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 MAINT BRIDGE REPAIR 2017
PARKING GARAGE MAINTENANCE PROGRAM & BRIDGE REPAIR 2017 PROJECT 03-1an-2017 Res 17-7, agreement for consultant services. 17 -Feb -2017 Plans, Specs, opinion of cost. 21 -Feb -2017 Res 17-54, setting a public hearing. 27 -Feb -2017 Notice of PH 06 -Mar -2017 REVISED Plans, Specs, Proposal and Contract. 07 -Mar -2017 Res 17-73, approving plans, specs, form of agreement, and estimate of cost 09 -Mar -2017 Notice to Bidders 04 -Apr -2017 Res 17-91, awarding contract— Western Specialty Contractors 17 -Apr -2017 Performance and Payment Bond 20 -Mar -2018 Res 18-66, accepting the work. Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5410 RESOLUTION NO. RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND THP LIMITED, INC. TO PROVIDE CONSULTANT SERVICES FOR THE CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2017 PROJECT. WHEREAS, the City of Iowa City desires to complete ongoing and regular repairs and maintenance to existing parking garage and bridge structures; and WHEREAS, this project will perform repairs to concrete, caulk joints, expansion joints and other related repairs in the Capitol Street, Dubuque Street, Tower Place and Chauncey Swan parking facilities, and the College Street bridge; and WHEREAS, the City of Iowa City desires the services of a consulting firm to prepare final design for construction of the City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with THP Limited, Inc., to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with THP Limited, Inc.; and WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account #T3004 and the Annual Bridge Maintenance and Repair account #S3910. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The Consultant Agreement attached hereto is in the public interest, and is approved as to form and content. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant Agreement. 3. The City Manager is authorized to execute amendments to the Consultant Agreement as they may become necessary. Passed and approved this 3rd day of January 20 17 MAYOR Ap roved by ATTEST: r �114-90 j° DEPUVCITY CLERK- City Attorney's Office Resolution No. 17-7 Page 2 It was moved by sotchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: x x x x x x x ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 3rd day of January 2017 , by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and THP Limited, Inc., of Cincinnati, OH, hereinafter referred to as the Consultant. WHEREAS, the City of Iowa City owns and operates five (5) public parking garages and three (3) bridges that serve the downtown business, hotel/convention, cultural and entertainment districts. Their safe and efficient operation and maintenance are vital to the economic development of downtown and the City at -large; and WHEREAS, the City publically posted a Request for Qualifications on January 23, 2015 of the Parking Garage Maintenance Program 2015 — 2018, creating a publically available web site for the project on a City website and nationally posting the project on the National Parking Association Consultant website; and, WHEREAS, the result of that Request for Qualifications process was that the City selected THP Limited Inc., as the firm to provide consultant services; and WHEREAS, the City will retain THP Limited, Inc., a specialty firm specializing in parking garage structural consultant services for the Parking Garage Maintenance Program 2015 — 2018 work; and WHEREAS, a Parking Garage Maintenance survey and evaluation program was conducted in 2012 by THP to evaluate public safety through an aggressive program of structural inspections, maintenance activities in an effort to bring the City's parking garages within good to excellent condition; and NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES The Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. The Consultant's anticipated 2017 consulting services for garage and bridge restoration efforts are as follows: A. General Scope of Work and Site Visits 1. Part I— ConFnnation of 2017 Priorities and Scope of Work (up to 1 site visit) a. Up to one site visit to review and confirm the 2017 scope of work. During this site visit, the Consultant will perform a visual assessment of all garages and bridge locations relevant to the planned 2017 scope of work. Information from this survey will be incorporated into the reviews and inspections performed during site visits in conjunction with the previous years' consulting services and used to verify the recommended 2017 scope of work. b. Review of conditions hidden or indeterminable from visual assessment, such as reinforcement and other embedments within cast -in-place concrete and vehicular barrier systems are excluded from the Consultant's scope of work unless Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 1 of 10 specifically noted. All recommendations for the 2017 scope of work will be based on conditions existing as of the date of the site visit and surveys. c. For any selected bridge work, The Consultant is only performing a visual survey related to the expansion joints and associated waterproofing elements. This survey is not a comprehensive assessment of the bridge structure. The Consultant assumes the design and construction of the bridges met appropriate standards. Analysis of the bridge structures for code compliance with original or present day codes are excluded. d. The Consultant will meet with City personnel to discuss known conditions and concerns with the garages, for potential implementation into the planned scope of work. 2. Part 11 — Construction Documents Development and Competitive Bidding (1 site visit) a. Development of Construction Documents (CD's) including bidding requirements, general conditions and technical specifications, drawings, details and phasing requirements for the full $400,000 of available garage budget, and an estimated $50,000 in potential repair efforts for the bridge. This base scope of consulting work and the associated budget may hereafter also be referred to as the Garages and East College Street Bridge Work. b. If approved, as additional consulting work, Development of Construction Documents (CD's) including bidding requirements, general conditions and technical specifications, drawings, details and phasing requirements for $175,000 in additional work for the Chauncey Swann Garage Stair Towers. c. Meet with City personnel remotely to review the proposed drawings and scope of work with the City, and amend/finalize documents as agreed upon by all parties. d. Provide documents (drawings and specifications) for submittal to City Council and review at a public hearing, stamped and signed by a licensed Iowa Professional Engineer. e. Conduct of the competitive bidding process, including attendance at a pre-bid meeting, issuing addenda if necessary, review and discussion of contractor proposals and recommendation for contract award. 3. Part 10— Construction Administration (up to 7 site visits) a. Construction administration of the 2017 project efforts, including review and approval of submittals, pay requests, and warranties, answering RFI's, long distance coordination of the contractors work via direct communication with the contractor and the City's operation personnel, and periodic site visits to review the work in process. b. A preconstruction meeting will be coordinated by the Consultant and either attended in person as one of the site visits, or, with the City's approval, coordinated remotely via conference call. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 2 of 10 c. Once work begins, the Consultant will make periodic site visits to review work in progress and develop a punch list visit. The Consultant will plan a total of up to four (4) site visits during the course of work for the base scope of work in the Garages and East College Street Bridge, and (if approved) up to an additional two (2) site visits for the additional work in the Chauncey Swann Stair Towers. To help increase Construction Administration oversight, the Consultant will coordinate supplemental on-site review of contractor efforts with a local consultant. The local consultant, to be selected and supervised by the Consultant, will be utilized for additional site visits to review the work in progress. These site visits would be coordinated and overseenremotely by the Consultant. The Consultant will still retain responsibility for the generation of all formal correspondence, field reports, and engineering or waterproofing direction to the on-site contractor. The Consultant will be ultimately responsible for the work of the local consultant, as well as reimbursement of the local consultant as part of Consultant's fee. 4. Pan` IV— Option to Renew Agreement This is the third year of a renewable agreement between the City and Consultant. This contract represents a continuation of the previously agreed upon 2015 consultant agreement. The original 2015 agreement included the following stipulations. a. The initial term of this contract shall be for one (1) year. No price escalation will be allowed during the original term of this contract. b. The City and the Consultant may renew the contract for one (1) year time periods by mutual agreement, with a maximum of three 1 -year contract extensions, for a possible total contract length of four (4) years. Total compensation for any extension shall not exceed 9.6% of the department request, as described in (1)(A)(4)(d) below. Any such renewals shall be in writing, executed by both parties. c. The City reserves the right to accept the proposed renewal modifications, to negotiate more favorable terms, or to terminate without cost the future performance of the contract. d. It is anticipated that the future project scrape and budgets will be based on the following department requests; however, this may change pending City Council's annual budget approval process: i. 2016 - $400,000 ii. 2017 - $400,000 N. 2018 - $300,000 B. Parking Ramp Specific Scope 1. Dubuque Street Ramp The Dubuque Street Ramp will tentatively include the following scope of work: a. New traffic membrane floor installations or recoating, focusing on the second and third supported level crossovers at the east and west sides of the garage. The decision to recoat or remove the existing system and install a new system will be Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 3 of 10 determined by bond testing coordinated by the contractor and membrane manufacturer, and reviewed by the Consultant. b. New sealant installations on the exposed top level of the garage, including tooled topping slab sealants and perimeter cove joint sealants. c. Isolated concrete floor repairs throughout the garage, in addition to isolated beam, soffit and column repairs. d. Isolated concrete repairs and waterproofing throughout the garage. 2. Capitol Street Ramp The Capitol Street Ramp will tentatively include the following scope of work. a. Replacement of deteriorated expansion joint seals throughout the garage. b. Knock down repairs of loose or deteriorating overhead concrete along precast tee joints. c. Installation of new pedestrian traffic coatings and sealants throughout the southwest and southeast stair towers. d. Repair of isolated broken shear connectors and leaking joints. e. Isolated concrete repairs and waterproofing throughout the garage. 3. Chauncey Swann Ramp The Chauncey Swann Ramp will tentatively include the following scope of work: a. Repair of the deteriorated connector bridge concrete floor, support beam, and expansion joint to College Street. b. Repair of deteriorated and leaking stair and elevator towers, including replacement of the tower roofing systems. c. Installation of new pedestrian traffic coatings and sealants throughout the stair towers. d. Isolated concrete repairs and waterproofing throughout the garage. 4. Tower Place Ramp The Tower Place Ramp will tentatively include the following scope of work: a. Repair of deteriorated concrete adjacent to select expansion joints, with new membrane strip installations to protect post -tension tendons anchorages. b. New expansion joint seal installations at several locations. c. Isolated concrete repairs and waterproofing throughout the garage. 5. Court Street Transportation Center No significant efforts are planned for the Court Street Transportation Center in 2017 as part of this project. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 4 of 10 C. City Bridge Estimated Scope The following is an estimated 2017 The Consultant will finalize these consulting services, in conjunction section 1 -A -2-a of this contract. 1. East College Street Bridge scope of work for the three (3) city bridge structures. estimates and associated costs as part of the 2017 with the document development phase as outlined in a. New expansion joint seals at both ends of the bridge (2 locations total), installed in conjunction with the new seal for the entrance to the Chauncey Swan parking ramp. b. Concrete spall repairs adjacent to the expansion joint edges and at the intersecting sidewalks. c. Isolated sealant installations adjacent to the new expansion joint seal installations, as well the sidewalk. This scope of work will be included as an add -alternate to the base bid scope of work, allowing the City to review pricing and approve the work following receipt of contractor proposals. 2. Iowa Avenue Bridge and Gilbert Street Bridge No significant efforts are planned for either the Iowa Avenue Bridge or Gilbert Street Bridge in 2017 as part of this project. D. Additional Chauncey Swann Stair Towers Scope If additional funds are approved as outlined in Section I -A -2-b of this contract, the following is an estimated 2017 additional scope of work for the two (2) Chauncey Swann Stair Towers. The Consultant will finalize these estimates and associated costs as part of the 2017 consulting services, in conjunction with the document development phase as outlined in section 1 -A -2-b above. 1. Additional Stair Towers Scope of Work a. Replacement roofing systems, including roof membrane and flashing. b. Wet sealing of stair tower curtain wall fagade elements, with possible gasket replacement. c. Repair or replacement of stair tower interior finished wall and vertical surfaces with new moisture -tolerant and water resistant finishes. d. Cleaning and painting of stair tower interior finishes and handrails. II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 5 of 10 A. The Consultant's proposal and scope of services will be based on the proposed project schedule, as follows: 1. The Consultant will generate documents for review by the City within four (4) weeks of authorization to proceed. The Consultant will also meet directly or remotely with the City to review documents and finalize the work within one (1) week of receiving review comments. 2. The Consultant will provide finalized drawings, stamped and signed by a registered Iowa Professional Engineer, for City Council review and consideration. 3. The project will be reviewed during the first available subsequent Council Meeting, tentatively in the month of February, after which notice of the project will be posted for potential contractors. 4. Assuming no issues or objections with the project documents, the project will be approved at a formal public hearing. Documents for the work will then be posted for contractor pick-up following formal approval. 5. A pre -proposal meeting will be held approximately one (1) week after documents are posted for contractor pickup. The Consultant will attend in person and conduct portions of the meeting relative to review of the drawings and specifications, and assist in conducting a walk-through of the facilities following the meeting. 6. Contractor questions will be submitted to the Consultant approximately one (1) week after the pre -proposal meeting for review and response, and contractor proposals will be due approximately two (2) weeks following the pre -proposal meeting. 7. The contractor proposal and overall project will be reviewed and formally approved during a subsequent Council Meeting, tentatively in the month of April or May. 8. Following approval of the contractor, work by the contractor will be scheduled to begin within two (2) weeks of authorization to proceed. Any approved membrane work in the Dubuque Street Ramp will be subject to phasing with an approximate maximum of one hundred (100) spaces lost at any time, and scheduled between May 15 and August 11, 2017. All other work will be coordinated based on an allowance of no more than twenty (20) spaces lost per ramp at any time. 9. If funds for the additional scope of work in the Chauncey Swann Stair Towers are approved, any associated contractor work will be coordinated and scheduled to be performed between May 15 and August 11, 2017. III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 6 of 10 B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be made available by the City upon reasonable request by the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the Citys use of such documents on other projects. I. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 7 of 10 N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES — Garages and East College Street Bridge A. For the base scope of work in the Garages and East College Street Bridge, the Consultant will be compensated on an hourly basis, plus reimbursable and sub -consultant expenses, in accordance with the attached rate schedule. The total Consultant compensation will not exceed $42,000. B. The proposed fees for the Garages and East College Street Bridge Work include an allowance of up to $5,000 for coordination of additional construction administration with a local consultant. C. An approximate breakdown of the anticipated not -to -exceed compensation per phase is as follows, with the subconsultant allowance for all work as noted: Garage Prolect 1. Part 1 Services $ 2,000 2. Part 11 Services $12,000 3. Part ill Services $20,000 Bridge Proiect 1. Part I Services $ 500 2. Part 11 Services $ 1,000 3. Part M Services $ 1,500 Subconsultant Allowance $ 5,000 Not -To -Exceed Total $42,000 D. Compensation above the not -to -exceed amounts will require a supplemental proposal from the Consultant for review and consideration by the City. No funds may be billed above the not -to -exceed amount without prior review and approval from the City. Any unused funds will be credited back to the City at the end of the project V. COMPENSATION FOR SERVICES — Chauncey Swann Stair Towers A. For the optional additional scope of work in the Chauncey Swan Stair Towers Work, the Consultant will be compensated on an hourly basis, plus reimbursable and sub -consultant expenses, in accordance with the attached rate schedule. The additional Consultant compensation for the Chauncey Swann Stair Towers Work will not exceed $14,500, and is in addition to the fee for the Garages and East College Street Bridge Work as outlined in Section IV of this contract. