1 1 1 1 1 , I I I I 1 I -�I-- A ti fl - II . I. 33 1 3 3, # � 11 % I'it II ` 11 f 11 : • I 1 ' 1 , j 1 • I I , 1 • I 1 I I I I I I I I 1 I I ( I I I I I I I I I I I ,I kl 11 II i, 1,11 j 1. j tl ,, tI II II 11 f I I I I I l ;11 II 1! II II it II 11 I; =11 II II II ii TYP.. $ 1 / $ I Ali 1� ' I I I II II II I 11 II II II I I 11 Ii it 11 I 11 II I 11 fI I 11 If 1 II II I II II 1 II II II I II II II I 11 II I !I 11 I It II I 11 II I II l I I 1 I I I I I I 1 I I , ell ! ! ' 11 , 11 1 II 1 II , II ; li V1 ii it 1 11 11 ; fl fi � I, . 1! II # I3 11 . II 1! : II II I 11 11 1 11 11 1 II II 1 II 11 . II i II t !I II 11 1 11 II 11 tl . it it II 11 : fl 11 II II 11 II II II 11 11 If 11 # 11 II 11 YI . II fl 11 It II II 11 11 . IY it II 11 1 it II Il 1 tl II : II iI � SI . 11 II . II II II Ii 11 It II 5 93 II If 11 : fl r II ' it fI =; II 11 1 II ti , II ' II li 11 I II I ii II 11 !I 11 l it II 11 ' fl 11 11 I li i! I II ' If I II if l !1 II I II II I it li l II II I 11 II II II l 11 ; 11 1 II : II I II II I it : 11 I II : 11 I 11 : II f li : II I II : I II I II 11 I 11 If ::0: 11 I 11 11 I 11 1! I 11 II I i ' II Ii tl I I II 11 II f 1 ' II it {i 11 t 11 i! I !1 II l 11 1 !! it II II I 11 I ,i l l i! , 1 ' 1 ' 11 VI IY , II II fl ' ' II . i, ' if 1 11 ' fl ti . fi ' 11 1 Ii ' 1! , II 1 ii 1 II . II ® II it 13 ' II II ' it . fI ' II 11 ' . 11 ' 11 11 ' 11 1. ' 11 1, , .I 11 11 II II t II ® ' ' 11 : 11 ' if 1 ! 11 t II ' 1 1 i 11 , {t : II ' 31 iI ' II !1 iS !t ; fl ' i, : 1{ ; 11 If # 1 it It 11 11 ' 11 ' 11 11 It 'II : : ;. (li 11 f! 11 ' 1 11 II II II fl 11 II 1 II II 11 fi II !! 11 if II !f it I1 i4 Ik it Ik II ii t! .; i! 11 II II If !1 it II 11 II 11 II it li 11 II II II II 11 II II II 11 II II 1! fl IV 11 II 11 II 11 II tI t II If s it II II II li.. 11 II II II tl II II 11 II 11 11 11 If II 1! II II 11 II ❑ ft II II II Ib tl it 11 11 11 f 5 II II it 3! 11 11 II II Il 11 {Y II It 1 11 II II 11 II II '1 It 1 li VV a tS ii ii 11 Ii 11 , 11 iI II II 11 11 Ii II II JL.- JL t7,77 77 , .. .- �1.1.77 -. j -1T- SIT----,,--T7 I n 11 n 'If--T --it-'---T1"- n. 1I n n n II 1� II -ITS-- n u II 11 u u... II , ii ti li li n II II If Il n u II it u u Ii 11 u 1i S! II u u Ii 11 n 1 11 I u II , n n n 11 11 11 u n 11 II u u II II u u 11 tl� u u II I1 n u 1! ,:. II n ❑ II II u u 1€ II u SI n 11 n u n , 11 II II It It n n tl u u n n II 11 it II n u II 11 It u 11 n u ❑ ---TP-Tf-'�I- - T•�TC •-•Pr _T' ••Tf�•• u u u u II u u un u u 1 11 ti Ii tl II fl Ii # 'll II i II I II II ---------- �1 11 , !I , II II II: , li I1 II . II . II It . 11 lY 11 I 1! 11 II t II 11 Ii it 11 If !I it II ii tl I! 1 li 11 it . li 11 11 II fI II II li ! II { II fI . II ii it II Il , II tl II II ti 3t 11 # II 11 11 11 . li II II 1 11 II 11 11 . II II II !1 . II II fl 11 II 11 . II II t II 1 II 11 II 11 1 II II 11 11 1 II it it kl # it 11 . II If II II , !t 1{ !f �1 11 !I !1 11 I I II I !I 11 II II II II II it 11 SI Ii 1! !f ,! li If ! II 11 II II II 1, II 11 II 11 II 11 If {I 11 li 11 !I II 11 II II II li II fl II II 11 It It 11 11 II If fl ' II ' It II II if !I ' 11 11 11 11 , , II II it li �11 II II II I, ! 11 II 11 II II II 11 1 it 11 1! ; 11 , 11 S =: II I II I 31 fl , II , 11 II II I II II 11 11 II 11 1 II it I 1V II I 1, 11 li II fi !I f V II i! 4 l i i! f! 1! l II If AI f li 1! IY 11 it ! it 11 I It II 11 II I I It 11 li I 1 11 II 11 l 11 11 1 I I3 I II it ,i I II II II I II 1 II 11 I 11 II I II II l II I II I li I I !1 II 1! II fI j it 11 11 li II 31i II l ii l tl I, II 31 II 1 II I II II' I II II 11 ` 11 II ' II II I II {I II VI 11 (1 li 1I Ii tl II II II II ti 11 t II iI 11 II 11 II II tI II ( (I 1! II 11 II II II tl 11 II 1 II II II II 11 I 11 II li II II II 11 11 II 11 II II 11 11 11 tl tl it II 11 1! li II II li YI II II li II 11 II 11 II ' !I li 11 tt � 11 II ;II !I iI I, II l 3tt II ' II ' II I, I 1 1 I I j 1 I I I w I 1 1 I I I I I I W I I I I I I I I I I l I I RAMP W RAMID UPI 1 I I 1 I 1 I I I I DOWN 1 I 1 1 I 1 2 3 93 I 1 I 1 I I 1 f ITO TIER Y , Typ Y I; 11 11 l ii j It j II II It '1 li' 1 1 I 1 I I I o ' If H I I I N I I I I z w I I I i I 1 I I I l 1 I I I I I I I I I 1 I I I -1f II II 11 1 1 s a 1 I I I ! I I I I I I 1 I I I I I I 1 I I I I I I I I I I I 1 1 tl 11 II It . it If : II # II I1 , 11 II . II , $ 11 y 11 11 11 II ❑ {S : li li : li it 11 11 : it ❑ it � tl 11 II it II II II II 11 II 11 II 11 $ 11 � II II II II : II II II II : II fl 11 li : 11 If 11 : If 11 II : II II Ii 11 : 11 ❑ II 11 : If 4t Ii S 11 ,� 11 1 it If II 1! 11 it ' II YI ' tI It II II : II li It li : II II : II If It 11 : II 11 1t 11 : YI II 11 : ! Si i i! 11 # It 1 II . II II : 11 it 11 it ' 11 ' II II l YI I 11 II II 11 II ` II II I II II li i; II I II 1! li II ' If ' II II l II 11 I If If II II ii II ' 11 II l it II II II 1 11 it I If II It 11 ' II li I If II II 11 II tl 1 II II 11 11 II II f II II II it I II f 11 11 ' II II I II 11 11 II 11 ' 11 III 11 11 11 II ' if I II 11 II II ' fl it I II I II ' 1! l Ii I� II 11 ' !1 {I I I! 11 ik ' II it l II ! !, l !1 I' li 11 11 ' Il 11 II fi fl I !t tl l SI IS it ' 11 it l 11 11 11 11 ' 11 11 l it l 11 �I II it l it 13 ' 11 1{ l II S1 YI 1V I II II i Ii 11 ff it II II , a, 1 If . 1V II II ' II ' F' k! I lY II IS , , it � 11 11 11 � II li It {1 II I! it !1 II fl I, tl tl 11 !I 11 II IY 11 f! 11 !€ # 2ND TIER FLOOR PLAN 1116" =1'-0" 0 NORTH BRIDGE EXPANSION JOiNT A SECTION S300 112" =1'-0" 93 TYP., ALL WORK, THIS SECTION. TYP. NOTE: ALL WORK, THIS GARAGE, TO BE BID AS PART OF ADD ALTERNATE NO. 03. REFER TO PLAN NOTE 93 AND SPECIFICATION SECTION 012300. +H M �r �H 00 GENERAL NOTES: A. MAINTAIN CONTINUOUS UNOBSTRUCTED ACCESS TO ALL GARAGE ENTRANCES/EXITS, RAMPS, STAIR TOWERS, BRIDGES, AND MALL ENTRANCES. WORK REQUIRING PARTIAL CLOSURE SHALL BE COORDINATED IN ADVANCE WITH OWNER. PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING MALL PATRONS SAFELY THROUGH OR AROUND WORK AREAS. REFER TO SPECIFICATION SECTION 015600. B. PHASE WORK TO ACCOMMODATE CONTINUOUS TRAFFIC CIRCULATION. ERECT BARRICADES AND PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING TRAFFIC SAFELY THROUGH OR AROUND WORK AREAS. AS REQUIRED TO PROTECT PERSONS AND PROPERTY, BLOCK OR RESTRICT ACCESS AS NECESSARY TO AREAS DIRECTLY BELOW WORK AREAS. REFER TO SPECIFICATION SECTIONS 011000 AND 015600. ALL PHASING AND PROPOSED WORK AREAS SHALL BE REVIEWED AND APPROVED IN ADVANCE BY OWNER, CONTRACTOR SHALL FOLLOW CRITERIA BELOW WHEN DEVELOPING PHASING PLAN: • MINIMUM DRIVE AISLE WIDTH=12'-0" • MINIMUM PEDESTRIAN WALKING AISLE = 6'-0" • CLEAN, NEAT, LEGIBLE PROFESSIONALLY PREPARED SIGNAGE POSTED AND MAINTAINED AT ALL TIMES. • 4'-0" HIGH ORANGE CONSTRUCTION FENCE, SUPPORT AT DISTANCE TO SUFFICIENTLY SUPPORT FENCES WITHOUT SAGGING. C. CONTRACTOR SHALL PROTECT, AS NECESSARY, ALL EXISTING BUILDING FEATURES TO REMAIN. DO NOT DAMAGE. CONTRACTOR SHALL REPAIR OR REPLACE DAMAGED FEATURES (AS A RESULT OF INADEQUATE OR IMPROPER PROTECTION) TO SATISFACTION OF OWNER. D. WHERE REQUIRED, COORDINATE WITH OWNER AND PHASE WORK SO THAT NO TWO ADJACENT STAIR TOWERS ARE CLOSED AT ANY TIME DURING THE PROJECT. REFER TO SPECIFICATION SECTION 011000. E. PROTECT FLOOR DRAINS FROM DAMAGE AND DEBRIS DURING WORK. RESTORE EACH DRAIN IN OR ADJACENT TO WORK AREAS TO FULLY FUNCTIONING CONDITION AFTER EACH WORK DAY. F. FOR ALL WORK ON RAMPS, UNLESS COORDINATED AND APPROVED IN ADVANCE BY OWNER AND ENGINEER, ALL RAMPS AND ASSOCIATED TRAFFIC FLOW TO AND FROM RAMPS MAY ONLY BE INTERRUPTED FROM MONDAY THROUGH 3:00 PM FRIDAY, WITH ALL RAMPS OPENED FOR TRAFFIC FLOW FROM 3:00 PM FRIDAY THROUGH SUNDAY. KEY NOTES: 0 1. SURVEY GARAGE WITH ENGINEER TO LOCATE LEAKING TEE JOINTS, CONFIRM LOCATIONS, THEN REMOVE AND REPLACE TOOLED SEALANT IN TOPPING SLAB ABOVE ON A UNIT PRICE BASIS. REFER TO DETAIL 1 ON DRAWING S0 0 . 6 2. DURING SEALANT REPLACEMENT, NOTIFY ENGINEER OF BROKEN OR DETERIORATED SHEAR CONNECTORS AND REPAIR ON A UNIT PRICE BASIS AS DIRECTED PER DETAILS 11 AND 12 ON DRAWING S501. 3. SURVEY GARAGE WITH ENGINEER FOR SPALLED OR VISIBLY DETERIORATED CONCRETE AT POURSTRIPS OR OTHER LOCATIONS, AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER SIMILAR DETAIL 1 ON DRAWING S500. 4. SURVEY STAIR TOWER FOR LOOSE NOSINGS OR DETERIORATED TREAD AND RISERS. CONFIRM WITH ENGINEER AND REPAIR AS DIRECTED ON A TIME AND MATERIAL BASIS, USING FUNDS FROM THE CASH ALLOWANCE. 5. CONNECTOR BRIDGE TO EAST COLLEGE STREET. REPLACE EXPANSION JOINT AND SEALANTS AND PERFORM CONCRETE REPAIRS TO SUPPORT STRUCTURE AS NOTED ON SECTION A ON THIS DRAWING. 6. EXISTING PRECAST TEE. 7. EXISTING PRECAST SUPPORT BEAM. 8. EXISTING CONNECTOR SLAB FROM EXPANSION JOINT TO ROADWAY BRIDGE. 9. EXISTING EXPANSION JOINT. AS PART OF LUMP SUM EFFORTS, REMOVE AND REPLACE FOR ENTIRE LENGTH OF JOINT WITH NEW WING COMPRESSION SEAL. PROVIDE FACTORY MITERED TRANSITIONS AND TURN -UPS AT CURBS AND SPANDRELS OR ENDS. REFER TO DETAIL 7 ON DRAWING S600. 10. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DETERIORATION. NOTIFY ENGINEER AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 10 ON DRAWING S501. 11. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DIFFERENTIAL BLOCKOUT HEIGHTS. NOTIFY ENGINEER AND PERFORM SUPPLEMENTAL CHIPPING OR OTHER REPAIRS AS DIRECTED ON A TIME AND MATERIAL BASIS, USING FUNDS FROM THE CASH ALLOWANCE. 12. KNOWN LOCATION OF DETERIORATION CONCRETE BEAM BOTTOM OR VERTICAL SURFACE. VERIFY QUANTITY OF REPAIR AND CONFIRM WITH ENGINEER, THEN REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 4 OR 5 ON DRAWING 5500. 13. VISIBLE SPALLING OR CRACKING AT FACE OF STEEL SUPPORT STRUCTURE ON ORIGINAL ROADWAY BRIDGE. PERFORM REPAIRS AS DIRECTED BY ENGINEER ON A UNIT PRICE BASIS PER DETAIL 5 ON DRAWING S500. 14. SOUND TOP OF BRIDGE FOR DETERIORATION, CONFIRM WITH ENGINEER, AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER SIMILAR DETAIL 1 AND 2 ON DRAWING S500. 15. FAILED TEE JOINT SEALANT. REMOVE AND REPLACE FOR LENGTH OF BRIDGE ON A UNIT PRICE BASIS PER DETAIL 5 ON DRAWING 5600. 93. WHERE INDICATED, ADJACENT PLAN NOTES ARE TO BE BID AS PART OF ADD ALTERNATE NO. 03. REFER TO SPECIFICATION SECTION 012100 AND 012300. ® EXISTING AREA FLOOR DRAIN EXISTING PRECAST TEE STEM BELOW - - ----- - - EXISTING TEE -TO -TEE JOINT - --- -- - - EXISTING CONSTRUCTION JOINT EXISTING CONCRETE CURB 7W THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: /'�4n_ � 6 1b tf Rs 1�esf v $ 152 , 1 l pql " to tslr w wo X m UJ w oO o Lij U) C:) rn � _ �!P N N O .- d' 0 C) 0 w D (n L N DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara t 9 N44 CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE CHAUNCEY SWAN 2ND TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 Aril 2015 DRAWING NUMBER S300 1 �l .2— /'-%/ i 4'-0" 4'-0" TYPICAL TIER FLOOR PLAN zi2�� • i NORTH GENERAL NOTES: A. MAINTAIN CONTINUOUS UNOBSTRUCTED ACCESS TO ALL GARAGE ENTRANCES/EXITS, RAMPS, STAIR TOWERS, BRIDGES, AND MALL ENTRANCES. WORK REQUIRING PARTIAL CLOSURE SHALL BE COORDINATED IN ADVANCE WITH OWNER. PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING MALL PATRONS SAFELY THROUGH OR AROUND WORK AREAS. REFER TO SPECIFICATION SECTION 015600. B. PHASE WORK TO ACCOMMODATE CONTINUOUS TRAFFIC CIRCULATION, ERECT BARRICADES AND PROVIDE PROFESSIONALLY PREPARED SIGNAGE DIRECTING TRAFFIC SAFELY THROUGH OR AROUND WORK AREAS. AS REQUIRED TO PROTECT PERSONS AND PROPERTY, BLOCK OR RESTRICT ACCESS AS NECESSARY TO AREAS DIRECTLY BELOW WORK AREAS. REFER TO SPECIFICATION SECTIONS 011000 AND 015600. ALL PHASING AND PROPOSED WORK AREAS SHALL BE REVIEWED AND APPROVED IN ADVANCE BY OWNER. CONTRACTOR SHALL FOLLOW CRITERIA BELOW WHEN DEVELOPING PHASING PLAN: • MINIMUM DRIVE AISLE WIDTH=12'-0" • MINIMUM PEDESTRIAN WALKING AISLE = 6'-0" • CLEAN, NEAT, LEGIBLE PROFESSIONALLY PREPARED SIGNAGE POSTED AND MAINTAINED AT ALL TIMES. • 4'-0" HIGH ORANGE CONSTRUCTION FENCE, SUPPORT AT DISTANCE TO SUFFICIENTLY SUPPORT FENCES WITHOUT SAGGING. C. CONTRACTOR SHALL PROTECT, AS NECESSARY, ALL EXISTING BUILDING FEATURES TO REMAIN. DO NOT DAMAGE. CONTRACTOR SHALL REPAIR OR REPLACE DAMAGED FEATURES (AS A RESULT OF INADEQUATE OR IMPROPER PROTECTION) TO SATISFACTION OF OWNER. D. WHERE REQUIRED, COORDINATE WITH OWNER AND PHASE WORK SO THAT NO TWO ADJACENT STAIR TOWERS ARE CLOSED AT ANY TIME DURING THE PROJECT. REFER TO SPECIFICATION SECTION 011000. E. PROTECT FLOOR DRAINS FROM DAMAGE AND DEBRIS DURING WORK. RESTORE EACH DRAIN IN OR ADJACENT TO WORK AREAS TO FULLY FUNCTIONING CONDITION AFTER EACH WORK DAY. F. FOR ALL WORK ON RAMPS, UNLESS COORDINATED AND APPROVED IN ADVANCE BY OWNER AND ENGINEER, ALL RAMPS AND ASSOCIATED TRAFFIC FLOW TO AND FROM RAMPS MAY ONLY BE INTERRUPTED FROM MONDAY THROUGH 3:00 PM FRIDAY, WITH ALL RAMPS OPENED FOR TRAFFIC FLOW FROM 3:00 PM FRIDAY THROUGH SUNDAY. KEY NOTES: 0 1. SURVEY GARAGE FOR SPALLED OR VISIBLY DETERIORATED CONCRETE. CONFIRM LOCATIONS AND QUANTITIES WITH ENGINEER, AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 1 ON DRAWING S500. 2. AT LEVEL INDICATED, KNOWN LOCATION OF DAMAGED WING COMPRESSION EXPANSION JOINT. AS PART OF LUMP SUM WORK, COMPLETELY REMOVE EXISTING EXPANSION JOINT SYSTEM, PREP SURFACES, AND INSTALL NEW WING COMPRESSION EXPANSION JOINT SYSTEM. PROVIDE FACTORY MITERED TRANSITIONS AND TURN -UPS AT CURBS AND SPANDRELS OR ENDS. REFER TO DETAIL 6 ON DRAWING S600. 3. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DETERIORATION. NOTIFY ENGINEER AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 10 ON DRAWING S501. 4. AS PART OF EXPANSION JOINT REPLACEMENT, SURVEY BLOCKOUT FOR DIFFERENTIAL BLOCKOUT HEIGHTS. NOTIFY ENGINEER AND PERFORM SUPPLEMENTAL CHIPPING OR OTHER REPAIRS AS DIRECTED ON A TIME AND MATERIAL BASIS, USING FUNDS FROM THE CASH ALLOWANCE. 5. SURVEY GARAGE FOR DAMAGED WINGED EXPANSION JOINT SYSTEM NOSING. CONFIRM LOCATION AND QUANTITY WITH ENGINEER AND PERFORM EXPANSION JOINT NOSING REPAIRS ON A UNIT -PRICE BASIS. REFER TO DETAIL 7 ON DRAWING S600. 6. SURVEY EXPANSION JOINTS IN GARAGE FOR VISIBLE CRACKING ADJACENT IN SLAB ADJACENT TO JOINT. CONFIRM LOCATIONS AND QUANTITIES WITH ENGINEER. WHERE DIRECTED, ON A UNIT PRICE BASIS, PREPARE SURFACE AND ROUTE AND SEAL CRACKING. REFER TO DETAIL 2 ON DRAWING S600. 7. AT LEVEL AND EXPANSION JOINT INDICATED (4 LOCATIONS TOTAL), AS PART OF LUMP SUM WORK, PREPARE SURFACES AND INSTALL NEW 4'-0" WIDE URETHANE BASED TRAFFIC MEMBRANE STRIP CENTERED ON JOINT FOR ENTIRE LENGTH OF JOINT. REFER TO TYPICAL DETAILS ON DRAWINGS S700 AND S701. 8. KNOWN LOCATION OF FAILED OR LOOSE BARRIER CABLE(S). SPLICE OR REPLACE BARRIER CABLES AS NECESSARY USING SAME SIZE AND TYPE OF GALVANIZED CABLE. TENSION CABLES AS REQUIRED TO CREATE SIMILAR DRAPE AND DEFLECTION AS EXISTING CABLES ELSEWHERE IN GARAGE. REUSE EXISTING CHUCKS AND SPLICES OR PROVIDE NEW MANUFACTURER APPROVED CHUCKS AND SPLICES THAT MEET OR EXCEED THE CAPACITY OF EXISTING PIECES. NOTIFY ENGINEER OF ISSUES WITH EXISTING EMBEDDED CONNECTION TO COLUMNS PRIOR TO START OF WORK. 9. LOCATION OF KNOWN SPALL IN FLOOR SLAB. CONFIRM QUANTITIES WITH ENGINEER, AND REPAIR AS DIRECTED ON A UNIT PRICE BASIS PER DETAIL 1 ON DRAWING S500. LEGEND: ® EXISTING AREA FLOOR DRAIN _ ______ EXISTING CONCRETE STRUCTURE BELOW EXISTING CMU WALL EXISTING BRICK -- — ------ — EXISTING CONSTRUCTION JOINT — - — - — - — EXISTING EXPANSION JOINT — — — — BROKEN BARRIER CABLE t. NEW MEMBRANE STRIP TW THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: �0 fi NDY II. WILSON 1 rwa CA .,.. 5tv -a -- - Z w w of o m of ofz O w o o rncn =3 W Co N 0 N G3C> h e- 4 O 4 C:' Cn W D (n Cn — N DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara 1 g #- a ' CITY of IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE TOWER PLACE TYPICAL" TIER FLOOR PLAN THP JOB NUMBER DATE 12190.01 April, 2015 DRAWING NUMBER S400 TYP. 4 6/ -ID 3 M N O I- a. ° °4 a 5 77 1 1 EXISTING CONCRETE SLAB. 2 EXISTING DELAMINATION PLANE. 3 3/4" SAWCUT AROUND PERIMETER OF REPAIR AREA. �4 PREPARE AND EPDXY COAT EXPOSED STEEL. REFER TO SPECIFICATION SECTION 030100. 5 REMOVE ALL SOUND AND UNSOUND CONCRETE IN SHADED AREA. REFER TO SPECIFICATION SECTION 030100. (6 POTENTIAL EXPOSED POST TENSIONED TENDON (PT). LOCATION OF TENDONS VARY, AS NEEDED CAREFULLY EXCAVATE AROUND PT TENDON, DO NOT DAMAGE TENDON. INSPECT TENDON FOR CORROSION AND/OR CHIPPING HAMMER DAMAGE AND REPORT TO ENGINEER. PROVIDE GREASE AND SUPPLEMENTAL SHEATHING AS REQUIRED PRIOR TO PLACING PATCH MATERIALS. fl PREPARE CAVITY AND PROVIDE NEW CONCRETE PATCH MATERIAL. REFER TO SPECIFICATION SECTION 030100. TYPICAL SHALLOW CONCRETE REPAIR DETAIL NO SCALE PAY UNIT PER • ... •• r ' I O 3 7 3/4" MIN r��t 4 6 5 d a � UPT04112 0 VARIES 1 EXISTING CONCRETE COLUMN OR WALL. (2 EXISTING DELAMINATION PLANE. Q PROVIDE 3/4" SAWCUT AROUND PERIMETER OF REPAIR AREA. �4 REMOVE ALL SOUND AND UNSOUND CONCRETE WITHIN SHADED AREA. REFER TO SPECIFICATION SECTION 030100. 