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 8 of 10 B. This not -to -exceed additional fee assumes the Chauncey Swann Stair Tower Work will be approved prior to start of the Part II Consulting Services as outlined in Section 1-A-2 of this contract, and the Chauncey Swann Stair Tower Work will be incorporated into the Garages and College Street Bridge Repair Documents for bidding and performed concurrent with this base scope of work. C. An approximate breakdown of the anticipated additional not -to -exceed compensation per phase is as follows: Additional Chauncey Swan Stair Towers Work 1. Part I Services $ 2,500 2. Part 11 Services $ 5,000 3. Part 111 Services $ 7,000 Additional Not -To -Exceed Total $14,500 D. The City may decide not to approve the funds for the additional Chauncey Swann Stair Tower Work: I. If confirmed prior to the start of Part II Consulting Services as outlined in Section I -A-2 of this contract, the maximum not -to -exceed compensation for the Consultant will remain as outlined in Section IV of this contract ($42,000 total). ii. If confirmed prior to the start of Part III Consulting Services as outlined in Section I -A-3 of this contract, the maximum not -to -exceed compensation for the Consultant will include the not -to -exceed compensation for the Garages and East College Street Bridge Work as outlined in Section IV of this contract, plus the Part I and II not -to - exceed compensation for the Additional Chauncey Swan Stair Tower Work as outlined in Section V of this contract ($49,500 total). E. If the City approves the funds for the additional Chauncey Swann Stair Tower Work, the maximum not -to -exceed compensation for the Consultant will include the not -to -exceed compensation for the Garages and East College Street Bridge Work as outlined in Section IV of this contract, plus the Additional Chauncey Swan Stair Tower Work as outlined in Section V of this contract ($56,500 total). F. Compensation above the additional not -to -exceed amounts will require a supplemental proposal from the Consultant for review and consideration by the City. No funds may be billed above the not -to -exceed amount without prior review and approval from the City. Any unused funds will be credited back to the City at the end of the project VI. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 9 of 10 FOR THE CI By: Title: Mayor C�' /Lr 6 Date: January \3, 2017 ATTEST: ; 'gap - Title:__ f RfMctPWLr Tr{P &iUNe, 1 �ruc&i UNe,6 �ruc. Date: I/%e-/ of Ap ved by: City Attorney's Office Date Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 10 of 10 EILEt 2017E 17 P' c TY C, 1T-�- CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION t.,�tp'r1:5$ip RFNDY cn: WiLSON °C 12311 r••.lQ PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE City of Iowa City Parking Garage Maintenance Program 2017 Project IOWA CITY, IOWA February 21, 2017 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: 4/z � �� Randy'R. Wilson, P.E. Iowa Reg. No. 12311 My license renewal date is December 31, 2018. DATE: 2-117//7 SPECIFICATIONS TABLE OF CONTENTS r Page Number '011 FE" (7 P TITLE SHEET CITY CLEf<i TABLE OF CONTENTS 10VVA CITY, NOTICETO BIDDERS........................................................................................ AF -1 NOTETO BIDDERS........................................................................................... NB -1 FORMOF PROPOSAL....................................................................................... FP -1 BIDBOND........................................................................................................... BB -1 FORMOF AGREEMENT.................................................................................... AG -1 PERFORMANCE AND PAYMENT BOND........................................................... PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................. CC -1 WAGE THEFT POLICY...................................................................................... WT -1 GENERAL CONDITIONS.................................................................................... GC -1 SUPPLEMENTARY CONDITIONS.................................................................... SC -1 BIDDERSTATUS FORM.................................................................................... BF -1 ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM ATTACHMENT: PLANS continued on next page TECHNICAL SPECIFICATIONS Page Number DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS (Additional) FEP 17 P,ki w; 10 SUPPLEMENTS TO FORM OF PROPOSAL .................. ............... 004300-1 � 0.. .ur.. SUBSTITUTION REQUEST FORM...................................................................... 004325-1 NON -COLLUSION AFFIDAVIT............................................................................. 004519-1 SUBCONTRACTOR AND MATERIAL SUPPLIER LIST ....................................... 004550-1 DIVISION 1 — GENERAL REQUIREMENTS SUMMARYOF WORK.......................................................................................... 011000-1 ALLOWANCES..................................................................................................... 012100-1 ALTERNATES...................................................................................................... 012300-1 CONTRACT MODFICATION PROCEDURES....................................................... 012600-1 PAYMENT PROCEDURES................................................................................... 012900-1 SUBMITTALS PROCEDURES.............................................................................. 013300-1 QUALITY REQUIREMENTS................................................................................. 014000-1 DEFINITIONS AND STANDARDS........................................................................ 014216-1 TEMPORARY FACITLITIES AND CONTROLS .................................................... 015000-1 BARRIERS............................................................................................................ 015600-1 CLOSEOUTPROCEDURES................................................................................ 017700-1 DIVISION 3 — CONCRETE CONCRETEREPAIRS......................................................................................... 030100-1 POST -TENSIONED CABLE REPAIRS................................................................. 033810-1 DIVISION 5 — METALS MISCELLANEOUS METALS................................................................................ 055000-1 FI L E (1 Page Number DIVISION 7 — THERMAL AND MOISTURE PROTECTIQNZ9 17 FEB 17 PH 3 I 0 VEHICULAR TRAFFIC MEMBRANE ..................................... 071800-1 ' Ci�'Y�CL�R;i....... THERMOPLASTIC MEMBRANE ROOFING ......................' .....Cl �.. .lo.j'aa.... 075416-1 EXPANSION JOINTS........................................................................................... 079000-1 SEALANTS........................................................................................................... 079200-1 DIVISION 9 — FINISHES GYPSUM BOARD ASSEMBLIES......................................................................... 092116-1 PAINTING............................................................................................................. 099100-1 DIVISION 32 — SITE WORK PAVEMENTMARKINGS...................................................................................... 321723-1 DRAWINGS INDEX Drawing Number Drawing Name rF- IL E D S001 TITLE SHEET S010 DUBUQUE STREET —PHASING PLAN 2011 FE8 17 PH 3: 10 CITY CI EMy S100 DUBUQUE STREET— 15T TIER FLOOR PLAN ;L, r -IT`' I S101 DUBUQUE STREET — 2"D TIER FLOOR PLAN S102 DUBUQUE STREET — 3RD TIER FLOOR PLAN S103 DUBUQUE STREET — 4T" TIER FLOOR PLAN S104 DUBUQUE STREET — 5T" TIER FLOOR PLAN S105 DUBUQUE STREET -6T" TIER FLOOR PLAN S106 DUBUQUE STREET — 7 T TIER FLOOR PLAN S110 CAPITOL STREET — TYPICAL LEVELS 1-4 FLOOR PLAN S111 CAPITOL STREET — TOP LEVEL FLOOR PLAN S120 CHAUNCEY SWAN — 2"D TIER FLOOR PLAN S130 TOWER PLACE — GROUND LEVEL FLOOR PLAN S131 TOWER PLACE — TYPICAL LEVELS 2-4 FLOOR PLAN S132 TOWER PLACE — LEVEL 5 FLOOR PLAN S200 EAST COLLEGE STREET — BRIDGE PLAN AND REPAIR DETAILS S300 CAPITOL STREET — SOUTHWEST STAIR SECTION AND PLANS S310 CHAUNCEY SWAN — NORTHWEST STAIR SECTION AND PLANS S311 CHAUNCEY SWAN — NORTHWEST STAIR SECTIONS S400 CONCRETE AND STEEL REPAIR DETAILS S401 CONCRETE AND STEEL REPAIR DETAILS S500 SEALANT AND EXPANSION JOINT DETAILS S600 MEMBRANE DETAILS S601 MEMBRANE DETAILS NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2017 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until Y 2:30 P.M. on the 30'" day of March, 2017. Sealed proposals will [fie? bpened ptj 3: j immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 4"' day of April, 2017, or at special meeting called for that purpose. There will be a recommended pre-bid meeting to review the documents and visit the sites. This will start at 1:00 P.M. (local time) on the 14"' day of March, 2017 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2017 Project focuses on work in four City operated garages. The Dubuque Street Ramp will have minor concrete and waterproofing efforts. The Capitol Street Ramp will include expansion joint replacements and repairs, along with waterproofing efforts in the SE and SW stair towers. Chauncey Swan Garage will have concrete repairs and expansion joint replacement, at the bridge entrance and exit to the garage off College Street, as well as roof system replacement and stair waterproofing efforts at the NW and SW stair towers. The Tower Place Garage will have expansion joint repairs and traffic membrane strip installations. Efforts in all facilities include minor concrete and waterproofing repairs. Additionally, add alternate efforts will be bid for traffic membrane recoating efforts in the Dubuque Street Ramp, bridge expansion joint replacement on the bridge at College Street (adjacent to Chauncey Swan), and stair tower interior finish repairs at the Chauncey Swan NW and SW stair towers. 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. F-1195 The successful bidder will be required to furnish a bond in an amount equal to one hun- dred 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 L 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 101 go guarantee the maintenance of the improvement for a period of one (1) year(s) fro aiidj PF9r j 0 after its completion and formal acceptance by the City Council. CITY ccs,;,. The following limitations shall apply to this Project: i� e'� Ci T i Early Start Date: April 17, 2017 Substantial Completion Date: October 6, 2017 Final Completion Date: November 3, 2017 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 the Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll -Free 800-779-0093, by bona fide bidders. A $50.00 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 is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 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. Posted upon order of the City Council of Iowa City, Iowa. JULIE VOPARIL, DEPUTY CITY CLERK AF -2 2. 3. NOTE TO BIDDERS F?L"ED 2011 FEB 17 PM 31. 10 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. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal NB -1 FORM OF PROPOSAL CITY OF IOWA CITY r- 1 ! E El Parking Garage Maintenance Program 2017 Project NOTICE TO BIDDERS: I � 17 PM 3: 10 PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDEDJtr,, FtCbdIXAD VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF - IS �14 I FA ARE,; CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder BIDS RECEIVED BEFORE: 2:30 P.M. (local time) on March 30, 2017 TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder, having examined and determined the scope of the City of Iowa City Parking Garage Maintenance Program 2017 Project, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and inclusive, prepared by THP Limited, Inc., from Cincinnati, Ohio, for the Base Bid Lump Sum of: The undersigned bidder submits herewith bid security in the amount of , ten percent (10%) of the Base Bid amount shown in Part A. A. Base Bid: (Total Cost for all work included in the Contract Documents, inclusive of all lump sum and unit price work efforts. Also included with the Base Bid is the Cash Allowance as stated in Section 012100 and Part A.1 on following page.) Forthe sum of.................................................................... Base Bid itemization included on next page FP -1 1. Base Bid Itemization: (Total sum of Base Bid Itemizations must be equal to Base Bid amount listed on preceding page.) Quantity Allowance Work Items (All Garages, Total) r, (a) Total costs for unit price work (per quoted Unit 201 FEB I PM j Prices listed in Part C multiplied by Allowance Quantities listed in Specification Section 012100) .......... ($ _. _..... E." s. ) ZTTT� a � , (b) Cash Allowance per Specification Section 012100......... ($OW 2f0!d00.66 ) Dubuque Street Ramp (S100 thru S106) Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. Capitol Street Ramp (S110 thru S111) Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. (b) New wing compression seal installations ........................ (c) SE stair waterproofing..................................................... (d) SW stair waterproofing.................................................... Tower Place Garage (S130 thru S132) Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. (b) New traffic membrane strip installations at expansion joints.......................................................... ($ ) Chauncey Swan Garage (S130 thru S132) Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. ($ ) (b) Entrance bridge expansion joint replacement ................. ($ ) (c) Entrance bridge concrete overlay work ........................... ($ ) (d) NW stair waterproofing and roof replacement ................. ($ ) (e) SW stair waterproofing and roof replacement ................. ($ ) FP -2 B. Alternate Bids: (Total cost for Alternate work as identified on the Drawings as an addition to the Base Bid). Alternate 1A: Chauncey Swan Garage NW Stair Tower — Full scop? -o( inteF�orpish work, as outlined on S311. a For the sum of.................................................................... ($ 2017 ^y' 17 Pf i 3: I)' Alternate 1A Itemization: (Total sum of itemizations must be equal to Alternate 1A amount listed above.) (a) Remove and replace drywall and painting of drywall (b) Prep and painting of steel stair components ................... ($ ) Alternate 1 B: Chauncey Swan Garage SW Stair Tower — Full scope of interior finish work, as outlined on S311. Forthe sum of.................................................................... ($ ) Alternate 1B Itemization: (Total sum of itemizations must be equal to Alternate 1B amount listed above.) (a) Remove and replace drywall and painting of drywall ...... ($ ) (b) Prep and painting of steel stair components ................... ($ ) Alternate 02: College Street Bridge — Full Scope of work, as outlined on S200. Forthe sum of.................................................................... ($ ) Alternate 02 Itemization: (Total sum of itemizations must be equal to Alternate 02 amount listed above.) (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. (b) Bridge expansion joint replacement ................................ (c) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 0 12 100) .......... (d) Cash Allowance per Specification Section 012100......... ($ 2.500.00 ) FP -3 Alternate 03: Dubuque Street Ramp — Full Scope of identified work, as outlined on S102 and S103. Forthe sum of.................................................................... ($ F s') Dollars J B! 7 PIS 3: in Altemate 03 Itemization: (Total sum of itemizations must be equal to Alternate 03 amount listed above.) CITY 01-E y .,CITY CITY' (a) Membrane recoating efforts on Level 3 and 4 ................. ($ ) (b) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) .......... Alternate 04: Dubuque Street Ramp — Full Scope of identified work, as outlined on S103 and S104. For the sum of ..................... Altemate 04 Itemization: (Total sum of itemizations must be equal to Alternate 04 amount listed above.) (a) Membrane recoating efforts on Level 4 and 5 ................. ($ ) (b) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 0 12 100) .......... ($ ) continued on next page FP -4 C. Base Bid Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) f� p No. 1 — Shallow concrete repairs(1/S400).................................... ($ i 1 i_ FEY 10 No. 2 — Deep concrete floor repairs(2/S400)................................. ($ .,, y, __..). No. 3 — Full depth concrete floor repairs (3/S400) ......................... ($ ) Dollars per sq.ft No. 4 — Joint edge repairs (8/S400) ............................................... ($ ) Dollars per lin.ft. No. 5 — Shear connector weld repairs (8/S400) ......................... No. 6 — Post -tension cable repairs (9/S401) ............................. Dollars per location Dollars per location. No. 7 — Expansion joint blockout repairs (10/S401) ....................... ($ ) Dollars per lin.ft No. 8 — Tee -to -tee load transfer angle(11/S401)........................... ($ ) Dollars per location No. 9 — Tee joint sealant replacement (5/5500) ............................. ($ ) Dollars per lin.ft. No. 10 — Wing compression seal nosing repair (7/S500) ............... ($ ) Dollars per lin ft. No. 11 — Traffic membrane patch repair (S600/S601).................... ($ ) Dollars per sqft continued on next page FP -5 D. Add Alternate Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) Alternate 02: College Street Bridge No 1 —Concrete edge repairs (1/S200) ..................... No. 2 — Concrete spall repairs (1/S200) ................... ILLI ................. ($ 1017 FED i—j Dolhars`per lin.ft.. ................. ($ ) Dollars per sq.ft. No. 3 — Concrete curb repairs(3/S200)......................................... ($, Dollars per lin.ft. Alternate 03: Dubuque Street Ramp No. 1 — Shallow concrete repairs(1/S400).................................... ($ ) Dollars per lin.ft. No. 2 — Deep concrete floor repairs(2/S400)................................. ($ ) Dollars per sq.ft. No. 3 — Traffic membrane removal and base coat installation (S.S. 071800) .................................. ($ ) Dollars per lin.ft. Alternate 04: Dubuque Street Ramp No. 1 —Shallow concrete repairs(1/S400).................................... ($ ) Dollars per lin.ft. No. 2 — Deep concrete floor repairs(2/S400)................................. ($ ) Dollars per sq.ft. No. 3 — Traffic membrane removal and base coat installation (S.S. 071800) .................................. ($ ) Dollars per lin.ft. continued on next page FP -6 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) ...................... 