5 EXCAVATE 314" AROUND ALL REINFORCING. PREPARE AND EPDXY COAT. REFER TO SPECIFICATION SECTION 030100. �6 PREPARE CAVITY SURFACES AND INSTALL PATCH MATERIAL, REFER TO SPECIFICATION SECTION 030100. <7 PAINT REPAIR AREA TO MATCH ADJACENT SURFACE. REFER TO SPECIFICATION SECTION 099100. COLUMNIVERTICAL SURFACE REPAIR 5 000"DETAIL S500 NO SCALE PAY UNIT PER SQUARE FOOT T EXISTING CONCRETE SLAB. O EXISTING DELAMINATION PLANE. O 3/4" SAWCUT AROUND PERIMETER OF REPAIR AREA. O4 PREPARE AND EPDXY COAT EXPOSED STEEL. REFER TO SPECIFICATION SECTION 030100. ©5 REMOVE ALL SOUND AND UNSOUND CONCRETE IN SHADED AREA. REFER TO SPECIFICATION SECTION 030100. POTENTIAL EXPOSURE OF POST TENSIONED TENDON (PT). LOCATION OF TENDONS VARIES, IF NEEDED CAREFULLY EXCAVATE AROUND PT TENDON, DO NOT DAMAGE TENDON. INSPECT TENDON FOR CORROSION AND/OR CHIPPING HAMMER DAMAGE AND REPORT TO ENGINEER. REPAIR TENDON SHEATHING PER SPECIFICATION SECTION 033810. Q PREPARE CAVITY AND PROVIDE NEW CONCRETE PATCH MATERIAL. REFER TO SPECIFICATION SECTION 030100. TYPICAL DEEP CONCRETE REPAIR DETAIL S500 / PAY UNIT PER SQUARE •! Ira ma a 10 UNDERSIDE OF CONCRETE SURFACE REQUIRING REPAIRS. 2 EXISTING DELAMINATION PLANE. <3 1/2" SAWCUT AROUND PERIMETER OF PATCH, REFER TO SPECIFICATION SECTION 030100. INSTALL 1/4" DIA x 3" PATCH ANCHORS EVERY V-0" O.C. EACH WAY. REFER TO SPECIFICATION SECTION 055000. 05 CLEAN REINFORCING WITHIN PATCH AREA. REFER TO SPECIFICATION SECTION 030100. REMOVE ALL SOUND AND UNSOUND CONCRETE IN SHADED AREA AND PATCH WITH REPAIR MATERIAL. REFER TO SPECIFICATION SECTION 030100. �7 PAINT REPAIR AREA TO MATCH ADJACENT SURFACE. REFER TO SPECIFICATION SECTION 099100. OVERHEAD CONCRETE REPAIR 6 DETAIL S500 NO SCALE PAY UNIT PER SQUARE FOOT uAMIC0 EXISTING CONCRETE SLAB. �2 REMOVE ALL SOUND AND UNSOUND CONCRETE IN SHADED AREA. REFER TO SPECIFICATION SECTION 030100. O3 AFTER COMPLETION OF ROUGH CHIPPING PROCEDURES, IMMEDIATELY PRIOR TO PERFORMING DETAILED CHIPPING, PROVIDE 3/4" DEEP SAWCUT AROUND PERIMETER OF REPAIR AREA. O AFTER COMPLETION OF ROUGH CHIPPING PROCEDURES, IMMEDIATELY PRIOR TO PERFORMING DETAILED CHIPPING EFFORTS, PROVIDE 1/2" SAWCUT PERIMETER OF REPAIR AREA. O PREPARE AND EPDXY COAT EXPOSED REBAR. REFER TO SPECIFICATION SECTION 030100. O PROVIDE FORM AND FORM SHORES AS NECESSARY TO SUPPORT NEW PATCH MATERIALS. FINISHED SURFACES SHALL BE FLUSH WITH EXISTING SURFACES, GRIND EXCESS MATERIAL. Q PREPARE CAVITY AND PROVIDE NEW CONCRETE PATCH MATERIAL. REFER TO SPECIFICATION SECTION 030100. ©8 POSSIBLE SOFFIT MOUNTED SYSTEMS SURVEY REPAIR AREAS FOR PROTECTION NEEDS PRIOR TO START OF WORK, AND PROVIDE PROTECTION FOR SYSTEMS AS REQUIRED. REFER TO SPECIFICATION SECTION 015600. O POTENTIAL EXPOSURE OF POST TENSIONED TENDON (PT). LOCATION OF TENDONS VARIES, IF NEEDED CAREFULLY EXCAVATE AROUND PT TENDON, DO NOT DAMAGE TENDON. INSPECT TENDON FOR CORROSION AND/OR CHIPPING HAMMER DAMAGE AND REPORT TO ENGINEER. REPAIR TENDON SHEATHING PER SPECIFICATION SECTION 033810. TYPICAL FULL DEPTH CONCRETE REPAIR r3� D ETAI L . 1Y UNIT • . SQUARE • ! VERTICAL SURFACE VARIES 2 SLAB SOFFIT OR 10 EXISTING CONCRETE. O REMOVE ALL DETERIORATED CONCRETE USING HAND HELD HAMMERS ONLY. O3 WIRE WHEEL CLEAN EXPOSED REINFORCEMENT, BLOW CLEAN AND APPLY (2) INDEPENDENT COATS OF EPDXY. REFER TO SPECIFICATION SECTION 030100, O AT BUILDING EXTERIOR SURFACES ONLY - IN ADDITION TO WIRE WHEEL AND EPDXY COAT APPLICATION, WIRE WHEEL CLEAN CONCRETE WITHIN REPAIR AREA AND PAIN ALL REPAIRED SURFACES WITH HIGH QUALITY EXTERIOR PAINT COATING - COLOR TO MATCH EXISTING ADJACENT SURFACES. REFER TO SPECIFICATION SECTION 030100. TYPICAL KNOCKDOWN REPAIRS 1� DETAIL NO SCALE PAY UNIT PER SQUARE FOOT E 9 40 EXISTING CONCRETE BEAM, EXISTING DELAMINATION PLANE. PROVIDE 3/4" SAWCUT AROUND PERIMETER OF REPAIR AREA. REMOVE ALL SOUND AND UNSOUND CONCRETE WITHIN SHADED AREA. REFER TO SPECIFICATION SECTION 030100. �5 EXCAVATE 3/4" AROUND ALL REINFORCING. PREPARE AND EPDXY COAT. REFER TO SPECIFICATION SECTION 030100. 6 PREPARE CAVITY SURFACES AND INSTALL PATCH MATERIAL. REFER TO SPECIFICATION SECTION 030100. J FORM CHAMFER AT CORNER OF BEAM TO MATCH EXISTING. 08 PAINT REPAIR AREA TO MATCH ADJACENT SURFACE. REFER TO SPECIFICATION SECTION 099100. TYPICAL BEAM BOTTOM REPAIR 4 D ETAI L 2SNO SCALE --) PAY UNIT PER SQUARE FOOT M 10 PRETOPPED PRECAST TEE FLANGE. V EXISTING STEEL SHEAR CONNECTOR PLATES. INSPECT FOR DETERIORATION. IF INTACT, PREPARE AND EPDXY COAT ALL EXPOSED STEEL. REFER TO SPECIFICATION SECTION 030100. T WHERE DETERIORATED OR BROKEN WELDS ARE NOTED, REMOVE SHALLOW STEEL BAR WELDED IN PLACE AT SHEAR CONNECTOR PLATES. PREP STEEL SURFACES AND WELD NEW RECESSED WELD ROD. AFTER PREPARATION, EPDXY COAT ALL EXPOSED STEEL. REFER TO SPECIFICATION SECTION 030100 AND 055000. 1/2" SAWCUT AROUND PERIMETER OF PATCH. �5 EXISTING DELAMINATION PLANE. REMOVE AND REPLACE ALL SOUND AND UNSOUND CONCRETE WITHIN SHADED AREA. REFER TO SPECIFICATION SECTION 030100. 7 SANDBLAST EXCAVATION AND EXPOSED STEEL. INSTALL EPDXY MODIFIED REPAIR MORTAR. REFER TO SPECIFICATION SECTION 079200. V IF EXCAVATION EXCEEDS 1112- IN WIDTH, REPAIR SIMILAR TO SHALLOW CONCRETE REPAIR, REFER TO DETAIL 1 ON THIS DRAWING. TYPICAL JOINT EDGE REPAIRS s DETAIL S500 NO SCALE PAY UNIT PER LINEAR FOOT OF EDGE REPAIR PAY UNIT PER LOCATION OF WELD REPAIR TW THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: 91 W W 0 W Q Z LL O w C:) rn 0 0 N N 1-5 0 0 w Cn N DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara IR s,.51 CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE CONCRETE REPAIR DETAILS THP JOB NUMBER DATE 12190.01 April, 2015 �17_lTi�ll�[elnlltl�tI .A r �n AID t,Pt C) W W 0 W Q Z LL O w C:) rn 0 0 N N 1-5 0 0 w Cn N DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara IR s,.51 CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE CONCRETE REPAIR DETAILS THP JOB NUMBER DATE 12190.01 April, 2015 �17_lTi�ll�[elnlltl�tI .A CL OF SLAB SPAN. O 1O EXISTING CAST -IN-PLACE POST -TENSIONED CONCRETE FLOOR SLAB AND BEAM. p POTENTIAL BROKEN/DAMAGED TENDON ANCHOR ADJACENT TO EXPANSION JOINT. O PERFORM FULL DEPTH CONCRETE REPAIR FOR INSTALLATION OF NEW POST -TENSION CABLE AND REPAIR ASSEMBLIES. REFER TO SPECIFICATION SECTION 030100. O4 PROVIDE INTERMEDIATE STRESSING ANCHOR -DOG BONE (CENTER IN SLAB -MID -DEPTH). REFER TO SPECIFICATION SECTION 033810. 5 PROVIDE POST -TENSION PRE -FABRICATED END ANCHOR (CENTER IN SLAB -MID -DEPTH). REFER TO SPECIFICATION SECTION 033810. PRIOR TO STRESSING AT DOG BONE, PROVIDE FULL DEPTH CONCRETE REPAIR WITH ADEQUATE CONCRETE CURE, PER NOTE 8. Q INSTALL NEW PT TENDON THROUGH EXISTING DUCT. ASSUME UP TO 30'-0" OF CABLE PER REPAIR LOCATION. STRESS NEW TENDON TO AN EFFECTIVE FORCE OF 15 KIPS/1 FOOT OF SLAB. REFER TO SPECIFICATION SECTION 033810. O7 DRILL AND EPDXY #4 EPDXY COATED REINFORCING AT 8" O.C. AT ALL (4) SIDES. REFER TO SPECIFICATION SECTION 030100. O8 PREPARE CAVITY AND PROVIDE NEW CONCRETE PATCH MATERIAL AS PART OF CABLE REPAIR UNIT PRICE. REFER TO SPECIFICATION SECTION 030100. 0 Ml SLAB POST -TENSION CABLE REPAIR SECTION NO SCALE PAY UNIT PER LOCATION 0 EXISTING MORTAR JOINT. ( EXISTING BRICK OR CMU MASONRY UNIT. LOCALIZED DETERIORATED ASSOCIATED CMU MASONRY UNIT TO BE REPLACED. COMPLETELY REMOVE CMU AND MORTAR JOINTS. CLEAN RESIDUAL MORTAR FROM ADJACENT CMU AND CLEAN, PREPARE AND REPLACE CMU. SET NEW CMU IN FULL BED OF MORTAR, POINT HEAD AND TOP JOINTS FULL DEPTH AND RAKE JOINTS TO MATCH EXISTING CONFIGURATION. REFER TO SPECIFICATION SECTION 040100. �4 FOLLOWING COMPLETION OF REPLACEMENT WORK, PREPARE EXPOSED SURFACE AND PAINT REPLACEMENT CMU TO MATCH EXISTING COLOR AND FINISH. REFER TO SPECIFICATION SECTION 099100, 13 S501 CONCRETE MASONRY UNIT REPLACEMENT DETAIL NO SCALE PAY UNIT PER LOCATION °. d ° °. d� f a o 41 a a ° a - °p da 414 14 a a a.. a ° d 2 10 EXISTING CONCRETE SLAB. O2 EXPANSION JOINT OPENING. PROVIDE FORMS FOR BLOCKOUT. REPAIR TO MAINTAIN GAP. O3 EXISTING DELAMINATION PLANE. O4 PROVIDE 3/4" SAWCUT AROUND PERIMETER OF REPAIR AREA. 5 REMOVE ALL CONCRETE WITHIN SHADED AREA. REFER TO SPECIFICATION SECTION 030100. �6 INSTALL 1/4" DIA x 3" PATCH ANCHORS 1'-0" O.C. REFER TO SPECIFICATION SECTION 030100. 