3. Mason (Mechanic or bricklayer) hourly pay rate for work performed during normal work hours ................................ Dollars per man hour ........ ($ ) _ Dollars per man hour 4. Mason (Mechanic or bricklayer) hourly pay rate for work performed outside normal work hours (standard overtime rate)..... continued on next page FP -7 Dollars per man hour N P () rn Zy { C r r M The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. 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. Firm: Signature: Printed Name Title: Address: Phone: Contact: FP -8 N C=J J 7-1 � ca 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 no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said,j Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this da of rn A.D., 20_ - Witness Witness BF -0 (Seal) Principal By (Title) Surety By — Attach Power-of-Attomey (Seal) (Attorney-in-fact) 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 Contract dated the day of , 20_, for the Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers , attached hereto; b. "General Conditions of the Contract for Construction" AIA DOC A201-2007 as amended; N —' J rn C. Plans; _> _; rn . -- d. Technical Specifications and Supplementary Conditions; =i n Performance and Payment Bond; {r- -�3 e. f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. AG -1 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged 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: no/100 Dollars ($ .00). 5. (No) Alternates included as part of this agreement. 6. Substantial Completion date is October 6, 2017 and final completion date is November 3, 2017. 7. CONTRACT DATE _ day of , 2017. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX -XXX]. DATED this day of 20_ J r� City Contractor By By ;c—czs Mayor ,v (Title) ATTEST: City Clerk AG -2 ATTEST: (Title) (Company Official) Approved By: City Attorney's Office 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, hereinafFk called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter caffopd the Owner, in the amount of Dollars,_' " ($ ) for the payment for which Contractor and SuretAerel yMnd -7 themselves, their heirs, executors, administrators, successors and assigns, jointly and severdily. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for City of Iowa City Parking Garage Maintenance Program 2017 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 default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination 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 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, PB -1 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 IN THE PRESENCE OF: Witness Witness DAY OF (Principal) (Title) (Surety) (Title) (Street) 20 (City, State, Zip) (Phone) 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 Whe privileges, rights or benefits of such membership, apprenticeship or training_becaUde of age, color, creed, disability, gender identity, marital status, national origin ;.rage, reAion,1-1� sex or sexual orientation of such applicant or member. - ;_rJ 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 iden, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and 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: CC -7 Contract Compliance Program CITY OF IOWA CITY N 0 CD Cn �..... ...1 ry Compliance Program CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity "I-,Cjttt c:dga�t qrk. This policy prohibits discrimination by the City's contractors, consultants and vendors ahhM r Idires itiern 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 if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 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, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mgr\asst\contractcompliance.doc CC -1 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 I SOF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION : OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their 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. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 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. mg rtassAcontractcomphance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? ;a I 7 GP! -4 17 PM 3' 12 C'UV -1 i rtT The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date mg Aas sftontra ctcompl iance.d oc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY ���� FF Determine your company's policy regarding equal employment opportunities. Rco'cl rtt�htl& 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 eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of 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. 12/01 mgr\ass0contractcomplianoe.doc CC -4 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 -9 Please note that the protected characteristics include some not mandated for f L protection by Federal or State law. As a contractor, consultant or vendor. dgmcf?17PM �: �[ business with the City of Iowa City you are required to abide by the provisions ef- 4ttYof the local ordinance in conjunction with your performance under a contract withlW-t CITY ' City. CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or 'Z n refer for employment, or to otherwise discriminate in employment against any other person ` or to discharge any employee because of age, color, creed, disability, genderity, _, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 0 M, 12 -16 -PM J 12 2003) _ CITYIOWA, 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) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and 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 CC -6 qualifications are related 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) 2. 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) 3. 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. 4. 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) 5. 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) 6. 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) 7. 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) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 N 0 J �' C") -<h m o N CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of ,117 FEB 17 PN 3: 12 This Company and its employees shall not discriminate against any employee or.appkant for employment based on his or her age, color, creed, disability, national origin, 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 disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of comrTMi�IFF ep0ted, jrgdIr1 violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fairiati& Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary' economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this polity is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 STATE OF COUNTY 1. 1 am the WAGE THEFT AFFIDAVIT ] ss: upon being duly sworn, state as follows: 2017 FEB 17 PM 3: 12 CITY CL ZFRt{ IOWA CIT v 10tvt, [position] of _ ["contracting entity'] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Ad or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by WT -2 Signature on 120. Notary Public in and for the State of GENERAL CONDITIONS , - C "General Conditions of the Contract for Construction" AIA DOC A201-2007 amendeg�si42dlll2 apply except as amended in the Supplementary Conditions. GC -1 i"Y' CLERK ri'ii CITii IU it !1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY LE D PART 1 -GENERAL 2017 FEB 17 PM 3: 12 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 strike nut 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: 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials required bV whieh any part of the Contract Document 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 reneiPt-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 an apppepr ate Change OFdep shall be s6ued deduGt n9l the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the reasenable 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. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the'Werence to the Owner. The Owner's actions pursuant to this Subparagraph shall not orate as a release of any obligation of a surety. 1.4 ARTICLE 3 -CONTRACTOR n _, lyca A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contiado} shgll, before starting each portion of the Work, carefully study and compare the various Contract Document; 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 knowing! failed to report it to the Architect. If the Contractor performs any construction activity kaewing it iavelves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appropriate responsibility for such performance and shall bear an aPPFGPFia1@ arne6lRt Of the 2110butable all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractors employees, Subcontractors, Sub -subcontractors, vendors, w+atadalrnen material providers and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 Contractor. E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 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 apparept and .4 will coordinate the installation of the accepted substitute, making such cl{anges as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule 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, Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall serr+Ply 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. I. 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 apPrePriate responsibility for such Work and shall bear the costs attributable to SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 the ceRestiea and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day "� 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. J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of thq Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order.; -and marked currently to indicate field changes and selections made during construction,: and ear -®# all approved Shop Drawings, MSDS Sheets, Product Data, Samples and -'similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and In use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. 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 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, 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 Y" 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, Genkaster and Architect. Consent shall not be unreasonably withheld. - B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and sedify 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, SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties; 4.2.11 The Architect will interpret and make recommendations to the Owner regarding dec de 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 desseas of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations desisiens, 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 orrecommendations dessfeas rendered in good faith. rn c 1.6 ARTICLE 5 -SUBCONTRACTORS �r A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 for any breach of said warranties. 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrongfully 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: 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 Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his -the Sub -subcontractors, five percent (554) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 his Fnenits workers to such points and execute such portion of his -its work as may be required to enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties or other causes beyond the Contractor's control, OF by delay autheFized delay; then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractorshall 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, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractors 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 amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. shall 69 Rat fy the AFGhileGt. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. WaFFaRt 86 Fequ red by the GeRtFaGt 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: SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous 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 rry nge A tangible a pproperty, in hiding tex los onfollows: coolla se and damage to underground utilities .5 claims for damages, other than to the Work itself, because of injury to or destruction 9 P P 9 9 an loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Each Occurrence Aggregate $1,000,000 $x,000,000 Automobile Liability Combined Single Limit Bodily Injury &Property Damage $1,000,000 .r Excess Liability $1,000,000 $1,000,000 _ �1 Employer's Liability Each Accident $500,000 n Each Employee $500,000 Policy Limit $500,000 Professional Liability (if applicable) $1,000,000 $1,000,000 �:. t, C,,' Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: T he Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the 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 Contractors 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 re pect 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 the Contractor must comply with the following requirements., A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder, 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 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. 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. e 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"W"Work at Nb ii 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 at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .8 include testing and startup; and be maintained in effect until final payment is made. .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. 11.3.3A11 the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. - F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows! 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VIP or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for i s, failure to promptly remedy the default SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 1.13 or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (0 take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 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 efase where the'^ d sputa Feselution, the Federal AFb tFatiGn AGt shall goveFR SBGfion 15.4. B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered -atter sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 1.14 1.15 state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all 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. J ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT U n rZ;Z) A. Add the following paragraph 14.2.1.5: r .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. ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15. 1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration teras of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. . > C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. r M; n D. Delete Section 15.3 MEDIATION in its entirety. ''r _;r) E. Delete Section 15.4 ARBITRATION in its entirety., y 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 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: / to / / Address: NI City, State, Zip: Dates: / to / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Siqnature UO=. 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. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe 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 statemeHt?gf-qualifination in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement-61'qualification n.a" state other than Iowa, has filed a statement of foreign qualification in Iowaand astatemenfof cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 7-.9FA ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts anew Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 9 1 C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable" In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No `v'aJiance procedures are included in these rules because variance provisions are set forth in 875—Chapte74 After analysis and review of this rule making, no impact on jobs has been found. c� These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. - The following amendment is adopted. try Adopt the following new 875 ---Chapter 156: c CHAPTER 156 y BIDDER PREFERENCES IN GOVERNMENT CONTRACTING poi 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor farce preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. " 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder reg#ding the bidder's resident status. The statement shall be on the form designated by the commissioner. --The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership orjoint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF -4 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of 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; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state;i(2j has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91C. ' 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability ofwritten complaint form. The written complaint form shall be avpilablf in all division offices and on the department of workforce development's Internet Web site. -j 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a`public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. BF -6 f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissionermay direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference; ~or" foll ing thb expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the,~% division may sue for injunctive relief against the awarding of a contract, the undertaking of a public "! improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/14] [Published 1/8/14] EDITOR's NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004300 SUPPLEMENTS TO FORM OF PROPOSAL PART1 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 C1 �- o r Supplements to Form of Proposal 004300-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 v 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: Principal/Officer Substitution Request Form 004325-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004519 NON -COLLUSION AFFIDAVIT STATE OF COUNTY OF ....:, -. co - duly sworn, deposes and says that he is (Title of Person Signing) 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. 0 0 L9 Sworn to before me this day of My commission expires Non -Collusion Affidavit 004519-1 Notary public 2017. City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 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 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 011000 12, SUMMARY OF WORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Summary of Base Bid Work Efforts: The 2017 Project focuses on four City operated garages. Dubuque Street Ramp, minor concrete floor repairs and waterproofing efforts. Capitol Street Ramp, expansion joint replacements and repairs and waterproofing efforts in the SE and SW stair towers. Chauncey Swan Garage, minor concrete repairs and expansion joint replacement at the bridge entrance and exit to the garage off College Street, as well as roof system replacement and stair waterproofing efforts at the NW and SW stair towers. Tower Place Garage, expansion joint repairs and membrane strip installations. Efforts in all facilities include minor concrete and waterproofing repairs. B. Summary of Alternate Bid Work Efforts: Add Alternate 1A: Chauncey Swan Garage, NW stair tower interior finish work includes, but is not limited to, gypsum board replacement with moisture tolerable board, painting of new gypsum board, protection of existing interior elements, preparation and painting of existing steel stair components. Add Alternate 1B: Chauncey Swan Garage, SW stair tower interior finish work includes, but is not limited to, gypsum board replacement with moisture tolerable board, painting of new gypsum board, protection of existing interior elements, preparation and painting of existing steel stair components. Add Alternate 02: East College Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. Add Alternate 03: Dubuque Street Ramp, minor concrete repairs, sealant replacements, and membrane recoating at end crossovers with 4'-0" wide membrane strip centered over expansion joint on Levels 3 and 4. Summary of Work 011000- 1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 Add Alternate 04: Dubuque Street Ramp, minor concrete -repairs, sealant replacements, and membrane recoating at end crossovers with 4'-0" wide membrane strip centered over expansion joint on Levels 4 and 5. 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. B. Give required notices where and when requested. C. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on the performance of the Work. D. Pay all legally required taxes. Refer to Bidding Requirements, General Conditions for information relative to sales tax for which the Owner is exempt. E. Apply, secure and pay for all required local permits, fees, licenses and approvals per the General Conditions of the Contract. 1.4 NOTES 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 Con- tractor 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. B. Division 01 Specifications typically address items in a general nature and the Contractor must take notice that more specific requirements may be included in the Technical Sections. 1.5 PROJECT COORDINATION A. The Contractor has full responsibility and authority regarding the scheduling and coordination of the Work within the Contract time and within the requirements of Article 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. Summary of Work 011000-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010 00 N O_ J n rn J 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 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. 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, bi-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. Summary of Work 011000-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. 1.7 PROJECT SCHEDULE AND SEQUENCING A. The Contractor shall submit to the Owner a complete itemized time schedule and 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 hours must be approved and coordinated through the Owner. Provide the Owner a minimum of 4 working days notice prior to the requested time to perform work outside normal working hours. Such request shall include type of work to be performed and expected duration. E. Odor or fume producing work performed in the vicinity of fresh air intakes (or similar occupied building access points) must be performed at night after the shutdown of fresh air intakes. At the Contractor's option, and if approved in advance by the Owner, work may begin prior to air intake shutdown. If work is Summary of Work 011000-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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. 2. From start of work through Friday August 18, 2017, 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 Garage — 50 spaces 3. From August 19, 2017, 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: Dubuque Street Ramp — 25 spaces Capitol Street Ramp — 15 spaces Chauncey Swan Ramp — 15 spaces Tower Place Garage — 25 spaces 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 7:00 AM Monday through 5:00 PM Thursday. In addition, no work may take place during "Rummage in the Ramp" event dates and during the Farmer's Market hours of operation listed below. July 26 through August 3 (Rummage in the Ramp) Farmers Market days/times: 1:00 PM through 9:00 PM, Wednesday's (weekly) 7:00 AM through 12:00 PM, Saturday's (weekly) Summary of Work 011000-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 5. During the following dates, contractor is to plan and take measures to reduce lost parking to Dubuque Street Ramp and Capitol Street Ramp, with no lost parking in all other facilities. In Dubuque Street Ramp and Capitol 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 2 through 4 (Arts Fest) June 24 (New Event TBA) June 30 through July 2 (Jazz Festival) = J p ` August 23 (Taste of Iowa City) - September 15 through 17 (Cycle Cross) ,r _ryl n rn September 2, 16, 23 and October 7 and 28 and Novemtie 4 ahO 18 (University of Iowa Home Football Games/Homecoming) E 6. Should work extend beyond the Final Completion Date for any reason, contractor may have access to up the same number of spaces for work in each facility as outlined in Section 1.7, Article G, Paragraph 3. In addition, the requirements of Section 1.7, Article G, Paragraph 5 shall be in effect for any additional 2017 University of Iowa Home Football Games. H. Site Restrictions When work is performed which may create a hazard to persons or property 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. 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 Contractor cannot complete his Work within the time established by the Contract, then the Contractor shall work overtime, additional shifts or adopt such other procedures with the Owner's approval, as may be necessary to restore adherence to the schedule while maintaining the required level of quality control, testing and inspection. The full cost of such work or procedures shall be bome by the Contractor, including the cost of additional services of the Owner or Owner's representative. Summary of Work 011000-6 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 Work rejected by the Owner Contract Documents shall be additional costs to the Owner. the Contract Time. as not meeting the intent or requirements of the replaced by the Contractor and shall not result in Rejected work will not be cause for an extension to 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. Work shall follow the sequence and phasing as outlined in Contract Documents or Pre - Construction Meeting. 3. The anticipated Substantial Completion Date for all Work, including Change Order and/or Add Alternate work is Friday, October 6, 2017. 4. 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 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 Summary of Work 011000-7 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 gasoline operated equipment, contractor storage area, at membrane application areas and membrane mixing areas, and at each area of other work efforts with flammable components. Extinguishers to be 10 Ib. A, B. C Class. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Summary of Work 011000-8 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012100 ALLOWANCES PART1 GENERAL 1.1 SECTION INCLUDES 0 A. Base Bid Quantity Allowances.y�*i _T1 ,l 1.2 RELATED SECTIONS %—a A. Section 012300 -Alternates. r, r' J B. Section 030100- Concrete Repairs. r.� 3 orn w C. Section 055000 - Miscellaneous Metals. D. Section 071800 —Vehicular Traffic Membrane E. Section 079000 - Expansion Joints. F. Section 079200 - Sealants. 1.3 QUANTITY ALLOWANCE A. General: 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 (All Garages): 1. Shallow concrete repairs(1/S400) ............................... 100 square feet 2. Deep concrete floor repairs(2/S400)........................... 100 square feet 3. Full depth concrete floor repairs (3/S400) ...................... 25 square feet 4. Joint edge repairs(8/S400).............................................. 50 linear feet Allowances 012100-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 5. Shear connector weld repairs(8/S400)..............................50 locations 6. Post -tension cable repairs(9/S401).....................................2 locations 7. Expansion joint blockout repairs (10/S401) .................... 100 linear feet 8. Tee -to -tee load transfer angle(11/S401)...........................24 locations 9. Tee joint sealant replacement (5/S500) ...................... 1,000 linear feet 10. Wing compression seal nosing repair (7/S500) ............. 100 linear feet 11. Traffic membrane patch repair (S600/S601)................100 square feet C. Add Alternate Quantity Allowance Items: Alternate 02: College Street Bridge 1. Concrete edge repairs(1/S200)....................................... 50 linear feet 1. Concrete spall repairs (1/S200) ..................................... 50 square feet 2 Concrete curb repairs(3/S200)........................................ 25 linear feet Alternate 03: Dubuque Street Ramp 1. Shallow concrete repairs(1/S400) ............................... 100 square feet 2. Deep concrete floor repairs(2/S400)........................... 100 square feet 3. Traffic membrane removal and membrane base coat installation (S.S. 071800) .........................2,500 square feet Alternate 04: Dubuque Street Ramp 1. Shallow concrete repairs (1/5400) ............................... 100 square feet 2. Deep concrete floor repairs(2/S400)........................... 100 square feet 3. Traffic membrane removal and membrane base coat installation (S.S. 071800) ......................... 2,500 square feet 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 Form of Proposal. 1.4 CASH ALLOWANCE A. General: Allowances 012100-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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. The following cash allowances shall be included in the Base Bid and the Add Alternates 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. a. A cash allowance of $20,000 shall be included in the Base Bid. b. A cash allowance of $2,500 shall be included in the Alternate 02. C. The Contractor shall include the cash allowances for all Base Bid and Add Alternate items listed above in the appropriate itemized line item and overall Lump Sum Total as reflected on the Form of Proposal. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION m �O ---J r " co Allowances 012100-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012300 ALTERNATES PART1 GENERAL 1.1 SECTION INCLUDES A. Add Alternate 1A: Chauncey Swan Garage, NW stair tower interior finish work efforts. B. Add Alternate 1 B: Chauncey Swan Garage, SW stair tower interior finish work efforts. C. Add Alternate 02: East College Street Bridge, replacement of expansion joints, and concrete repairs adjacent to expansion joints. D. Add Alternate 03: Dubuque Street Ramp, minor concrete and sealants, and membrane recoating areas on Level 3 and 4, as indicated on the Drawings. E. Add Alternate 04: Dubuque Street Ramp, minor concrete and sealants, and membrane recoating areas on Level 4 and 5, as indicated on the Drawings. 1.2 RELATED SECTIONS A. Section 011000 -Summary of Work. B. Section 012100 -Allowances. C. Section 012900- Payment Procedures. D. Section 030100- Concrete Repairs. E. Section 055000 - Miscellaneous Metals. F. Section 071800 -Vehicular Traffic Membrane. G. Section 079000 — Expansion Joints. H. Section 079200 - Sealants. I. Section 092116 — Gypsum Board Assembly. J. Section 099100 — Painting. K. Section 321723 - Pavement Markings. Alternates 012300-1 City of Iowa City Parking Garage Maintenance Program 2017 Project o February 21, 2017 c>-71 THP#17010.00 'C-) rn 1.3 ALTERNATES -ac% o,.,;.. A. General: — SJ _ 1. Cost for Alternates shall be complete, including all labor materials, tools, equipment, supervision, transportation, handling storage, overhead and profit and performance and material bonds. 2. The Owner may choose any or all Alternates in any order unless otherwise indicated. 3. The Owner reserves the right to reject any or all Alternates. Failure to provide a cost for each requested Alternate on the Form of Proposal may be cause for rejection of bid by the Owner. 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 Form of Proposal for the following Alternates. Refer to Drawings for additional information. Add Alternate 1A: Chauncey Swan Garage, NW stair tower interior finish work includes, but is not limited to, gypsum board replacement with moisture tolerable board, painting of new gypsum board, protection of existing interior elements, preparation and painting of existing steel stair components. Add Alternate 1B: Chauncey Swan Garage, SW stair tower interior finish work includes, but is not limited to, gypsum board replacement with moisture tolerable board, painting of new gypsum board, protection of existing interior elements, preparation and painting of existing steel stair components. Add Alternate 02: East College Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. Add Alternate 03: Dubuque Street Ramp, minor concrete repairs, sealant replacements, and membrane recoating at end crossovers with 4'-0" wide membrane strip centered over exoansion ioint on Levels 3 and 4. Add Alternate 04: Dubuque Street Ramp, minor concrete repairs, sealant replacements, and membrane recoating at end crossovers with 4'-0" wide membrane stria centered over expansion ioint on Levels 4 and 5. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Alternates 012300-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012600 CONTRACT MODIFICATION PROCEDURES PART1 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 the Owner in writing and shall be executed promptly by the Contractor. B. Contract Modifications: 1. Changes to the Contract that affect the cost/time shall be processed as follows: a. Contractor shall submit a written proposal, with a complete itemized breakdown, showing quantities and unit costs of the major 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. Contract Modification Procedures 012600-1 N O Y.W. rM 1 C 1. Interpretation of Contract Documents or minor changes in the Work not involving changes in Contract Price or Time shall be issued by the Owner in writing and shall be executed promptly by the Contractor. B. Contract Modifications: 1. Changes to the Contract that affect the cost/time shall be processed as follows: a. Contractor shall submit a written proposal, with a complete itemized breakdown, showing quantities and unit costs of the major 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. Contract Modification Procedures 012600-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Contract Modification Procedures 012600-2 N O ..�-A C57 rn c ` ca Contract Modification Procedures 012600-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012900 PAYMENT PROCEDURES PART1 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. E. Section 071800 - Vehicular Traffic Membrane. F. Section 079000 - Expansion Joints. G. Section 079200 - Sealants. 1.3 UNIT PRICES 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, equipment, supervision, transportation, handling, storage, overhead and profit, and all 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 2017 Project February 21 2017 THP #17010.00 = ` i 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. E. The Owner will copy the sheets and provide a copy of all sheets to the Contractor within 3 working days from the date of inspection. F. These inspection sheets will be the only basis for determining final quantities of all quantity allowance items. G. Measurements will be recorded to the nearest inch. 1.5 PAYMENTS A. For each application of payment submitted by the Contractor, a summation of all quantity allowance items shall be sent for verification. B. Differences in sum totals between the Owner and Contractor will be resolved by comparing quantity sheets to determine exact final quantities. Quantities NOT measured AND confirmed per Article 1.4 shall not be approved for payment. C. The difference between an actual quantity and a specified quantity will be multiplied by the unit cost for that item to establish a dollar value. The dollar value 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. END OF SECTION Payment Procedures 012900-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 N O DIVISION 01 - GENERAL REQUIREMENTS n .� SECTION 013300 l,, __4 SUBMITTALS PROCEDURES C-) z =a n 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. 3. Shop work manufacturing instructions. 4. Coordination drawings (for use on-site). 5. Schedules. 6. Concrete Mix Designs. C. Standard information prepared without specific reference to a project is not considered to be shop drawings. D. Product data includes standard printed information on manufactured products that 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. Submittal Procedures 013300-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 7. Mill reports. 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 complete and detailed shop drawings to the Owner or its representative for the work of the various trades, and the Owner or its representative shall approve or reject them with reasonable promptness. 2. The Contractor prior to submitting the shop drawings shall review all shop drawings, check all conditions, check and verify all field measurements, and mark all corrections, sign and date each set. 3. No shop drawings will be reviewed without the signature of Contractor, which will signify that he has checked drawings. 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 Submittal Procedures 013300-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 of material before the receipt of shop drawings for that material noted "No exceptions noted" shall be at the Contractor's risk. 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. ' d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Number and title of appropriate Specification Section. 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. Submittal Procedures 013300-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 Provide special notation of dimensions that have been established by field measurement. 3. Highlight, encircle or otherwise indicate deviations from the Contract Documents on the shop drawings. 4. Coordination Drawings: 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. c. Coordination drawings are considered shop drawings and must be definitive in nature. 