0 PREPARE CAVITY SURFACES AND INSTALL PATCH MATERIAL. REFER TO SPECIFICATION SECTION 030100. EXPANSION JOINT BLOCKOUT REPAIR �o DETAIL S501 NO SCALE PAY UNIT PER LINEAR •• 0 EXISTING BRICK/CMU. 2 EXISTING MORTAR. a SAW CUT EXISTING MORTAR MINIMUM 3/4" DEPTH OR UNTIL SOUND MORTAR IS ENCOUNTERED. DO NOT DAMAGE UNIT OR WIDEN JOINT. �4 PROVIDE NEW MORTAR. REFER TO SPECIFICATION SECTION 040100. M 0 TYPICAL TUCKPOINTING REPAIR DETAIL NO SCALE PAY UNIT PER LINEAR FOOT �.I 4 rA A TYP. 4 12' 10" 6" L 6" L 10" 2" 3 2 O1 EXISTING SHEAR CONNECTORS TO REMAIN IN PLACE WITHOUT REPAIR EXCEPT THAT ALL LOOSE MATERIAL SHALL BE REMOVED FROM THE UNDERSIDE OF THE PRECAST BY HAND. O WHERE DIRECTED OR SHOWN ON DRAWINGS, INSTALL NEW GALVANIZED SUPPLEMENTAL STEEL ANGLES, 5x3x5/16 x T-0" (LLV) WITH (4)1" DIA OVERSIZED HOLES FOR (4) BOLTS. FIELD VERIFY ANGLE LENGTH PRIOR TO FABRICATION. REFER TO SPECIFICATION SECTION 055000. O JUST PRIOR TO INSTALLATION, BUTTER ENTIRE AREA OF HORIZONTAL LEG OF ANGLE WITH SIKADUR 31, HI -MOD GEL BY SIKA CORP. AFTER BUTTERING, PUT ANGLE IN PLACE AND ENSURE EPDXY IS IN CONTACT WITH BOTH TEES, MAKING SURE THAT ANY DIFFERENCE IN SOFFIT ELEVATION IS PICKED UP WITH THE EPDXY. FINGER TIGHTEN BOLTS DESCRIBED IN NOTE 5 (AS NOT TO SQUEEZE OUT ALL OF THE EPDXY) AND ALLOW EPDXY TO SET. ONCE EPDXY IS SET THE BOLTS CAN BE FULLY TIGHTENED. ENSURE THAT AFTER BOLTS ARE FULLY TIGHTENED THAT THERE IS NO DIFFERENTIAL IN TOPS OF ADJACENT TOPPING SLABS OTHER THAN ORIGINALLY OCCURRING. GRIND TOPS OF TOPPING SLABS IF NECESSARY. REFER TO SPECIFICATION SECTIONS 030100 AND 055000. O INSTALL (4) 5/8" DIA. STAINLESS STEEL EXPANSION ANCHORS, 3" EMBEDMENT. DO NOT OVERDRILL (PUNCH THROUGH) TO PRECAST TOP SIDE. PROVIDE 2"x2"x1/4" STAINLESS STEEL PLATE WASHERS AT ALL HOLES (ANCHOR DIAMETER PLUS 1/16"). WELD PLATE WASHER TO ANGLE ABOVE FOLLOWING COMPLETE INSTALLATION, WITH 11/2' OF 3/16" FILLET WELD ON TWO OPPOSITE SIDES OF WASHER (3" TOTAL WELD PER WASHER). INSTALL STANDARD NUTS AND FOUL EXPOSED ANCHOR THREADS AFTER INSTALLATION. REFER TO SPECIFICATION SECTION 055000. SUPPLEMENTAL TEE -TO -TEE LOAD TRANSFER ANGLE DETAIL S501 NO SCALE PAY UNIT PER LOCATION • D 1/' 8V2' 1/8 V2' AT SECTION 1/2" RETURN TOP AND BOTTOM AT REPLACEMENT ANGLES (TYP.) 10 NEW STAIR TREAD AND RISER PLATE TO BE MINIMUM 12 GAUGE GALVANIZED BENT PLATE. REFER TO SPECIFICATION SECTION 055000. O PROVIDE NEW CLIP ANGLE. L21/2xl 1/2x1/4 LLV x 8" LONG, GALVANIZED. REFER TO SPECIFICATION SECTION 055000. O CAST -IN-PLACE CONCRETE TREAD. REFER TO SPECIFICATION SECTION 030100. 4 RISER HEIGHT TO MATCH EXISTING. FIELD VERIFY DIMENSION. COORDINATE DEPTH OF CAST -IN-PLACE CONCRETE TREAD AND BENT PLATE. O5 TREAD DEPTH TO MATCH EXISTING. FIELD VERIFY DIMENSION. 60 PROVIDE NEW OVERSIZED OR ISOLATION COVE SEALANT AT NEW TREAD/RISER INTERFACE WITH EXISTING STRINGER, EACH SIDE. REFER TO SIMILAR DETAIL 3 ON DRAWING S600 AND INCREASE THROAT THICKNESS AS REQUIRED TO MAINTAIN 3/4" MIN BOND TO SUBSTRATE. O7 PREPARE EXPOSED SURFACE OF STRINGER SIDE AND TOP ADJACENT TO NEW TREAD/RISER TO SSPC-SP3 AND APPLY TWO COATS OF SHERWIN WILLIAMS MACROPDXY (4-6 MILS DFT EACH). REFER TO SPECIFICATION SECTION 099100. O8 PROVIDE NEW CLIP ANGLE. L21/2x1 1/2x1/4 LLV x 4" LONG, GALVANIZED. WELD TO STRINGER AND RISER SIMILAR TO NOTE 2 CLIP ANGLE. REFER TO SPECIFICATION SECTION 055000. TYPICAL STAIR TREAD / RISER REPLACEMENT 15\ SECTION S501 NO SCALE PAY UNIT PER LOCATION LESS THAN 2" Q EXISTING 4" THICK PRECAST DOUBLE TEE FLANGE. �2 EXISTING DOUBLE TEE JOINT OPENING WITH FAILED SHEAR CONNECTOR EMBEDMENT. NOTIFY ENGINEER OF FAILED EMBEDMENT AND INSTALL CARBON FIBER PLATES WHERE DIRECTED. PROVIDE 12" LONG SAW CUT CENTERED ON JOINT AND AT A 90° ANGLE TO THE TEE JOINT, WITH 1/2" WIDTH. 40 3" DEEP x 12" LONG x 0.19" CARBON FIBER PLATE PROVIDED BY V2 COMPOSITES. COORDINATE PLATE FABRICATION AND DELIVERY WITH ENGINEER. REFER TO SPECIFICATION SECTION 030100. V AFTER SAWCUTTING DECK, WATERBLAST CLEAN SAWCUT CAVITY. ALLOW TO DRY OVERNIGHT AS A MINIMUM, FILL JOINT HALF FULL OD EPDXY AND APPLY EPDXY TO BOTH SIDES OF PLATE. INSTALL CARBON FIBER PLATE IN SAWCUT OPENING, CENTERED AT JOINT. EPDXY TO OVERFLOW FROM JOINT TO ASSURE JOINT IS IS COMPLETELY FULL WITH NO AIR BUBBLE. REMOVE EXCESS EPDXY. AT ISOLATED REPAIR LOCATIONS, FOLLOWING COMPLETION OF CARBON FIBER PLATE INSTALLATION AND EPDXY WORK, REPLACE TEE JOINT SEALANT, 6" MINIMUM EACH SIDE OF PLATE. REFER TO DETAIL 5 ON DRAWING S600. CONFIRM WITH ENGINEER AND PERFORM SEALANT WORK ON A TIME AND MATERIAL OR UNIT PRICE BASIS AS DIRECTED. 7 WHERE WORK IS PERFORMED IN CONJUNCTION WITH MEMBRANE STRIP INSTALLATION AT TEE JOINTS, INSTALL 1'-6" WIDE BY 12" LONG (CENTERED) MEMBRANE STRIP OVER BISCUIT INSTALLATION. REFER TO DETAILS ON DRAWING S700. INCLUDE MEMBRANE INSTALLATION IN UNIT PRICE FOR BISCUIT INSTALLATION. SUPPLEMENTAL CARBON FIBER PLATE �2 DETAIL 1501 no/ NO SCALE PAY UNIT PER LOCATION 7W THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL w Wo 0:�m Wa z O w �W o cr) rn _ yrs Ln 0 0 N N I� t�- O � V. O O w V) N DRAWN BY: G.O. Donahue ENGINEER: G.A. Hauke CHECKED BY: C.W. Pryzwara CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE CONCRETE REPAIR DETAILS THP JOB NUMBER DATE 12190.01 Anri1.2015 sl t7\Ti�II�[17�111T(1 z rMs 4 > w Wo 0:�m Wa z O w �W o cr) rn _ yrs Ln 0 0 N N I� t�- O � V. O O w V) N DRAWN BY: G.O. Donahue ENGINEER: G.A. Hauke CHECKED BY: C.W. Pryzwara CITY OF IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE CONCRETE REPAIR DETAILS THP JOB NUMBER DATE 12190.01 Anri1.2015 sl t7\Ti�II�[17�111T(1 IIA-' Tn 4- 0 EXISTING CONCRETE SLAB. O2 CUT OUT ALL EXISTING JOINT SEALANTS IF PRESENT, THEN GRIND SURFACES TO REMOVE SEALANT RESIDUE AND SLOPE SIDE SURFACES AS SHOWN. PROVIDE A MINIMUM WIDTH TO DEPTH RATION OF 11/2. Q SANDBLAST ALL SURFACES INTENDED FOR NEW SEALANT. REFER TO SPECIFICATION SECTION 079200. 40 PRIME SUBSTRATE AND PROVIDE NEW SEALANT. INSTALL SEALANT FLUSH WITH ADJOINING SURFACES BENEATH MEMBRANE, AND CONCAVE ELSEWHERE. REFER TO SPECIFICATION SECTION 079200. TYPICAL CONSTRUCTION JOINT a D ETAI L NO SCALE PAY UNIT PER LINEAR FOOTU.N.O. KA01mr, "Mwoe ° M Z 4 ° 4 TYP. a a°z as4 .a Q° a 4 a 4 4 a ° ° d 10 PRETOPPED PRECAST TEE FLANGE. 2 COMPLETELY REMOVE SEALANT AT TEE -TEE JOINTS, SANDBLAST JOINT CAVITY, PRIME AND INSTALL NEW SEALANT. RECESS SEALANT IN JOINT CAVITY 1/16". REFER TO SPECIFICATION SECTION 079200. V PROVIDE NEW CLOSED CELL BACKER OR BOND BREAKER TAPE BENEATH SEALANT. REFER TO SPECIFICATION SECTION 079200. O4 STEEL SHEAR CONNECTOR PLATES AT VARIABLE SPACING ALONG JOINT. AFTER SURFACE PREPARATION, EPDXY PAINT ALL EXPOSED STEEL. REFER TO SPECIFICATION SECTION 030100. �5 STEEL BAR WELDED IN PLACE AT SHEAR CONNECTION PLATES. INSPECT FOR WELD DAMAGE WHEN UNCOVERED BY SEALANT REPAIR WORK, AND REPAIR IF NECESSARY, THEN SANDBLAST AND EPDXY PAINT ALL EXPOSED STEEL. REFER TO SPECIFICATION SECTION 030100. TYPICAL SEALANT JOINTS AT TEE -TO -TEE DETAIL %Y UNIT PER LINEAR FOOT 10 EXISTING CONCRETE SLAB. �2 EXISTING CONCRETE RAISED CURB. 3 JOINT SYSTEM HEADER MATERIAL. NEW WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEM. REFER TO SPECIFICATION SECTION 079000. 5 FACTORY FABRICATED BEND IN EXPANSION JOINT. FIELD VERIFY SIZE, LOCATION, ETC. NEW WINGED COMRESSION SEAL AT CURB leo� ISOMETRIC DETAIL S600 % NO SCALE I P) - EXISTING CONCRETE SLAB. �2 ROUT CRACKS PER SPECIFICATION SECTION 079200 IN A "V" CONFIGURATION, MINIMUM OF 1/2" WIDE x 1/2" DEEP, OR WHEN THE 1/2" DIMENSION IS INSUFFICIENT, USE A MINIMUM WIDTH TO DEPTH RATIO OF 1. �3 PREPARE ALL SURFACES INTENDED FOR NEW SEALANT. REFER TO SPECIFICATION SECTION 079200. O PRIME SUBSTRATE AND PROVIDE NEW SEALANT. INSTALL SEALANT FLUSH WITH ADJOINING SURFACE BENEATH MEMBRANE, AND CONCAVE ELSEWHERE. REFER TO SPECIFICATION SECTION 079200. TYPICAL RANDOM CRACK ,� DETAIL x.11 NO SCALE PAY UNIT PER LINEAR FOOT 0 10 EXISTING CONCRETE SLAB. ©2 POSSIBLE JOINT EDGE BLOCK OUT REPAIRS USING MANUFACTURER'S RECOMMENDED MATERIALS. SQUARE CUT EDGES OF REPAIR AT A MINIMUM 1/2" DEEP. REFER TO SPECIFICATION SECTION 079000. V REQUIRED BLOCK OUT WIDTH. CUT CONCRETE DECK AS REQUIRED TO ACCEPT NEW JOINT SEAL. VERIFY BLOCK OUT WIDTH IS APPROPRIATE FOR WINGED COMPRESSION SEAL SIZE SELECTED WITH MANUFACTURER'S REPRESENTATIVE. REFER TO SPECIFICATION SECTION 079000. �4 REPLACE EXISTING EXPANSION JOINT WITH NEW WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEM. REFER TO SPECIFICATION SECTION 079000. Q WHERE CORNERS ARE SPALLED 11/2" DEEP OR GREATER, REFER TO DETAIL 15 ON DRAWING S501. SHALLOWER REPAIRS WILL BE INCLUDED IN THE EXPANSION JOINT COST PER NOTE 2 ABOVE. PROVIDE FACTORY MITERED TURN -UPS AND TRANSITIONS PER DETAILS 9 AND 10 ON DRAWING S600. NEW WINGED COMRESSION SEAL 6 DETAIL S600 % NO SCALE 1D EXISTING CONCRETE SLAB. V NEW WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEM, REFER TO SPECIFICATION SECTION 079000. 