5. Do not permit shop drawings copies without an appropriate final "Action" marking to be used in connection with the Work. 6. Do not reproduce Contract Documents or copy standard printed information as the basis of shop drawings. Initial Submittal: a. Provide four (4) prints and/or Electronic versions of each submittal, as required by the Owner. Two prints and/or one electronic version will be returned. One of the returned prints shall be maintained by the Contractor and marked -up as a "Record Document." 8. Final Submittal: Provide four (4) prints and/or Electronic versions of each revised submittal, as required by the Owner and based on the Engineer's Initial Submittal review. Two prints and/or one electronic version will be returned. One of the returned prints shall be maintained by the Contractor and marked -up as a "Record Document." C. Product Data: 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. Submittal Procedures 013300-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 J 2. Preparation: -1 a. Collect four sets and/or Electronic version of the required product data into a single submittal for each unit of Work or system. 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." Final Distribution: a. The Owner will retain two sets of the submittals. b. Furnish copies of product data to subcontractors, suppliers, fabricators, manufacturers, installers, governing authorities and others as required for proper performance of the Work. c. Show distribution on transmittal forms. 5. Installation Copy: 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: Submit a minimum of two samples for visual review of general generic kind, color, pattern, and texture, and with other related elements of the Work. 2. Samples are also submitted for quality control comparison of these characteristics between the final sample submittal and the actual work as it is Submittal Procedures 013300-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 , THP #17010.00 J 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 1 additional characteristics. 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. c. Refer to Section 014000 - Quality Requirements for report distribution. PART 2 PRODUCTS - NOT USED PART 3 EXECUTIONS - NOT USED. END OF SECTION Submittal Procedures 013300-6 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 014000 QUALITY REQUIREMENTS PART1 GENERAL 1.1 SECTION INCLUDES 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 elsewhere 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 0 CD n r.l C3 m 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 elsewhere 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 2017 Project February 21, 2017 THP #17010.00 B. 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 Contractor as required. C. Retest Responsibility: Where results of required inspections, tests or similar 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 following: 1. Providing access to the Work. 2. Taking samples or assistance with taking samples. 3. Delivery of samples of test laboratories. 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 0 rD C? co B. 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 Contractor as required. C. Retest Responsibility: Where results of required inspections, tests or similar 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 following: 1. Providing access to the Work. 2. Taking samples or assistance with taking samples. 3. Delivery of samples of test laboratories. 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 2017 Project February 21, 2017 THP #17010.00 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 or equipment meet or exceed specified requirements. However, if the items tested fail to meet these requirements, then the Contractor shall pay all costs of such tests and shall rectify at no cost to the Owner. 1.3 QUALITY ASSURANCE A. Qualification for Service Agencies: Except as otherwise indicated, engage inspection and test service agencies, including independent testing laboratories, 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. 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 2017 Project February 21, 2017 THP #17010.00 4. Designation of the Work and test method. c n ---t w 5. Complete inspection or test data. 6. Test results. {C 7. Interpretations of test results. 3 8. Notation of significant ambient conditions at the time of sample taking and testing. 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 Quality Requirements 014000-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 014216 DEFINITIONS AND STANDARDS PART 1 GENERAL 1.1 DESCRIPTION OF REQUIREMENTS cv A. General: This Section specifies procedural and administrative requirements for compliance with governing regulations and the codes and standards imposed upon the Work. These requirements include the obtaining of permits, licenses, inspections, releases and similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards. "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 authority or not. 1.2 DEFINITIONS 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 Definitions and Standards 014216-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 reference, and no limitation of location is intended except as specifically noted. G. Directed, Requested, Etc.: Where not otherwise explained, terms such as "directed", "requested", authorized", "selected", "approved", "required", "accepted", and "permitted" mean "directed by Owner or Engineer", "requested by Owner or Engineer", and similar phrases. However, no such implied meaning will be interpreted to extend the Owner's, Engineer's or Owner's representative's responsibility into the Contractor's area of construction supervision. H. 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 others performing other work as part of the project. The extent of the project site is shown on the Drawings. I. Furnish: Except as otherwise defined in greater detail, term "furnish" is used to mean supply and deliver to project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance. J. Install: Except as otherwise defined in greater detail, term "install" is used to describe operations at project site, including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations, as applicable in each instance. K. 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 Definitions and Standards 014216-2 City of Iowa City Parking Garage Maintenance Program 2017 Project 0 February 21, 2017 THP #17010.00 = n rn 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 same unit of work. Refer to individual unit of work Sections for indications of which specialized codes and standards the Contractor must keep at the project site, available for reference. 1. Referenced standards (referenced directly in Contract Documents or by governing regulations) have precedence over non -referenced standards which are recognized in industry for applicability to the Work. 2. Non -referenced standards recognized in the construction industry are 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: 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 Definitions and Standards 014216-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 notice is given to the Owner in writing of the discrepancy BEFORE proceeding with the Work. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Definitions and Standards 014216-4 N Q J M , cv �w p�.-- 1 2L) _J r 1 Definitions and Standards 014216-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS _ n �- SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.1 SECTION INCLUDES A. Administrative and procedural requirements for temporary services and facilities, including such items as temporary utility services, temporary construction and support facilities, and project security and protection. B. Work at City of Iowa City bridge at East College Street. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.2 REFERENCES (BRIDGE WORK ONLY) A. Section 01570 -Traffic Control and Construction Facilities. 1. Attached after this Section and provided by City of Iowa City Engineering Division. This only applies to bridge work on the City of Iowa City streets. 1.3 OWNER OPERATION, MAINTENANCE OF OPERATION AND SAFETY A. The structures are 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 public and other entities occupying the garages and adjacent facilities during the construction period. 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 Temporary Facilities and Controls 015000-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 routes shall not be impaired due to construction activities. H. Coordinate Work Areas with the Owner to minimize interference with normal operations. 1.4 WORK AREAS A. The Work is divided into sections termed Work Areas. Work outside the closed 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. 1.5 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. 1.6 PROTECTION OF THE SURROUNDING AREA A. All construction operations shall be conducted such as to protect the surrounding areas and adjacent buildings. B. Fumes and dust shall also be controlled so as to prevent harmful or undesirable effects in the surrounding areas. All potential avenues for penetration of fumes or 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 Temporary Facilities and Controls 015000-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 activity. However, the Contractor is totally responsible for damage as a result of the Work. 1.7 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 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 garage services outside of the work area shall be reported to the Owner at once, and immediate, emergency efforts to restore the service shall be made at the expense of the Contractor. D. When performing work adjacent to building and structures, protect buildings and structures from dirt, dust and debris. E. Protect drain openings during construction from construction debris entering drainage system. Provide filter cloth over openings to prevent debris from entering pipes, but still allowing water to enter. Clean debris from drains as necessary to maintain water removal. Remove drain protection during non- working hours and reinstall prior to commencing work. 1.8 TEMPORARY FACILITIES 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. Temporary Facilities and Controls 015000-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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. 1.9 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 Areas. Coordinate locations in advance with Owner prior to start of work. 1.10 USE OF FACILITY A. Contractor employees are not permitted to use Owner and tenant facilities except as previously noted. Failure to comply with this restriction can result in the 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. C. Except for materials being used during a work shift, store all materials in approved storage area. D. Materials being used for work shall be uniformly distributed throughout the work area so as to not overload or otherwise distress the supported structural system. 1.11 TRAFFIC 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. Temporary Facilities and Controls 015000-4 City of Iowa City Parking Garage Maintenance N� Program 2017 Project — February 21, 2017 THP #17010.00 D. Provide signage to safely route pedestrians to the nearest stairwell:: rc-- 1.12 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. 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. 1.13 CLEANUP A. Each Contractor or Subcontractor, upon completion of his division of the work, shall collect and remove all rubbish, surplus material, tools and scaffolding pertaining to his work, and shall keep the work area neat and orderly by periodic removal and cleanup. Crates and cartons in which materials or equipment are received shall be removed daily. Contractor shall leave each phase of the work broom -clean upon completion of that phase. B. Each Contractor shall be responsible for daily collection and disposal of rubbish created by his materials, men and work. If this is not done, the Owner may direct that cleanup be done and the cost of same shall be deducted from 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. 1.14 FIRE PROTECTION A. It shall be the responsibility of the Contractor to take the proper precautions to prevent fires when welding or while other fire -hazardous work is being performed. Temporary Facilities and Controls 015000-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 B. Gasoline and other flammable liquids shall be kept in approved safety cans at all times. 1.15 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. 1.16 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, 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. 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. 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 to required interruption to allow adequate preparation to be made. E. Provide the Owner with emergency telephone numbers to be able to contact the Contractor's superintendent or project manager 24 hours a day. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Temporary Facilities and Controls 015000-6 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES. A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS. A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS. A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.- A. QUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES., A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: - ..Cr v A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11/00 sh..d\en®n...k, o-ii\01570. d. 01570-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 015600 BARRIERS PART1 GENERAL 1.1 SECTION INCLUDES A. Partial height construction barriers and movable construction area enclosures. B. Dust barriers. C. Sawhorse barricades. D. Vehicle barriers at street level entrance ramp. 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. C. Section 055000 - Miscellaneous Metals. D. Section 071800 -Vehicular Traffic Membrane. E. Section 075416 — Thermoplastic Membrane Roofing. F. Section 079000 - Expansion Joints. G. Section 079200 - Sealants. H. Section 092116 — Gypsum Board Assemblies. I. Section 099100 — Painting. J. 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. Barriers 015600-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 2. Fire-resistant visqueen sheeting. 3. Plastic Safety Fencing. �_? � e.,,T1 4. Caution Barrier Tape.-� rri 5. Enclosure construction details. r n"s PART 2 PRODUCTS 2.1 MATERIALS A. Lumber: 1. Dimensional lumber: a. Minimum 2 x 4 dimensional lumber. b. Fire -retardant treated (non-com) with treatment stamp visible. 2. Plywood: a. Minimum 1/2 -inch thick. b. Fire -retardant treated (non-com) with treatment stamp visible. B. Visqueen Sheeting: 1. Approved Products: c. Griffolin fire -retardant type 55 -FR. d. Midco vinyl fire-resistant reinforced polyfilm. C. High Visibility Safety Fencing: 1. High density polyethylene material. 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. Chain Link Fencing: 1. Minimum 6'-0" feet tall. 2. Minimum 9 gauge galvanized with 2"x2" pattern configuration Barriers 015600-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 3. Fence to be panelized system, surface set with ballasted based. 4. Drilled posts are not permitted. E. Caution Tape: 1. 3" wide. 2. Minimum 4 mil thick plastic. 3. Safety yellow tape with black "CAUTION" lettering, minimum 1-1/2" high. 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 protection of persons or property. C. Remove barricades at entrances during non -working hours which will obstruct or hinder the use of the entrance. D. Installation and removal of barricades or barriers shall not damage existing surfaces. E. The use of anchors which penetrate the existing surface are prohibited, 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 orange 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 Barriers 015600-3 City of Iowa City Parking Garage Maintenance Program 2017 Project o February 21, 2017 J THP #17010.00 o n "T1 advance approval by Owner. t - -1i7 3.3 DUST BARRIERS A. Extend dust barriers from the deck surface to the bottom of the beam, joist or bridging rib above. Minor lateral adjustments are allowed to facilitate dust barrier installation. B. Do not damage the existing surfaces when installing and removing dust barriers. Wedges and braces are the only approved method of securing barriers. C. Doors may be installed in the dust barriers to facilitate construction access. Construct doors from the same material specified in Part 2 PRODUCTS. Equip doors with automatic, self-closing devices. Do not prop doors open except temporarily for material delivery. D. Construct dust barriers and doors to prevent the migration of dust from Work Area to adjacent areas. E. Erect dust barriers considering the aspects of the structure. Build dust barriers tight around existing piping and other existing items which penetrate or interfere with dust barriers. F. Dust barriers shall remain in place and maintained in a condition equal to that originally installed until work in a Work Area is complete. 3.4 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 inch thick dimensional lumber on the upper surface covered with % inch plywood. 2. Provide lighting within the enclosed walkway so that pedestrians may safely use passage at all hours. 3.5 VEHICLE BARRIERS A. Partial height water filled plastic or concrete jersey barriers, positioned on -grade at street level entrances to the garage as shown on Drawings. Barriers 015600-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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, 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 Barriers 015600-5 0 Co yy _.; C") S'- g . r1 _.. p-••--� r G3 m Barriers 015600-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS F� SECTION 017700 =" J CLOSEOUT PROCEDURES PART1 GENERAL 1.1 SECTION INCLUDES A. Requirements for Close -Out of Contract. B. Specific requirements for individual units of work may be included in the appropriate Sections. 1.2 DEFINITIONS A. Contract Closeout is the term used to describe certain collective project requirements, indicating completion of the Work that are to be fulfilled near the end of the Contract time in preparation for final acceptance and occupancy of the Work by the Owner, as well as final payment to the Contractor and the normal termination of the Contract. 1.3 PREREQUISITES TO SUBSTANTIAL COMPLETION A. General: Complete the following before requesting the Owner's inspection for certification of substantial completion, either for the entire Work or for portions of the Work. List known exceptions in the request. 1. In the progress payment request that coincides with, or is the first request following, the date substantial completion is claimed, show either 100% completion for the portion of the Work claimed as "substantially complete," or list incomplete items, the value of incomplete Work, and reasons for the Work being incomplete. Include supporting documentation for completion as indicated in these Contract Documents. 2. Submit a statement showing an accounting of changes to the Contract Sum. 3. Advise Owner of pending insurance change over requirements. 4. Submit specific warranties, workmanship/maintenance bonds, maintenance agreements, final certifications and similar documents. 5. Obtain and submit releases enabling the Owner's full, unrestricted use of the Work and access to services and utilities. Where required, include occupancy permits, operating certificates and similar releases. 6. Submit record drawings, maintenance manuals, final project photographs, damage survey and similar final record information. Closeout Procedures 017700-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 -' 7. Discontinue or change over and remove temporary facilities and services from the project site, along with construction tools and facilities, mock-ups and similar elements. 8. Complete final cleaning -up requirements, including touch-up painting of marred surfaces. Touch up and otherwise repair and restore marred exposed finishes. B. Inspection Procedures: Upon receipt of the Contractor's request for inspection, the Owner will either proceed with inspection or advise the Contractor of unfilled prerequisites. 1. Following the initial inspection the Owner will either prepare the certificate of substantial completion or will advise the Contractor of work which must be performed before the certificate will be issued. The Owner will repeat the inspection when requested and when assured that the Work has been substantially completed. 2. Results of the completed inspection will form the initial "punch list" for final acceptance. 1.4 PREREQUISITES TO FINAL ACCEPTANCE A. General: Complete the following before requesting the Owner's final inspection for certificate of final acceptance and final payment as required by the General Conditions. List known exceptions, if any, in the request. 1. Submit the final payment request with final releases, affidavits and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 2. Submit an updated final statement accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Owner's final punch list of itemized Work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance. 4. Submit consent of Surety. 5. Submit evidence of final, continuing insurance coverage complying with insurance requirements per General and Supplementary Conditions in these Specifications. 6. Submit a certificate clearly indicating that all outstanding bills for materials, services and labor, and all subcontractors have been paid in full. Closeout Procedures 017700-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 -`i B. Re -inspection Procedure: The Owner will re -inspect the Work upon recelpt of the Contractor's notice that the Work, including punch list items resulting from earlier inspections, has been completed except for these items whose completion has been delayed because of circumstances that are acceptable to the Owner. 1. Upon completion of re -inspection, the Owner will either approve the final payment request, or will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled, but are required for final release of final payment. 2. If necessary, the re -inspection procedure will be repeated. C. Schedule with the Owner a close-out meeting. Coordinate this meeting with the Owner. Provide a minimum of 3 working days notice prior to the requested time for the meeting. 1.5 PROJECT RECORD DOCUMENTS A. The Contractor shall be responsible to maintain at the job site one copy of: 1. Record contract drawings. 2. Record project manual. 3. Addenda. 4. Reviewed shop drawings. 5. Change orders. 6. Other modifications to Contract. B. Maintain documents in clean, dry, legible condition. C. Do not use project Record Documents for construction purposes. D. Failure to maintain documents up-to-date will be cause for withholding payments to Contractor. E. Obtain one complete set of Contract Documents, including: 1. Project Manual with all addenda. 2. One complete set of black -line or blue -line prints of all drawings not bound in project manual. 3. One complete set of sepia prints of all drawings not bound in project manual. F. Keep Record Documents current. Closeout Procedures 017700-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 G. Contract Drawings: Contractor may, at his option, enter required information on a "working set" and then at completion of project transfer the information to final submitted "Project Record" set. All notations on the "Project Record" set shall be in red ink made in a neat and legible manner, with additional explanatory drawings or sketches as required. The Project Record Drawings shall have marked the correct location of Work items and equipment where it differs from the location shown on the drawings, and any other information pertinent or useful in nature. H. Project Manual and Addenda: Contractor shall legibly mark up each section to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by change order or field order. s a 3. Other items not originally specified. At completion of Project, deliver 3 copies of the Project Record Documents to the ), Owner prior to request for final payment. Accompany submittal with tra"smittaI letter containing: Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Certification that each document as submitted is complete and accurate. 6. Signature of Contractor or his authorized representative. 1.6 OPERATIONS AND MAINTENANCE DATA A. The Contractor shall deliver to the Owner at the final inspection all operations and maintenance data as required elsewhere in this Specification. This data shall be provided in loose-leaf binders. 1.7 WARRANTIES A. The Contractor shall provide a general one year warranty for all work performed. B. As required by individual Specification Sections, provide extended warranties on parts of the Work as specified. C. Provide the Owner with four executed copies of all required warranties. Closeout Procedures 017700-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 D. Deliver to the Owner all required warranties prior to the application for Final Payment. E. Delivery of required warranties does not relieve the Contractor of obligations assumed under provisions of the Contract. F. Warranties provided directly by contractor are to be written using company letterhead documents. G. A warranty may require multiple signatures if specified to be a joint warranty. Refer to individual warranty requirements in the appropriate Specification Section. H. The warranty format shall be as follows: Name of Project Scope of Work We warrant the Work to be in accordance with the Contract Documents. We shall provide all labor, material, tools and equipment necessary to correct work not in conformance with the Contract Documents or that becomes or is found to be defective within years after the Date of Substantial Completion. We will bear the cost of making good any damage caused by the defective work, including damage caused by its correction or removal, to the Owner's property or to property for which the Owner is liable. This warranty shall not apply to work which has been abused, neglected or altered by others or to work for which the Owner has previously given the Contractor a written acceptance of the defect. The warranty period shall begin at the final and formal project acceptance by the City of Iowa City, City Council. Company Signature Date Title 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. The Contractor shall deliver all spare parts and maintenance materials as required elsewhere in this Specification to the Owner at the final inspection. 1.9 CLOSEOUT PROCEDURES A. Removal of Protection: Except as otherwise indicated or requested by the Owner, remove temporary protection devices and facilities which were installed Closeout Procedures 017700-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 during the course of the Work to protect existing or previously completed Work during the remainder of the construction period. B. Compliance: Comply with safety standards and governing regulations for cleaning operations. Do not discharge volatile or other harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. Where extra materials of value remaining after completion of associated work have become the Owner's property, dispose of these materials to the Owner's best advantage as directed. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Closeout Procedures 017700-6 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 03 — CONCRETE SECTION 030100 CONCRETE REPAIRS PART1 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. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012300 - Alternates. C. Section 015600 - Barriers. D. Section 017700 - Closeout Procedures. E. Section 055000 - Miscellaneous Metals. F. Section 071800 - Vehicular Traffic Membrane. G. Section 079000 - Expansion Joints. H. Section 079200 - Sealants. 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. C. Final adjustment to the contract amount will depend on actual quantities of repair Concrete Repairs 030100-1 ra 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. C. Final adjustment to the contract amount will depend on actual quantities of repair Concrete Repairs 030100-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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): 1. ASTM A185 - Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement. 2. ASTM A615 - Specification for Deformed and Plain -Billet Steel Bars for Concrete Reinforcement. 3. ASTM A775 — Standard Specification for Epoxy -Coated Reinforcing Steel Bars. 4. ASTM C31 - Method of Making and Curing Concrete Specimens in the Fields. 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. Concrete Repairs 030100-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 13. ASTM C882 — Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. 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 orKenaf. 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. B. Letter stating this Contractor and supplier are familiar with the referenced standards. C. Submit mix designs and test results conforming to the requirements of Section 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 preparation and submittal procedures immediately after authorization to proceed with the project. 1. Submitted mix design shall address weather conditions which are expected to occur during the concrete repair phases. Concrete mixes shall not only be designed for average temperature and humidity conditions, but also for adverse conditions (hot and cold weather), as applicable to this project. D. Provide the following in accordance with ACI 301. 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. Concrete Repairs 030100-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 8. Certificate of Conformance for concrete production facilities by NRMCA (National Ready Mix Contractors Association). 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. B. Contractor shall be responsible for restoration of other components of the Work damaged during placement of concrete or damaged during removal of unsatisfactory concrete. C. ACI 301, ACI 305R and ACI 306R are a part of the Contract Documents, are incorporated herein as fully as if here set forth and are referred to as General Concreting Requirements. D. Chloride Ion Limitations: Maximum acid -soluble chloride ion concentration, in hardened concrete shall not exceed .10% by weight of cement. E. Concrete testing and certification shall be as described in ACI 301, Chapter 16. 1.7 WARRANTY 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 limited to debonding, excessive cracking and surface scaling. 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. 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. Concrete Repairs 030100-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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. E. Water: 1. Mixing water shall be potable meeting requirements of ASTM C-94. F. Pre -packed Concrete Materials: 1. Horizontal Application — Typical Repair Areas (Patch Material Type A): a. MasterEmaco T430 by BASF b. SikaQuick 1000 by Sika Corp. c. MasterEmaco T1061 by BASF d. SikaTop 111 Plus by Sika Corp. 2. Vertical and Overhead Repair Areas (Patch Material Type B): a. MasterEmaco S488CI by BASF 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 2. Sikadur 32, Hi -Mod LPL by Sika, Inc. 3. Zinc Clad by The Sherwin Williams Company Concrete Repairs 030100-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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). : ? K. Curing Compound: 1. Epoxy Water Emulsion Primer/Sealer by The Sherwin Williams Company. 2. MasterKure CC 1315WB by BASF 3. Liquid membrane forming curing compound shall conform to the requirements 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. New fire retardant material, grade and size to adequately form, support and brace concrete and to provide finishes that match adjacent surfaces. M. Epoxy Grout: 1. Sikadur 32 epoxy mixed with silica sand. N. Patch Anchors: 1. Stainless steel spikes by Powers Rawl. 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 Concrete Repairs 030100-6 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 5000 psi 2. Minimum portland cement content 611 lbs./C.Y. 3 Maximum percent of chloride by weight of cement 0.10 4. Maximum water/(cement plus silica fume) ratio 0.40 5. Percent of air entrainment (tested at point of placement) 5 to 7 percent 6. Maximum aggregate size 38 inch C. Slump: 1. Produce the concrete to have a maximum slump of 4 inches as delivered to the site. The maximum slump may not be exceeded except by the job site addition of High Range Water Reducer (Superplasticizer). 2. When superplasticizer is used, the maximum superplasticized slump 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. 3. Job. 4. Contractor. 5. Truck No. and time dispatched. 6. Concrete designation and cement type. Concrete Repairs 030100-7 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 7. Admixtures description and content. 8. Time discharge started and completed. 9. Amount of concrete in load. 10. Amount of water in mix at plant. 11. Amount of material(s) added at the site and authorized signature. _ B. Site -mixed concrete is prohibited. C. High Range Water Reducers (Superplasticizers) shall be premeasured and added at 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 technician, 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 the superplasticizer and before discharge. D. Re -tempering with superplasticizer is prohibited. 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 t 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. 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. Concrete Repairs 030100-8 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 receive repair concrete to determine locations and approximate quantity of material, B. Prior to start of excavations, perform an on-site review of the work areas with the Owner. Provide a minimum of 2 working days notice prior to the requested review day. C. Prior to performing operations such as jack hammer work, the Contractor shall make a careful and thorough survey of the underside of the level on which 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 vehicles from entering the area below hazardous work. D. During concrete removal work, Contractor shall not damage existing mild steel 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. 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. 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 Concrete Repairs 030100-9 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 using chain drag method and hammer survey to identify the limits of deteriorated concrete within the Work Area. Mark with paint each area to be repaired. Location of 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 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. 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. 3. Perform concrete removal with no larger than 18 pound chipping hammers. Concrete Repairs 030100-10 City of Iowa City Parking Garage Maintenance Program 2017 Project o February 21, 2017 0 THP #17010.00" 4. Begin concrete removal at the center of the removal area . 4oZow ds the sawcut perimeter. Maintain vertical sawcut edge at perugeter. J -salM necessary to maintain required edge. a 5. Contractor shall use due diligence to perform concrete chipping opkation 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 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 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 excavations perimeter. Screed material flush with adjacent surfaces and finish with a float or 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 A in accordance with manufacturer's written instructions. Concrete Repairs 030100-11 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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. N O 3. Maintain burlap in a wet condition during the wet curing period, _ n 3.4 OVERHEAD AND VERTICAL SURFACE KNOCKDOWN PROCEDURE coco A. Contractor to visually survey all slab soffit surfaces and locat24delar;t ate spelled or otherwise deteriorated concrete requiring repairs. Mark n*,wit0ain'tF. B. Engineer to verify locations prior to beginning knockdown repairs. c� C. Remove all loose or delaminated concrete. D. Wire wheel prepare all exposed reinforcing steel to an SSPC-SP3 condition. E. Blow clean with oil -water free compressed air. F. 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 repaired. Location of paint marks must be approved by the Owner's representative. B. Before removal of overhead or vertical 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 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. 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 Concrete Repairs 030100-12 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 TL4D *17n1 n nn /J 7 of the repair and the depths indicated on the repair details. Remove concrete within the Work Area by conventional chippingipmthotfi. Conventional Chipping Method: _�U = (� -'LC ra 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 comers 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 hammers. 4. 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 necessary to maintain required edge. 5. Contractor shall use due diligence to perform concrete chipping operation in a manner to avoid punching through a slab. Means such as utilizing wide chipping blades and performing chipping procedures on a low angle are recommended. G. The surface of sound, exposed concrete shall be relatively flat with a %" amplitude over the repair area. Contractor is responsible for insuring that the final concrete reoair 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. 