3� JOINT SYSTEM HEADER MATERIAL. O FACTORY FABRICATED BEND. BEVEL TOP OF GLAND TO DRAIN WATER TOWARDS GARAGE DECK. WELD SANTOPRENE SHEET TO BEVEL CUTS OF GLAND. O5 1/8" x 3" x 8" STAINLESS STEEL PLATE WITH (2) EPDXY ANCHORS EACH SIDE WITH 3/8" DIA STAINLESS STEEL THREADED ROD. EMBED 3" INTO CONCRETE WALL. NEW WINGED COMRESSION SEAL AT VERTICAL SURFACE �loISOMETRIC DETAIL 10 EXISTING CONCRETE SLAB. a EXISTING WALL, CURB OR ANY OTHER VERTICAL PROJECTION. O3 PREPARE ALL SURFACES INTENDED FOR NEW SEALANT. INSTALL SEALANT FLUSH WITH ADJOINING SURFACE BENEATH MEMBRANE, AND CONCAVE ELSEWHERE. REFER TO SPECIFICATION SECTION 079200. O COVE SEALANT. PROVIDE MINIMUM 1/2" THROAT. INSTALL PER DIMENSIONS UNLESS NOTED OTHERWISE. REFER TO SPECIFICATION SECTION 079200. TYPICAL COVE SEALANT 10003� DETAIL O EXISTING CONCRETE SLAB. EXISTING WINGED COMPRESSION SEAL AND NOSING. O EXISTING NOSING WIDTH. VERIFY PRIOR TO BIDDING. O4 TYPICAL EXISTING LONGITUDINAL CRACK IN NOSING OR ERODED NOSING. LOCATE AND VERIFY WORK AREAS WITH OWNER PRIOR TO ANY WORK. O5 REMOVE DAMAGED LENGTH OF NOSING PLUS AT LEAST 4" OF SOUND NOSING ON EACH END OF REPAIR LENGTH, PERFORM WORK CAREFULLY SO NOT TO DAMAGE EMBEDDED WING OF SEAL IN BASE OF BLOCKOUT, REFER TO SPECIFICATION SECTION 079000. AT APPROXIMATELY 2" INSIDE ENDS OF REPAIR LENGTH, CUT SEAL WING PERPENDICULAR TO JOINT THROUGH THE NEAREST HOLE IN THE WING, THEN CAREFULLY PRY UP WING WITH SHARP FLAT BLADE TOOLS FROM BACKSIDE OF WING WORKING TOWARD SEAL. REFER TO SPECIFICATION SECTION 079000. O7 PRY UP SEAL WING AND INSPECT FOR POSSIBLE JOINT EDGE BLOCKOUT SPALL. WHERE FOUND, CLEAN OUT SPALLED AREA WITH HAND HELD TOOLS AND COMPRESSED AIR, THEN INSTALL SAND MODIFIED EPDXY REPAIR MORTAR. REFER TO SPECIFICATION SECTION 079000. O8 CLEAN BLOCKOUT AND SEAL WING SURFACES WITH HAND HELD TOOLS AND COMPRESSED AIR, THEN REINSTALL SEAL WING IN BED OF EPDXY AND REPAIR NOSING WITH SAND MODIFIED EPDXY REPAIR MORTAR, OR ALTERNATIVE PRE -APPROVED NOSING REPAIR MATERIAL. REFER TO SPECIFICATION SECTION 079000. WINGED COMPRESSION SEAL REPAIR r�7� DETAIL S600 I NO SCALE PAY UNIT PER LINEAR FOOT ,, 112" ,, NEW CONCRETE REPAIR AREA. NEW TOOLED CONTROL JOINT TOOLED IN NEWLY PLACED CONCRETE. REFER TO SPECIFICATION SECTION 030100. TO REMOVE DUST, LIGHTLY GRIND SIDE FACES OF JOINT AND BLOW OUT GROOVE WITH COMPRESSED AIR IMMEDIATELY PRIOR TO PRIMER INSTALLATION. O PRIME SUBSTRATE AND PROVIDE NEW SEALANT INSTALLED FLUSH WITH ADJOINING SURFACE BENEATH MEMBRANE, AND CONCAVE ELSEWHERE. REFER TO SPECIFICATION SECTION 079200. TYPICAL TOOLED JOINT 1` DETAIL S600 J NO SCALE 0 t� 1 EXISTING CAST -IN-PLACE CONCRETE TREAD AND RISER. V POSSIBLE JOINT EDGE REPAIRS. IF SPALLS ARE LESS THAN 1" WIDE/DEEP, REPAIR PER MANUFACTURER'S RECOMMENDATIONS PER SPECIFICATION SECTION 079000. SPALLS GREATER THAN 1" WIDE/DEEP, REFER TO SIMILAR DETAIL 1 ON DRAWING S500. EXISTING JOINT OPENING. FIELD VERIFY TO ACCOMMODATE NEW JOINT SYSTEM. WHERE NECESSARY, SAWCUT ENLARGE OPENING TO ACCOMMODATE JOINT SEAL SYSTEM. O4 NEW COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM. REFER TO SPECIFICATION SECTION 079000. NEW COMPRESSIBLE SEAL EXPANSION JOINT ,� DETAIL =Nni= 7W THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: RANDY R.�k cWILSON 1231 4 -Vox CA W Wo Wcr_ Z ixm O o u o rn � — � v7 0 N 0 N h- O 1� e- �C) O O V) W D (n •- N DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara ��I CITY OF TONNA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE SEALANT AND EXPANSION JOINT DETAILS THP JOB NUMBER DATE 12190.01 April, 2015 DRAWING NUMBER S606 r EXPOSED METAL 1� EXISTING CONCRETE SLAB. SURFACE DEFECTS CUT OFF NON-FUNCTIONAL METALS 3/4" BELOW CONCRETE SURFACE. PREPARE CONCRETE AND PATCH WITH EPDXY AND SAND MIXTURE. NO FLAME CUTTING PERMITTED. REFER TO SPECIFICATION SECTION 030100. O EXPOSED SLAB REINFORCEMENT AND OR WIRE MESH. CUT AND REMOVE SUFFICIENT AMOUNT OF REINFORCEMENT TO PROVIDE 1/2" COVER AT CUT ENDS. PREPARE AND PATCH WITH EPDXY AND SAND MIXTURE. CONSULT WITH ENGINEER PRIOR TO CUTTING REINFORCEMENT. O4 REPAIR MINOR EXISTING SURFACE DEFECTS CAUSED BY AGGREGATE POP -OUTS, SURFACE SCALING, AND FREEZE -THAW DAMAGE IN A MANNER ACCEPTABLE TO THE ENGINEER AND MEMBRANE MANUFACTURER. REFER TO SPECIFICATION SECTION 071800. O GRIND SMOOTH OR OTHERWISE REMOVE EXISTING EXCESS CONCRETE AND/OR MATERIAL DEPOSITED (LEFT ON SLAB) FROM CONSTRUCTION ACTIVITIES. WHERE THE EXISTING SLAB CONCRETE IS MOUNDED OR OTHERWISE PROTRUDES MORE THAN 1/16" ABOVE THE DECK, GRIND IT SMOOTH, OR GRIND A TRANSITION SLOPE OF 1:4 (MAXIMUM) WITH BLENDING RADII AT PERIMETER OF LARGE AREAS. NEW TRAFFIC COATING SYSTEM. REFER TO SPECIFICATION SECTION 071800. ° d 0 .. - ..-• • DETAIL NO SCALE O EXISTING CONCRETE SLAB. °a a ° a d ° 4 d d d i a NEW SEALANT. REFER TO TYPICAL DETAILS ON DRAWING S600 FOR ADDITIONAL INFORMATION. NEW 4" WIDE TRAFFIC MEMBRANE DETAIL COAT CENTERED OVER SEALANT. NEW TRAFFIC MEMBRANE SYSTEM. EXTEND AT LEAST 4" UP VERTICAL SURFACES. REFER TO SPECIFICATION SECTION 071800. O EXISTING CONCRETE SLAB. 2� PROVIDE SAWCUT 1/4" WIDE x 1/8" DEEP. NEW TRAFFIC MEMBRANE BASE COAT. ENSURE BASE COAT COMPLETELY FILLS SAWCUT. REFER TO SPECIFICATION SECTION 071800. Q NEW TRAFFIC MEMBRANE TOP COAT. REFER TO SPECIFICATION SECTION 071800. �5 MASK STRAIGHT LINE FOR TRAFFIC MEMBRANE TERMINATION. PERIMETER SHALL BE PARALLEL TO ADJACENT WALLS AND/OR PERPENDICULAR TO ADJACENT WALLS AS REQUIRED TO OBTAIN CLEAN AND NEAT SYSTEM INSTALLATION. 0 EXISTING CONCRETE SLAB. O2 EXISTING CONCRETE WALL, CURB OR ANY OTHER VERTICAL PROJECTION. O NEW COVE SEALANT. REFER TO TYPICAL DETAILS ON DRAWING S600 FOR ADDITIONAL INFORMATION, NEW 4" WIDE DETAIL COAT CENTERED ON JOINT. REFER TO SPECIFICATION SECTION 071800. O NEW TRAFFIC MEMBRANE SYSTEM. TERMINATE ON VERTICAL SURFACES AS SHOWN. WHERE VERTICAL PROJECTION IS BLOCK OR OTHER NON -CONCRETE MATERIAL, TERMINATE TRAFFIC MEMBRANE SYSTEM ON COVE SEALANT. REFER TO SPECIFICATION SECTION 071800. TRAFFIC MEMBRANE PERIMETER TERMINATION 2 D ETAI L 3 S700 NO SCALE S700 0 EXISTING CONCRETE SLAB. 02 DRAIN GRATING. PROTECT DURING THE WORK. WHERE GRATE IS INADVERTENTLY BLASTED BY SHOTBLAST AND SANDBLAST EQUIPMENT THEY SHALL BE RECOATED IN AN APPROVED MANNER. V GRIND DEEP GROOVE AT DRAIN PERIMETER FOR NEW SEALANT INSTALLATION. PROVIDE NEW SEALANT. REFER TO SPECIFICATION SECTION 079200. O NEW TRAFFIC MEMBRANE SYSTEM. TERMINATE ON SEALANT JOINT. REFER TO SPECIFICATION SECTION 071800. 6� PROVIDE PLUMBERS PLUG IN DRAIN OPENING DURING TRAFFIC MEMBRANE SYSTEM PREPARATION AND INSTALLATION. REMOVE PLUG AT END OF EACH WORK DAY AND DURING INCLEMENT WEATHER. TYPICAL TRAFFIC MEMBRANE OVER CJ's OR CRACKS 5 D ETAI L 6 S700 NO SCALE S700 TYPICAL TRAFFIC MEMBRANE AT DRAIN DETAIL NO SCALE TYPICAL TRAFFIC MEMBRANE AT VERTICAL SURFACE DETAIL NO SCALE O EXISTING CONCRETE SLAB. 10 EXISTING CONCRETE WALL OR COLUMN. O PROVIDE TEMPORARY COMPRESSIBLE MATERIAL AT VOID AROUND PIPE OR HOLE TO ENSURE DUST, DEBRIS, SHOT, ETC. DOES NOT FALL TO FLOOR BELOW. USE MATERIAL TO PROVIDE TEMPORARY BACKER TO FACILITATE COVE SEALANT INSTALLATION. O PROVIDE FREE STANDING OVERSIZED COVE SEALANT. REFER TO TYPICAL DETAILS ON DRAWING S600 FOR ADDITIONAL INFORMATION. O5 TERMINATE TRAFFIC COATING ON COVE SEALANT. REFER TO SPECIFICATION SECTION 071800. TYPICAL SEALANTITRAFFIC COATING TERMINATION AT STANDING COVE DETAIL NO SCALE 0 EXISTING CONCRETE SLAB. Q2 NEW SEALANT AND BACKER ROD. REFER TO TYPICAL DETAILS ON DRAWING S600 FOR ADDITIONAL INFORMATION. FILL IN UNEVEN OR SLIGHTLY DEPRESSED AREAS ALONG SEALANT WITH TRAFFIC MEMBRANE BASE COAT AND SAND MIXTURE. REFER TO SPECIFICATION SECTION 071800. NEW 4" WIDE DETAIL COAT CENTERED ON JOINT. REFER TO SPECIFICATION SECTION 071800. (D NEW TRAFFIC MEMBRANE SYSTEM. REFER TO SPECIFICATION SECTION 071800. TYPICAL TRAFFIC MEMBRANE AT ISOLATION JOINT SEALANT 4 D ETAI L S700 NO SCALE ii Li LJ LJ 10 EXISTING CONCRETE SLAB. (D EXISTING FENCE POST. PROVIDE NEW COVE SEALANT AT POST BASE OR BASE PLATE. REFER TO TYPICAL DETAILS ON DRAWING S600 FOR ADDITIONAL INFORMATION. 4 NEW TRAFFIC COATING SYSTEM. REFER TO SPECIFICATION SECTION 071800. TERMINATE COATING ON COVE SEALANT. TYPICAL SEALANTITRAFFIC COATING AT GUARDRAIL OR BOLLARE 8 DETAIL S700 NO SCALE THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: " � /o " RANDY I . „ VIII -.SON 123 1"7r 0 ` > cz Z" r cn W We �m Z0 0 o w M O "' 0 N Iz 0 N h O :4 O �- 4 O W tJ7 N DRAWN BY: G.O. Donahue ENGINEER: C.A. Hauke CHECKED BY: C.W. Pryzwara 1p IR CITY 1 Ot IOWA CITY Parking Garage Maintenance Program 2015 Project DRAWING TITLE MEMBRANE DETAILS THP JOB NUMBER DATE 12190.01 April, 2015 DRAWING NUMBER S704 1 10 EXISTING CONCRETE SLAB. 20 EXISTING COMPRESSION SEAL. PROVIDE CONTINUOUS 118" DEEP BY 114" WIDE SAWCUT PARALLEL TO EDGE OF JOINT OPENING. REFER TO SIMILAR DETAIL 2 ON DRAWING S700. NEW TRAFFIC COATING SYSTEM. REFER TO SPECIFICATION SECTION 071800. ill 1© EXISTING CONCRETE SLAB. �2 EXISTING WINGED COMPRESSION SEAL. O3 EXISTING EXPANSION JOINT HEADER MATERIAL. PROVIDE CONTINUOUS 118" DEEP BY 114" WIDE SAWCUT PARALLEL TO HEADER. REFER TO SIMILAR DETAIL 2 ON DRAWING S700. 05 WIRE WHEEL HEADER SURFACES, WIPE CLEAN WITH SOLVENT AND COAT HEADER AND ADJACENT CONCRETE WITH EPDXY COATING AND ENCAPSULATED SAND MIXTURE. 