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 2017 Project February 21, 2017 THP #17010.00 0 *� '-n rn M. Maintain all concrete surfaces of repair areas in a wet conto00rOvid� a surface saturated dry condition. -G -v rn N. Just prior to material placement, blow -down area with oil -free corr dre ai�-t� 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 A. Saw cut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be % inch. Cut perimeter of removal area before beginning chipping hammer work. B. 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 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 unless otherwise indicated. D. Mix epoxy mortar using 2 parts epoxy and 1 part clean over dried silica sand. E. Apply neat epoxy worked into substrate for positive adhesion. Immediately follow with application of the epoxy mortar. Follow manufacturer's instructions for mixing and installation. F. Do not allow traffic on epoxy mortar patch for a minimum of 24 hours. 3.7 FIELD QUALITY CONTROL A. All excavations shall be inspected and approved prior to placing concrete. The Contractor shall notify the Owner 2 working days in advance of required inspection. B. Notify the Owner at least 2 working days prior to placing concrete. C. Site Tests for Ready Mixed Concrete: Concrete Repairs 030100-14 City of Iowa City Parking Garage Maintenance Program 2017 Project o February 21, 2017 - THP #17010.00 1:1'. n m 1. The Owner will provide and pay for a testing agency to prepare'n(Uecuro cylinders for off-site testing and perform on-site slump and+ilr tests fq"n concrete specified to be air entrained to insure com`� Ianc� with --3 Specifications. ca 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 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. 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 with ASTM C39 "Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens." 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 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. d. If concrete strength test results do not exceed required 28 day strength, the Owner's acceptance of the affected area shall be in accordance with Paragraph 3.06 of ACI 301. 7. Air content tests shall be taken from each truck at the point of placement in addition to standard tests at the point of discharge. 8. Unless better definition of the placement location of the concrete is provided, Concrete Repairs 030100-15 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 J the location in the work represented by a test or series of test -shall b" defined as the entire concrete placement for the work shift in questig Acceptance of Structure: c '' �- M 1. Acceptance of Structure shall be in accordance with ACI 301 t pteTA B. 2. Contractor shall bear all costs of correcting rejected work, includinglbe cost of Owner's services thereby made necessary. raj 0 3.8 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. 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 Concrete Repairs 030100-16 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 03 — CONCRETE SECTION 033810 c POST -TENSIONED GARAGE SLAB TENDON REPAIRS CD 0 rn PART 1 GENERAL � m m fl 1.1 SUMMARY = w � 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 anchorages. C. Submit calibration certificates for every jack and gauge used on the Project. D. Submit experience records of post -tension system installer. Records to include list of project experience of installer's superintendent. Refer to paragraph 1.4A below. E. Submit written certification that the plant manufacturing the post -tensioned material complies with the PTI Certification Program. 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 these Specifications and within Contract time. 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 2017 Project February 21, 2017 THP #17010.00 _ �'— J �1 1.4 QUALITY ASSURANCE n A. All post -tension reinforcing work shall be under the immediate carr oflhe Pir Contractors superintendent, who shall have supervised at least eeprim projects of similar magnitude. PT superintendent shall exercise rigtd.4')ntrat of at) operations as necessary for full compliance with Contract Document "rd rergents. C:. 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 A. Pre -qualified Cable Barrier System Manufacturers: 1. Amsysco, Inc. 2. Continental Concrete Structures, Inc. 3. Dywidag Systems International, USA, Inc. 4. Post -Tensioning Systems International (PTSI) 5. Suncoast Post -Tension, L. P. 6. VStructural LLC (VSL) 2.2 POST -TENSIONING STEEL A. Cable tendons shall be 0.5" diameter strands. End anchorage sizes shall be selected by the Contractor and submitted Engineer for review. B. Strands: 1. Conform to ASTM A416 Standard Specification for Steel Strand, Uncoated Seven -Wire for Pre -stressed Concrete. Provide strand conforming to (GBS) Post -Tensioned Garage Slab Tendon Repairs 033810-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 "Galvanized Barrier Strand" or (GPC) "Galvanized Pre -stressed Concrete Strand". 2. Strand to have a minimum ultimate tensile strength of 270,000 psi. C. Temporary stress shall not exceed eighty (60) percent of the minimum ultimate tensile strength of the strand. N O_ D. Maximum allowable anchor slip is 118". E. Broken strands, and strands showing fabrication defects, shall Jii0iiem ed and. replaced. r~i 2.3 ANCHORAGES A. Size bearing plates of anchorages to satisfy requirements of AGI 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: Provide zinc coating complying with ASTM Specification A-475 Class A, Table 4 coating weight. 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. Post -Tensioned Garage Slab Tendon Repairs 033810-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 2.6 CONCRETE PATCH REPAIR AREAS o x� A. Refer to Specification Section 030100. cs-< Cr � � 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 3.2.13 to expose broken tendon for repair. Do not overcut edges of repair area. 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. 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 Post -Tensioned Garage Slab Tendon Repairs 033810-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 05 — METALS SECTION 055000 0 MISCELLANEOUS METALS u M PART 1 GENERAL 1.1 SECTION INCLUDES A. All labor, material, equipment, tools and services to complete the-misc*laneoO metals work required for the project as indicated on the Drawings and in the Specifications, including but not limited to: 1. Shear connector weld repairs. 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 017700 - Closeout Procedures. G. Section 030100 - Concrete Repairs. 1.3 REFERENCES A. The following codes and standards are hereby incorporated as part of the Project Specifications. These codes and standards including all supplements, apply 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. 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. Miscellaneous Metals 055000- 1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 ry n m 5. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Irok, S`t$el. 6. ASTM A153 -Zinc Coating (Hot-Dip) on Iron and Steel Hard. M m v 7. ASTM 8221-88 - Standard Specification for Aluminum antl- m-ym-AW Extruded Bars, Rods, Wire, Shapes and Tubes. 8. ASTM B209-88 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. B. Structural Steel Painting Council (SSPC): Surface Preparation Specification No. 3 (SP3) — Wire Wheel Cleaning. Surface Preparation Specification No. 6 (SP6) — Commercial Blast Cleaning. 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 A. Steel Fabricator shall have not less than 5 years experience in the fabrication of miscellaneous steel. B. All welders, welding operators, tackers and inspectors shall be fully qualified in accordance with the requirements of the American Welding Society for the type of work they are to perform. Copies of certification shall be submitted prior to performing that work. C. Modifications to the AISC Code of Standard Practice: 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. 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: 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 Miscellaneous Metals 055000-2 City of Iowa City Parking Garage Maintenance Program 2017 Project 0 February 21, 2017 CD n THP #17010.00 :QE C-) rn 7� -4 w r noted: "No exceptions noted", or "Exceptions noted "EbT4ExOptiorts� noted: revise and resubmit'. Fabrication of mata!�F-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. B. Support continuous lengths of material as necessary to keep from deflecting and bending. C. Store material off ground and keep covered and out of weather. 1.7 STAIR TREAD/RISER AND LANDING DESIGN REQUIREMENTS (FOR REFERENCE ONLY) A. Design and fabricate stair tread/riser and landing assembly to support 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 the Owner, including but not limited to weld failures, rust formation at field Miscellaneous Metals 055000-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 N O galvanized or painted surfaces, and embedment failures. o -11 -TI B. A warranty period of five (5) years shall be provided for all nevxj*0l f'iaicatiau. and installation work performed under this Section, against -,defects, ps- determined by the Owner, including but not limited to weld failures; cost folmatiM at field galvanized or painted surfaces, and embedment failures.:" l t � —73 PART2 PRODUCTS 77 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: Stud type with wedge meeting requirements of Federal Specification A -A 1923A, Type 4. 2. Basis of Design: Kwik Bolt TZ Anchor by Hilti. F. Expansion Anchors (Stainless Steel) - Heavy Duty Sleeve Type: 1. Torque controlled expansion bolt consisting of hex bolt, threaded stud, sleeve, expansion sleeve, expansion cone and collapsible plastic sleeve, nut and washer. 2. Basis of Design: HSL Heavy Duty Sleeve Anchor by Hilti. G. Adhesive Anchors (Stainless Steel): Injectable adhesive shall be used for installation of steel reinforcing dowels or threaded anchor rods into new or existing solid base materials, such as 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 (Stainless Steel): Steel Framing - High strength, heavy hexagon nuts and hardened washers, carbon steel, complying with ASTM A325. Miscellaneous Metals 055000-4 hexagon structural bolts, heavy quenched and tempered medium - City of Iowa City o Parking Garage Maintenance Program 2017 Project M February 21, 2017 r' — 03 THP #17010.00 - � r -: arylo rn 2. Dywidag Threadbar — Threads shall be deformed, not cut,00nfori'ning ASTM A615. Dywidag bar material (grade 160) shall conf6fm fo?ASTW 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. K. Galvanizing Repair Paint: 1. ZRC Cold Galvanizing Compound by ZRC Chemical Products Company. 2. LPS Cold Galvanize Corrosion inhibitor by LPS Laboratories, Inc. L. Paint at Steel Connection Repairs: 1. MasterProtect P 110 by BASF. 2. Zinc Clad XI by Sherwin-Williams Company. 2.2 FABRICATION A. General: 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 2017 Project February 21, 2017 THP #17010.00 N O J G3 �1 B. Connections: 1. Provide welded shop connections unless otherwise shovEa,�riad smgolh and flush all welds to match curve of joints. Grind welded area Tci rer�'jI 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's 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: After inspection and before shipping, clean all metal fabrications to be painted or galvanized. Remove loose rust, mill -scale and splatter. Clean metal fabrications in accordance with SSPC SP -6. 2. Immediately after surface preparation, apply to all painted metal fabrications primer paint in accordance with paint manufacturer's written instructions. Use painting methods which will result in full coverage of joints, corners, edges and all exposed surfaces. No sags or runs permitted on steel that will be exposed in the finish work. Do not shop paint items to be galvanized. 3. Clean and touch-up with galvanizing repair paint all abrasions on galvanized items before shipment. PART 3 EXECUTIONS 3.1 EXAMINATION AND PREPARATION 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 verification 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 2017 Project February 21, 2017 CJ THP #17010.00 B. Provide erection equipment, hoists, temporary shoring and br''iri airl otlte equipment required for proper and safe erection of the work. _. o not-temdYfL temporary members and connections until permanent construction requtired kd t 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: 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 connections repairs, and submit a report to the Owner regarding the inspection, including data regarding the repair locations, date and other pertinent information. END OF SECTION Miscellaneous Metals 055000-7 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 071800 VEHICULAR TRAFFIC MEMBRANE PART1 GENERAL 1.1 SECTION INCLUDES A. Medium duty vehicular traffic membrane system —Type A. e, 1. At concrete patch repairs and at existing membrane removal areas, where indicated on Drawings. B. Heavy duty vehicular traffic membrane system — Type B. 1. At concrete patch repairs and membrane strips, where indicated on Drawings. C. Medium duty vehicular traffic recoat membrane system — Type C. 1. At existing membrane to remain areas, where indicated on Drawings. D. Heavy duty vehicular traffic recoat membrane system — Type D. 1. At existing membrane to remain areas, where indicated on Drawings. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. C. Section 012900 - Payment Procedures. D. Section 015600 - Barriers. E. Section 017700 - Closeout Procedures. F. Section 030100 - Concrete Repairs. G. Section 079000 - Expansion Joints. H. Section 079200 - Sealants. I. Section 321723 - Pavement Markings. 1.3 DEFINITIONS A. The term "manufacturer's recommendations," or variations thereon it shall mean Vehicular Traffic Membrane 071800- 1 N O rrn rn o� w A. Medium duty vehicular traffic membrane system —Type A. e, 1. At concrete patch repairs and at existing membrane removal areas, where indicated on Drawings. B. Heavy duty vehicular traffic membrane system — Type B. 1. At concrete patch repairs and membrane strips, where indicated on Drawings. C. Medium duty vehicular traffic recoat membrane system — Type C. 1. At existing membrane to remain areas, where indicated on Drawings. D. Heavy duty vehicular traffic recoat membrane system — Type D. 1. At existing membrane to remain areas, where indicated on Drawings. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. C. Section 012900 - Payment Procedures. D. Section 015600 - Barriers. E. Section 017700 - Closeout Procedures. F. Section 030100 - Concrete Repairs. G. Section 079000 - Expansion Joints. H. Section 079200 - Sealants. I. Section 321723 - Pavement Markings. 1.3 DEFINITIONS A. The term "manufacturer's recommendations," or variations thereon it shall mean Vehicular Traffic Membrane 071800- 1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 "manufacturer's recommendations which are found in publications avpt_qable to and commonly used by the general architectural and consulting professi615s." 1.4 SUBMITTALS A. Joint and Several Warranty Form meeting the requirements of Artid .8.`� rn B. Skid Resistance Addenda Form to Joint and Several Warranty e4tAg theme 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. 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 -Ib. (±) 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: 1. Sieve or partical size analysis. 2. Grain Shape. 3. Hardness (Moh's Scale) 4. Moisture Content (ASTM C-566) 5. Specific Gravity (ASTM C-128) 6. Bulk Density (ASTM C-29) 7. Chemical Analysis H. 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, Membrane Manufacturer letter stating membrane recoat areas were tested and reviewed, and are approved to be recoated with the specified membrane system. K. If requested, letters of Certification per Article 1.5 Paragraphs E, F, and G. Vehicular Traffic Membrane 071800-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 L. Material Safety Data Sheets on all materials which are classified as hazardous materials. M. Maintenance manuals with the following information. 1. Project name. 2. Project location. o 3. Date. 4. Owner's name. C) -={ 5. Coating system(s). -<r— -o M ,zs 6. Drawings indicating the coating systems and their location in tti truq ure. 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. 11. Upon completion of the Work and prior to final payment, provide a fully executed warranty. 1.5 QUALITY ASSURANCE A. The membrane applicator shall be approved by the manufacturer and shall have been an approved manufacturer's applicator for the membrane products, 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 of the request. B. The membrane applicator and its superintendent shall meet the following minimum requirements: 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 50,000 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. Vehicular Traffic Membrane 071800-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 C. Membrane manufacturer and approved applicator shall perform Bond Tests -t6 certify that existing membrane surfaces in contact with new vehicular traffic membrane system are compatible and acceptable to receive new vehicular traffic membrane recoat. Bond tests to meet or exceed requirements in Part 3, Article 3.4, Paragraph A. Any existing membrane system area recoated constitutes acceptance by the membrane manufacturer and approved applicator. D. Conform to the Field Quality Control requirements in Part 3 of this Section. E. Membrane manufacturer to certify that aggregate specified is acceptable for use in the membrane system. F. Membrane manufacturer to certify that sealants in contact with membrane are compatible with membrane system. G. Membrane manufacturer to certify that substrate surfaces in contact with any component of the vehicular traffic membrane are compatible. H. Field Samples: 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 400 sq. ft. Size and location shall be as directed by the Engineer. The 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. 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 integrity of the covering. Neither foot nor vehicular traffic shall be allowed on the covering unless additional protective measures are taken to protect the cleanliness of the sample area. Manufacturer's Representation: For installation of membrane materials, a technically competent employee of the membrane manufacturer, approved by the Engineer and not associated with the installation crew, shall be on site before and during the installation of the membrane system during the first Work Area plus one additional Work Area which reflects changing environmental conditions, if requested by the Engineer. Vehicular Traffic Membrane 071800-4 N d d J --4 _ J r 4r"I C. Membrane manufacturer and approved applicator shall perform Bond Tests -t6 certify that existing membrane surfaces in contact with new vehicular traffic membrane system are compatible and acceptable to receive new vehicular traffic membrane recoat. Bond tests to meet or exceed requirements in Part 3, Article 3.4, Paragraph A. Any existing membrane system area recoated constitutes acceptance by the membrane manufacturer and approved applicator. D. Conform to the Field Quality Control requirements in Part 3 of this Section. E. Membrane manufacturer to certify that aggregate specified is acceptable for use in the membrane system. F. Membrane manufacturer to certify that sealants in contact with membrane are compatible with membrane system. G. Membrane manufacturer to certify that substrate surfaces in contact with any component of the vehicular traffic membrane are compatible. H. Field Samples: 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 400 sq. ft. Size and location shall be as directed by the Engineer. The 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. 