60 NEW TRAFFIC COATING SYSTEM. REFER TO SPECIFICATION SECTION 071800. TRAFFIC COATING TERMINATION AT EXPANSION JOINT 9 D ETAI L o S701 I NO SCALE S701 Q EXISTING CONCRETE SLAB. NEWLY REPAIRED CONCRETE SLAB. O EXISTING TRAFFIC COATING SYSTEM TO REMAIN. ENSURE TRAFFIC COATING PERIMETER IS BONDED AND INTACT. REMOVE ADDITIONAL TRAFFIC COATING AS NEEDED UNTIL WELL BONDED MATERIAL. 4� PREPARE PERIMETER OF TRAFFIC COATING SYSTEM TO REMAIN. REFER TO TYPICAL TRAFFIC COATING SYSTEM TIE-IN DETAIL 14 ON THIS DRAWING. �5 PREPARE CONCRETE SURFACE AND PROVIDE NEW TRAFFIC COATING SUPPLEMENTAL BASE COAT. DO NOT APPLY TRAFFIC COATING MATERIALS UNTIL CONCRETE CURING IS COMPLETE. REFER TO SPECIFICATION SECTION 071800. Q PROVIDE NEW TRAFFIC COATING BASE COAT. EXTEND NEW TRAFFIC COATING BASE COAT 3" ONTO EXISTING PREPARED TRAFFIC COATING SYSTEM. REFER TO SPECIFICATION SECTION 071800. �7 PROVIDE NEW HEAVY DUTY TRAFFIC COATING TOP COATS. REFER TO SPECIFICATION SECTION 071800. ©8 TERMINATE NEW TRAFFIC COATING SYSTEM AT MASKED STRAIGHT EDGE, TYPICAL ALL SIDES. O9 PERFORM LEVELING REPAIRS IN ACCORDANCE WITH TYPICAL DETAILS AND SPECIFICATION SECTION 071800 TO ENSURE FLUSH PROFILE WITH ADJACENT COATINGS AT COMPLETION OF WORK. 3 5701 TRAFFIC COATING SYSTEM PATCH AT REPAIR DETAIL NO SCALE PAY UNIT PER SQUARE FOOT 10 EXISTING CONCRETE SLAB, O EXISTING CAST -IN-PLACE CONCRETE SIDEWALK OR RAISED CURB. PROVIDE NEW COVE SEALANT. REFER TO TYPICAL DETAILS ON DRAWING S600 FOR ADDITIONAL INFORMATION. O4 PROVIDE NEW TRAFFIC COATING SYSTEM. REFER TO SPECIFICATION SECTION 071800. 0 MASK A STRAIGHT LINE TO TERMINATE TRAFFIC COATING ON CURB OR SIDEWALK AS SHOWN IN DETAIL. TRAFFIC COATING TERMINATION ON EXPANSION JOINT NOSING DETAIL NO SCALE S701 3" LAP AREA -------------------------- 4 a /t d o d d 4 d d 4 d d p d 4 Q 1 3" LAP AREA BASE COAT TOTAL THICKNESS EQUAL TO NOMINAL SPECIFIED THICKNESS 1� EXISTING CONCRETE SLAB. 20 WHERE REQUIRED, VAPOR BARRIER COAT. REFER TO DRAWINGS AND SPECIFICATION SECTION 071800. V FIRST BASE COAT. MASK ALONG TERMINATION EDGE. (SEE NOTE 7 FOR SPECIAL CONDITION WHERE NEW MEMBRANE TIES INTO EXISTING), 4 SECOND BASE COAT. �5 MASK TERMINATION EDGE FOR FIRST TOP COAT INSTALLATION. �6 FIRST TOP COAT. SECOND GRIT COAT. WHERE NEW TRAFFIC MEMBRANE SYSTEM IS TO TIE INTO EXISTING TRAFFIC MEMBRANE SYSTEM, PROCEED AS FOLLOWS: -ABRASIVE WHEEL PREPARE 3" WIDE LAP AREA, REMOVE TOP COAT TO EXPOSE EXISTING BASE COAT. -PREPARE EXISTING BASE COAT PER TRAFFIC MEMBRANE MANUFACTURER REQUIREMENTS. -LAP NEW BASE COAT ONTO EXISTING BASE COAT AND PROCEED AS NOTED ABOVE. TYPICAL TRAFFIC MEMBRANE SYSTEM TIE-IN �14DETAIL S701 ! NO SCALE 10 EXISTING CONCRETE SLAB. 02 EXISTING WALL, CURB OR ANY VERTICAL PROJECTION. V PROVIDE NEW COVE SEALANT. REFER TO TYPICAL DETAILS ON DRAWING S600 FOR ADDITIONAL INFORMATION. 4 NEW DETAIL COAT TERMINATED ON COVE SEALANT. REFER TO SPECIFICATION SECTION 071800. NEW TRAFFIC COATING SYSTEM. REFER TO SPECIFICATION SECTION 071800. TRAFFIC COATING TERMINATION AT RAISED CURB DETAIL �2 NO SCALE S701 TYPICAL TRAFFIC COATING TERMINATION ON COVE SEALANT DETAIL NO SCALE THP Limited, Inc. 100 East Eighth Street Cincinnati, Ohio 45202 Phone: 513.241.3222 Fax: 513.241.2981 www.thpltd.com This document is the product and property of THP Limited. Neither the document nor the information it contains may be copied or reused for other than the specific project for which it was prepared without the written consent of THP Limited. SEAL: RANDY R. ® WILSON t C -a- ll DRAWING TITLE MEMBRANE DETAIL'% THP JOB NUMBER DA+ 12190.01 Ari 1 201 DRAWING NUMBER W .w DRAWING TITLE MEMBRANE DETAIL'% THP JOB NUMBER DA+ 12190.01 Ari 1 201 DRAWING NUMBER W UJ o W m UJ O Z LL O O W CCn rn Cn _ �n �n 0 N 0 N fes- O h - e— O O Cn W (n �- N I DRAWN BY: G.O. Donah ENGINEER: C.A. Hau CHECKED BY: C.W. PryzwE I DRAWING TITLE MEMBRANE DETAIL'% THP JOB NUMBER DA+ 12190.01 Ari 1 201 DRAWING NUMBER • `le ( e/ Prepared by:Kumi Morris,Public Works Dept.,410 E.Washington St.,Iowa City,IA 52240,(319)356-5044 RESOLUTION NO. 15-116 RESOLUTION SETTING A PUBLIC HEARING ON MAY 5, 2015 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account#T3004. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 5th day of May, 2015, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 21St day of April, 2015. MAYOR Approved by i ATTEST: , 114-Eau/ CITY CLERK City Attorney's Office K(�ti f rs S:IENGURCHITEC 1JRE FILEWrojcas\Parking Garage Mamtertance Program 2015 through 2018MQ`\FINAL RFQ to,consultant services-Cnr of Iowa City Parking Garage Afainienance Program 2015 through 2018.doc 04/15 Resolution No. 15-116 Page 2 It was moved by Mims and seconded by Payne the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: X Botchway x Dickens x Dobyns x Hayek x Minis X Payne X Throgmorton OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY OF IOWA CITY PARKING GARAGE MAINTENANCE i PROGRAM 2015 PROJECT IN ^ ^ THE CITY OF IOWA CRY,IOWA Printer's Fee$ c C3•Jr Q TO ALL TAXPAYERS OF THE TO OF IOWA CITY, IOWA, AND TO OTHER INTERESTED CERTIFICATE OF PUBLICATION PERSONS: Public notice Is hereby given that the City Council of the City of Iowa STATE OF IOWA, ' City, Iowa, will con-duct a public hearing on plans, specifications, ' form of contract and estimated JOHNSON COUNTY,SS: cost for the construction of the City of Iowa City Parking. Garage THE IOWA CITY PRESS-CITIZEN Maintenance Program p.m.on the Project in said City at 7 p.m.on the 5th day I of May, 2015, said meeting to be FED.IDN42.0330670 I held in the Emma J.Harvat Hail in City Hall in said City, or if said /(3. meeting is cancelled, at the next I, OS meeting of the City Council there- after as posted by the City Clerk. being duly sworn,say that I um Said plans,specifications,form of the legal clerk of the IOWA CITY contract and estimated cost are g now on file In the office of the City PRESS-CITIZEN,a newspaper Clerk in City Hall In Iowa City,Iowa, I and may be inspected by any inter- published in said county,and ested persons. that a notice, a rinted copyof Any interacted persons may P appear at said meeting of the Ci which Is hereto attached,was Council for the purpose of making objections to and comments con- published in said paper I cerning said plans, specifications, contract or the cost ofmaking said time(s),on the following date(s): improvement. U a 2l— I SThis notice Is given by order of the I City Council of the City of Iowa j City,Iowa and as provided by law. J /C / MARIAN K.KARR,CRY CLERK Jai, I PC-.-..sm. April 27,2015 Legal Clerk Subscribed and sworn to before me this 2.1- day of Ma. A. .20 1.S. Nota ub is a ADAM JAMES KAHLER Commission Number 785381 My Commission Expires 08/04/2017 • 05-05-15 9 Prepared by:Kumi Morris,Public Works Dept.,410 E Washington St.,Iowa City,IA 52240.(319)356-5044 RESOLUTION NO. 15-149 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account #T3004 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 28'h day of May, 2015. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 5th day of June, 2015, or at a special meeting called for that purpose. Passed and approved this 5th day of May , 20 15 MAYORC Approvedby ATTEST: _71/ w . ji9✓tu %an wr1Dtd CITY ERK City Attorney's Office ei724 pwenglnastersVes appy&adoc 4/15 Resolution No. 15-149 Page 2 It was moved by Payne and seconded by Botchway the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: X _ Botchway X Dickens x Dobyns x Hayek X Mims X Payne X Throgmorton PUBLISH 5/11 NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28th day of May, 2015. 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 received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5th day of June, 2015, or at special meeting called for that purpose. There will be a recommended pre-bid meeting visiting the sites. This will start at 10 a.m. local time on Thursday, May 14, 2015 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2015 Project focuses on concrete floor repairs and membrane patching in the Dubuque Street Ramp. Additional efforts in this facility include repairs to deteriorated concrete beams, expansion joints, stair tower tread and risers, and interior facade lintels, along with other isolated structural and waterproofing repairs throughout the garage. Also included are smaller repair projects within three additional ramps: Capitol Street Ramp, Chauncey Swann Ramp, and Tower Place Parking Ramp. All work is to be done in strict compliance with the plans and specifications prepared by THP Limited, Inc., of Cincinnati, Ohio, 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 of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15)calendar days following award of the contract, 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 successful bidder will be required to furnish 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 City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1 ) year(s)from and after its com- pletion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date:June 15, 2015 Final Completion Date: October 2, 2015 Liquidated Damages:$500.00 per day 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779-0093 by bona fide bidders. A $50.00 refundable fee 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 Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contrac- tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract.This list shall include the type of work and approximate subcontract P. amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes.The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK OFFICIAL PUBLICATION responsible surety approved by the NOTICE TO BIDDERS City, and shall guarantee the CITY OF IOWA CITY PARKING prompt payment of all materials GARAGE MAINTENANCE :Ad labor, and also protect and PROGRAM 2015 PROJECT save harmless the City from all Sealed proposals will be claims and damages of any kind received by the City Clerk of the directly or indirectly by the City of Iowa City, Iowa, until 2:30 caused operation of the contract,and shall P.M.on the 28th day of May,2015. Printer's Fee$ ' ) also guarantee the maintenance of / the improvement for a period of Sealed proposals will be opened immediately thereafter by the Cityone (1 ) year(s)from and after Its Engineer or designee.Bids submit- CERTIFICATE OF PUBLICATION ted by fax machine shall not be completion and formal acceptance deemed a"sealed bid"for purpos- by the City Council. es of this Project. Proposals I The following limitations shall STATE OF IOWA, received after this deadline will be apply to this Project: returned to the bidder unopened. Final Start Date:June Completion Data October 15 Proposals will be acted upon by 2,2015 JOHNSON COUNTY,SS: the City Council ata meeting to be ,2015ated Damages:$500.00 per held in the Emma J.Harvat Hall at THE IOWA CITY PRESS-CITIZEN 7:00 P.M. on the 5th day of June, day 2015, or at special meeting called The plans,specifications and pro- for that purpose. posed contract documents may be FED.IDN42-0330670 There will be a recommended examined at the office of the City pre-bid meeting visiting the sites. Clerk. Copies of said plans and I, r A /1VS This will start at 10 am. local time specifications and form of proposal on Thursday, May 14, 2015 in the blanks may be secured at Tower Place Parking Ramp confer- Rapid g s, a division of being duly sworn,say that I m ence room, located at 335 East Rapids Reproductions located at Iowa Avenue in Iowa City.legal clerk of the IOWA CITY 415 Highland Ave,Suite 100,IowaCity,Iowa 52240,Phone:319-354- The Project will involve the fol- 5950 Fax:319-354-8973 Toll-Free PRESS-CITIZEN, a newspaper lowing: 800-779-0093 by bona fide bid- The 2015 Project focuses on der-. published in said county, and concrete floor repairs and mem- that a notice,a printed copy of A $50.00 refundable fee Is brane patching in the Dubuque Street Ramp.Additional efforts in required for each set of plans and which is hereto attached,was this facility include repairs to specifications provided to bidders or other interested persons. The deteriorated concrete beams, fee shall be In the form of a check, published in said paper I expansion joints,sinterior facade made payable to Technigraphics. and risers, and faoade The fee will be returned if the plans time(s),on the following1date(s): lintels, along with other isolated are returned in unmarked end reus- S11. (� structural and waterproofing able condition within 15 days of 1 repairs throughout the garage. ' Also included are smaller repair Council Award. A separate and nonrefundable$15 00 shipping and projects within three additional handling fee will apply to plans that R (,(,61. ramps: Capitol Street Ramp, are sent through postal mail. Chauncey Swann Ramp, end Prospective bidders are advised Tower Place Parking Ramp. All work is to be done in strict that the City of Iowa City desires to min Legal Clerk compliance with the plans and employubcactos contractorsprojects. s.and g specifications prepared by THP subcontractors on City projects.A Limited, Inc.,of Cincinnati,Ohio, listing of minority contractors can Subscribed and sworn to which have heretofore been be- obtained from the Iowa approved by the City Council,and Department of Inspections and before me this 1 day of IA.. A `i. 20 " are on file for public examination Appeals at(515)281-5796 and the in the Office of the City Clerk. Iowa Department of Transportation . Each proposal shall be completed Contracts Office at(515)239-1422. SAIIIIN... on a form furnished by the City and Bidders shall list on the Form of Proposal the names of persons, must be accompanied in a sealed firms, companies or other parties cN�;r UrIIC envelope, thesepproposal,s from the and with whom the bidder intends to bontei executed the rpby a bid subcontract.This list shall include bond by a corporation the type of work and approximate authorized to contract as a surety subcontract amount(s). In the State of Iowa, in the sum of The Contractor awarded the con- _ - - `-- 10% of the bid. The bid security tract shall submit a list on the Form shall be made payable to the ADAM JAMES KANLEFI TREASURER OF THE CITY OF IOWA of Agreement of the proposed sub- CITY, IOWA, end shall be contractors, together with ed dcl- CommiBElon Number 78538113 forfeited to the City of Iowa City In es, unit prices end extend - lar amounts. event the successful bidder lar amounts. My Commission Expires fails to enter into a contract within By virtue of statutory authority, ten (10) calendar days of the City preference must be given to prod- 08/0412017 I Council's award of the contract and pets and provisions grown ofancoal post bond satisfactory to the City produced within the State ofIowa, ensuring the faithful performance end to Iowa domestic labor,to the extent lawfully required under Iowa of the contract and maintenance of Statutes.The Iowa reciprocal rest- dent bidder preference law applies to the provisions Of this notice and to this Project. the other contract documents. Bid The City reserves the right to bonds of the lowest two or more bidders may be retained for apart- reject any or all proposals,and also od of not to exceed fifteen (15) reserves the right to waive techni- calendar days following award of calities and irregularities. the contract, or until rejection is Published upon order of the City made. Other bid bonds will be Council of Iowa City,Iowa. retumed after the canvass and MARIAN K.KARR,CITY CLERK tabulation of bids is completed and rca0000uw, May 11,2015 reported to the City Council. The successful bidder will be required to fumish a bone in an amount equal to one hundro4 per- cent(100%) of the contract pnce, said bond to be Issued by a NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28th day of May, 2015. 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 received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 2nd day of June, 2015, or at special meeting called for that purpose. There will be a recommended pre-bid meeting visiting the sites. This will start at 10 a.m. local time on Thursday, May 14, 2015 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2015 Project focuses on concrete floor repairs and membrane patching in the Dubuque Street Ramp. Additional efforts in this facility include repairs to deteriorated concrete beams, expansion joints, stair tower tread and risers, and interior facade lintels, along with other isolated structural and waterproofing repairs throughout the garage. Also included are smaller repair projects within three additional ramps: Capitol Street Ramp, Chauncey Swann Ramp, and Tower Place Parking Ramp. All work is to be done in strict compliance with the plans and specifications prepared by THP Limited, Inc., of Cincinnati, Ohio, 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 of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, 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 successful bidder will be required to furnish 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 City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1 ) year(s)from and after its com- pletion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date:June 15, 2015 Final Completion Date: October 2, 2015 Liquidated Damages: $500.00 per day 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779-0093 by bona fide bidders. A $50.00 refundable fee 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 Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contrac- tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract NTB-1 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. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes.The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK NTB-2 OFFICIAL PUBLICATION responsible surety approved by the NOTICE TO BIDDERS City, and shall guarantee the CITY OF IOWA CITY PARKING prompt payment of all materials GARAGE MAINTENANCE and labor, and also protect end PROGRAM 2015 PROJECT save harmless the City from ell Sealed proposals will be received claims and damages of any kind by the City Clerk of the Ciry of Iowa caused directly or indirectly by the operation of the contract,and shall City, Iowa, until 2:30 P.M. on the also guarantee the maintenance of 28th day of May, 2015. Sealed the improvement for a period of proposals will be opened immedir one (1 ) year(s) from and after its Printer's Fee$ lately thereafter by the City Engineer completionCiandoformal acceptance or designee.Bids submitted by fax by the ty Council. machine shall not be deemed a The following limitations shall CERTIFICATE OF PUBLICATION sealed bid^ for purposes of this apply to this Project: Project. Proposals received after Early Start Date:June 15,2015 STATE OF IOWA, this deadline will be returned to the Final Completion Date:October 2, v bidder unopened.Proposals will be 2015 acted upon by the City Council at a Liquidated Damages:$500.00 per JOHNSON COUNTY,SS: meeting to be held in the Emma J. day Horvat Hall at 7:00 P.M.on the 2nd The plans,specifications and pro- THF. IOWA CITY PRESS-CITIZEN day of June, 2015, or at special posed contract documents may be meeting called for that purpose. examined at the office of the City There will be a recommended pre- Clerk. Copies of said plans and FEB.111442-0330670 bid meeting visiting the sites.This specifications and fo m of proposal . will start at 10 a.m. local time on blanks may be secured at S n�O�, Thursday, May 14, 2015 in the Technigraphics, a division of I, n fj)" ` b Tower Place Parking Ramp confer- , onfer- Rapids Reproductions located at beingduly saythat I am ence room, loin tl City. ty335 East 415 Highland Ave.Suite 100, Iowa sworn, Iowa Avenue in Iowa involve City,Iowa 52240,Phone:319-354- the legal clerk of the IOWA CITY The Project will Involve the follow- 5950 Fax:319-354-8973 Toll-Free Ing: 800-779-0093 by bona fide bid- PRESS-CITIZEN, a newspaper The 2015 Project focuses on con- ders. trete floor repairs and mem- A 550.00 refundable fee is required published in said county,and brans patching in the Dubuque far each set of plans and specifica- Street Ramp. Additional efforts tions provided to bidders or other that a notice,a printed copy of i in this facility include repairs to interestedropersons.The fee shall be which Is hereto attached,was deteriorated concrete beams, in the font of a check,made pay- expansion joints, stair tower able to Technigrap cThe fee will published In said paper I tread and risers, and interior ba returned if the plans arereturned fagade lintels, along with other in unmarked and reusable condi- tIme(s), on the following date(s): isolated structural and water- on within 15 days of Council _ ^V- 1C proofing repairs throughout the Award.A separate and nonrefuntl- �l garage.Also Included are small- able$15.00 shipping and handling ^ er repair projects within three fee will apply to plans that are sent 1 additional ramps:Capitol Street through postal mail. Prospective 1 \ 4-A(A Ramp,Chauncey Swann Ramp, bidders are advised that the City of and Tower Place Parking Ramp. Iowa City desires to employ minor- AlI work is to be done In strict try contractors end subcontractors compliance with the plans and on City projects.A listing of minor- Le al Clerk specifications prepared by THP Legal Limited,Inc.,of Cincinnati,Ohio, ity contractors can be obtained which have heretofore been from the Iowa Department of approved by the City Council, Inspections end Appeals at (515) Subscribed and sworn to 281-5796 and the Iowa Department anbefore e this 2c) day of nation tin the Officare on file for e of the City blic oxen- of Transportation Contracts Office Si ZQ f S at(515)239-1422. Clerk. Ar. Each proposal shall be completed Bidders shall list on the Form of Proposal the names of persons, on a form furnished by the City and firms, companies or other parties Nota 'ubl must be accompanied in a sealed with whom the bidder intends to envelope, separate from the one subcontract.This list shall Include l containing the proposal, by a bid the type of work and approximate bond executed by a coas a surety n subcontract amount(s). authorized to contract as a surety The Contractor awarded the con- i in the State of Iowa,in the sum of tract shall submit a list on the Form ADAM JAMES KAHLER 110% of the bid. The bid security of Agreement of the proposed sub- / shall be made payable to the contractors, together with quanti- �,µ TREASURER OF THE CIN OF ties,unit prices and extended del- 4, Number 785381 My Commission Expires IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City In the event the successful bidder lar amounts. By virtue of statutory authority, 08/04/2017 fails to enter into a contract within preference must be given toprod- ten (10) calendar days of the City ucts and provisions grown and coal Council's award of the contract and produced within the State of Iowa, post bond satisfactory to the City and to Iowa domestic labor,to the extent lawfully required under Iowa ensuring the faithful performance Statutes.The Iowa reciprocal real- of the contract end maintenance of dent bidder preference law applies I said Project, if required, pursuant . to the provisions of this notice and to this Project. The City reserves the right to the other contract documents. Bid reject any or all proposals,and also bonds of the lowest two or more reserves the right to waive techni- bidders may be retained for a pen- calities and Irregularities. od of not to exceed fifteen (15) Published upon order of the City calendar days following award of Council of Iowa City,Iowa. the or until rejection is MARIAN K.KARR,CITY CLERK made.e. Other bid bonds will be returned after the canvass and rcmowssv May 20,2015 tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100%)of the contract price, said bond to be Issued by a Prepared by: Kumi Morris, Public Works Dept.,410 E.Washington St., Iowa City, IA 52240(319)356-5044 C' RESOLUTION NO. 15-173 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT. WHEREAS, Vector Construction Inc. of Cedar Rapids, Iowa has submitted the lowest responsible bid of$ 440,250.00 for construction of the above-named project; and WHEREAS, the bid includes the base bid and Alternate#1; and WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account #T3004. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project for the base bid plus Alternate #1 is hereby awarded to Vector Construction Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Director of Transportation Services is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 2nd day of June , 2015 • MAYO • / ) App ovedd by� ATTEST: / Lr�r.J Y�f/-/ Am ) uK9�+�'r CITY CLERK ity Attorney's Office ch_., It was moved by Payne and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Dickens x Dobyns x Hayek x Mims x Payne X Throgmorton SfENGW WJiesolulons1Projetl Resalutionst ward Contractrf)Oy Parking Geropo Maintenance 2015 Projetl-MITI Alternates RESOLUTION Avn't Contract on Juno 2 2015 Ow 5/15 3d(4) Prepared by: Kumi Morris, Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5082 RESOLUTION NO. 16-275 RESOLUTION ACCEPTING THE WORK FOR THE CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2015 PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the City of Iowa City Parking Garage Maintenance Program 2015 Project, as included in a contract between the City of Iowa City and Vector Construction Inc. of Cedar Rapids, Iowa, dated June 2, 2015, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account #T3004; and WHEREAS, the final contract price is $414,254.50. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 20th day of September , 20 16 . M OR i Approved by ATTEST: Ala �i7e ��GlilA/ / • �'����� (14-CLERK City Attorney's Office It was moved by Mims and seconded by Dickens the Resolution be adopted, and upon roll call there were: • AYES: NAYS: ABSENT: x Botchway x Cole X Dickens x Mims X Taylor x Thomas x Throgmorton SIENGWWViesolullons B ONinances'mlect Resolulions1Accept ProjecQoily Parking Garage Maintenance 2015 Project.RESOLUTION Accept Project September 202010doc 9/16