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 integrity of the covering. Neither foot nor vehicular traffic shall be allowed on the covering unless additional protective measures are taken to protect the cleanliness of the sample area. Manufacturer's Representation: For installation of membrane materials, a technically competent employee of the membrane manufacturer, approved by the Engineer and not associated with the installation crew, shall be on site before and during the installation of the membrane system during the first Work Area plus one additional Work Area which reflects changing environmental conditions, if requested by the Engineer. Vehicular Traffic Membrane 071800-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 a) If contractor is installing system for the first time, 63nufai,*rer,, representative must be on site for 100% of the system ins W. Bong 2. Application of the membrane shall not begin until the "facturer'A technician has approved the cleanliness and surface texture of �ubNratej—Tl 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. J. 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. K. 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. 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. Vehicular Traffic Membrane 071800-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 N THP #17010.00 G' 1.7 JOB CONDITIONS —i -- A. Phasing of the traffic membrane installation is required. Refer to -Drawings and 11 the outline schedule in Specification Section 011000, as appropriate. : 1.8 WARRANTY 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. PART2 PRODUCTS 2.1 APPROVED MANUFACTURERS A. Lymtal International B. Neogard Corporation C. BASF D. Sika Corporation 2.2 MATERIALS A. Medium Duty Vehicular Traffic Membrane System (Type A): 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. Vehicular Traffic Membrane 071800-6 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 a C. Top Coat `z cn r" • Iso -Flex 760 Aliphatic Top Coat + �..- • Apply at 18 mils dry film thickness. rn —' • Aggregate seeded and back rolled to provide slip resists 9ur#we. d. Aggregate n� • Unimin 12/20 by US Silica, either Ottawa, MN or Voca,.exas. — • 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 70714/70715 • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/FC7960 • Apply at 40 mils dry film thickness. c. Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • 12/20 silica by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 3. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic FTP Lo-VOC Primer or MT Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 40 mils dry film thickness. C. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. Vehicular Traffic Membrane 071800-7 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 • Uniformly distributed with no bare spots. B. Heavy Duty Vehicular Traffic Membrane System (Type B): o J 1. Iso -flex 760 Aliphatic System by Lymtal International, compWsed oq -TI a. Primer •Iso -Flex Epoxy SF, Primer 750 or Primer 757. -v rn • Apply at manufacturer's recommended application rater" s w b. Base Coat _ • Iso -Flex 750 Base Coat ° • Apply at 40 mils dry film thickness. c. Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. 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 70714/70715 • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC750017960 • Apply at 40 mils dry film thickness. c. Top Coat • Neogard FC7510 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Neogard FC754017964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. Vehicular Traffic Membrane 071800-8 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 e. Aggregate N • 12/20 by Carmeuse Industrial Sands, Brady, Texas o *Install at membrane manufacturer's maximum application ratm • Uniformly distributed with no bare spots. ca 3. Sikalastic Traffic System by Sika Corporation, comprised of: j-' a. Primer `� 3J s • Sikalastic FTP Lo-VOC Primer or MT Primer. • Apply at manufacturer's recommended application ratio — �n b. Base Coat • Sikalastic 720 Base Coat • Apply at 40 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. 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. C. Medium Duty Vehicular Traffic Recoat Membrane System (Type C): Iso -flex 760 Aliphatic System by Lymtal International, comprised of: a. Primer • Iso -Flex Primer 750 • Mix 1:1 with Methyl Acetate • Apply at manufacturer's recommended application rate. b. Base Coat • Iso -Flex 750 Base Coat • Apply at 20 mils dry film thickness. c. Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. Vehicular Traffic Membrane 071800-9 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 N Q d. Aggregate =+ C) • Unimin 12/20 by US Silica, either Ottawa, MN or Vo x� • Install at membrane manufacturer's maximum applic rate- • Uniformly distributed with no bare spots. —' 2. FC System by Neogard Corporation, comprised of: - ca a. Primer • Neogard 7795/7796 Rebond Primer, or Neogard 70714/15 ep6ky. • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/FC7960 • Apply at 20 mils dry film thickness. c. Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • 12/20 by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 3. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic Recoat Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 20 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 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. Vehicular Traffic Membrane 071800- 10 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 D. Heavy Duty Vehicular Traffic Recoat Membrane System (Type D): N Q 1. Iso -flex 760 Aliphatic System by Lymtal International, comprised of�L C:) +� a. Primer �7-s • Iso -Flex Primer 750 —r r •Mix 1:1 with Methyl Acetate <1 -o rn • Apply at manufacturer's recommended application rafe. b. Base Coat _ • Iso -Flex 750 Base Coat ° • Apply at 20 mils dry film thickness. c. Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. 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 7795/7796 Rebond Primer, or Neogard 70714/15 epoxy. • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/FC7960 • Apply at 20 mils dry film thickness. c. Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. Vehicular Traffic Membrane 071800-11 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 e. Aggregate • 12/20 by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rat • Uniformly distributed with no bare spots. `31 3. Sikalastic Traffic System by Sika Corporation, comprised of:e a. Primer mac-) r. • Sikalastic Recoat Primer. �m a • Apply at manufacturer's recommended application rate�,.5;:;Oyz ca b. Base Coat vD • Sikalastic 720 Base Coat • Apply at 20 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. 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. E. 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- 12 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 2. Neogard Systems: a. Binder Coat: • Neogard 70714/70715 N • Apply at the manufacturer's recommended application Fat@. b. Second Coat: ren • Neogard 70714/70715 • Broadcast manufacturer approved aggregate to saturaf OPI, a C. Aggregate • 30 mesh silica sand as approved by the system manufacturer. - 3. Sika Systems: a. Binder Coat: • Sikalastic MT Primer • Apply at the manufacturer's recommended application rate. b. Second Coat: • Sikalastic MT Primer • Broadcast manufacturer approved aggregate to saturation. C. Aggregate • 30 mesh silica sand as approved by the system manufacturer. F. 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- 13 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 N 0 3. Sika Systems: n J H a. Primer • Per Article 2.2 Paragraph AA QC-' G� -v b. Leveling Material car • Sikalastic 720 Base Coat r • Pre -mix with manufacturer approved aggregate o • Install in multiple lifts up to 1" thickness total G. 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. H. 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. I. Intermediate coat and lock coat materials shall be U.V. stable. PART 3 EXECUTIONS 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- 14 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 3.2 PREPARATION A. Protection: -o Erect dust barriers and barricades to protect adjoining areas from cMst, dctc debris, steel shot and sandblast material generated from this,work.`#4efer to Section 015600. .n 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): 1. Preparation and cleaning procedures shall be in strict accordance with this Specification, unless more stringent requirements are recommended by the system manufacturer. 2. 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 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 071800-15 N l_1 J -o Erect dust barriers and barricades to protect adjoining areas from cMst, dctc debris, steel shot and sandblast material generated from this,work.`#4efer to Section 015600. .n 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): 1. Preparation and cleaning procedures shall be in strict accordance with this Specification, unless more stringent requirements are recommended by the system manufacturer. 2. 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 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 071800-15 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 andtechniques prohibited. iLU 9. After completion of shotblast work, and prior to application of mer&rarie materials, repair all scaled, freeze -thaw damaged and loose, pop-outiareas, 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 pafching-,)yill 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. C. Existing Coating (Recoat): Preparation and cleaning procedures shall be in strict accordance with this Specification, unless more stringent requirements are recommended by the system manufacturer. 2. Locate and remove areas of deteriorated or debonded membrane. 3. Remove deteriorated membrane with approved procedures until sound, intact and well bonded membrane is achieved. Prepare concrete and install leveling per procedures outlined in Part 2, Article 2.2 Paragraph G. 4. Degrease all oil and other staining per the manufacturer's recommendations. 5. Detergent scrub and pressure wash clean all existing membrane surfaces - minimum 4,000 psi with oscillating turbo tip. Thoroughly rinse surfaces to assure all detergents and residual degreasing agents are flushed to drains. 6. Minimum standard of acceptability applies to all surfaces intended to receive membrane regardless of surface preparation procedure or process. Surface must be completely dry prior to start of recoating efforts. D. Membrane Removal: If existing membrane system scheduled to be removed, the criteria for acceptance are 0% of the existing membrane remaining on horizontal surfaces. 5% of the existing membrane may remain on the vertical curb faces with no area larger than 3 square inches. 2. The membrane removal is to be done with a dry cutting process only. Vehicular Traffic Membrane 071800-16 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 3. After removal, perform surface Article 3.2 Paragraph B. 3.3 INSTALLATION A. General: N P preparation the same as fo(�Poncrgp�, PadA w. , i r. r v �.q co G� vrn 1. Install materials in strict accordance with all safety and weather conditions required by product literature and Local, State and Federal regulations. 2. Fumes and dust shall be controlled to prevent harmful or undesirable 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: 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 F. 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 deviation from the nominal membrane plane, except where otherwise indicated by the Specifications or Drawings. 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 tum -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 onto the deck by calibrated, notched squeegees. Squeegees showing signs of wear shall be discarded. Vehicular Traffic Membrane 071800-17 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 5. Contractor shall ensure specified/recommended application rates of liquid products on vertical or sloped surfaces by the use of non -sag grAle materials or by multiple applications of material over previous application which are fully cured. 6. Each fluid -applied component of the membrane system shall be back -rolled to 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 itwouldbe 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 entire membrane system and no sooner than 14 days if temperatures fall below 40°F for two or more days. Contractor shall assume a total of (15) test locations in the Base Bid. 3. The acceptance criteria for initial tests of a Phase shall average bond strength of 200 psi for all locations, with no single location testing below 150 psi. Any Phase failing to meet the initial acceptance criteria may be retested at a later date by the Engineer. Retests of Phase shall include at least 4 separate 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: Vehicular Traffic Membrane 071800-18 City of Iowa City Parking Garage Maintenance o Program 2017 Project « _+ February 21, 2017f? rr*i THP #17010.00-- �.1 S 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 concf,t 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 on 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 acceptance criteria shall be subject to rework, upgrading or replacement of the deficient areas, including necessary preparatory work, at no additional cost to the Owner. C. The Engineer may direct the Contractor to make test cuts in the membrane for testing purposes. Tests cuts shall be 2" x 2" and will be in partially -completed or 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. Vehicular Traffic Membrane 071800-19 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 E. The Contractor shall keep at the site and maintain in proi_p¢incoAtion Sri adequate number (at least one per application crew) of wet filrrrrthi�knes's gaggE and shall continuously use such to ensure the specified ttfickgess_nf each membrane coat is uniformly maintained. The periodic monitoring of applicatibf% rates per Article 3.4 Paragraph D shall not relieve the Contactor: 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 removed during preparation for membrane application. 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Vehicular Traffic Membrane 071800-20 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 3.6 MEMBRANE APPLICATION LOG FORM EXAMPLE DAILY MEMBRANE APPLICATION LOG -v x Project: Date: Time Start Time End ,o 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: END OF SECTION Vehicular Traffic Membrane 071800-21 1 D City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 THERMOPLASTIC MEMBRANE ROOFING sir o PART1 GENERAL ✓ n 1.1 SECTION INCLUDES A. All labor, material, equipment, special tools and services to re-cover the existing EPDM stair tower roof system components, prepare surfaces, and install single - ply thermoplastic KEE membrane roofing, including but not limited to: 1. Provide all barriers required for worker safety and protection of existing building features to remain. 2. Provide weather protection for the project duration. Continuous weather protection includes temporary waterproofing sheeting over openings or other points of water entry, night sealing between edge of new system and prepared substrate/existing roofing, and temporary sealants/mastics that are compatible with the specified system and approved for use by the Manufacturer. 3. If necessary, temporary hoist/lift existing roof top equipment (moveable without heavy equipment needs), supply conduits, cap flashings and other assemblies intended to remain after completion of the Work. 4. Remove and dispose of existing roofing system components including flashings, termination assemblies, EPDM membrane, etc., as indicated on the Drawings and herein. 5. Maintain existing XPS insulation. Provide Y2" thick high density polyisocyanu rate insulation cover board. Mechanically fasten cover board and existing XPS insulation to precast concrete hollow core planks. 6. Prepare existing substrate and provide new roofing system including, blocking, crickets/saddles, adhesives, fasteners and plates, cover board, single -ply membrane roofing, flashings, terminations, counter flashings, sealants, incidentals, and other required materials necessary to provide a waterproofing roofing system. 7. Provide warranty, maintenance manual and other close-out documentation associated with the new roofing system. Thermoplastic Membrane Roofing 075416-1 N Q DIVISION 07 — THERMAL AND MOISTURE PROTECTION; C-? r*i SECTION 075416 THERMOPLASTIC MEMBRANE ROOFING sir o PART1 GENERAL ✓ n 1.1 SECTION INCLUDES A. All labor, material, equipment, special tools and services to re-cover the existing EPDM stair tower roof system components, prepare surfaces, and install single - ply thermoplastic KEE membrane roofing, including but not limited to: 1. Provide all barriers required for worker safety and protection of existing building features to remain. 2. Provide weather protection for the project duration. Continuous weather protection includes temporary waterproofing sheeting over openings or other points of water entry, night sealing between edge of new system and prepared substrate/existing roofing, and temporary sealants/mastics that are compatible with the specified system and approved for use by the Manufacturer. 3. If necessary, temporary hoist/lift existing roof top equipment (moveable without heavy equipment needs), supply conduits, cap flashings and other assemblies intended to remain after completion of the Work. 4. Remove and dispose of existing roofing system components including flashings, termination assemblies, EPDM membrane, etc., as indicated on the Drawings and herein. 5. Maintain existing XPS insulation. Provide Y2" thick high density polyisocyanu rate insulation cover board. Mechanically fasten cover board and existing XPS insulation to precast concrete hollow core planks. 6. Prepare existing substrate and provide new roofing system including, blocking, crickets/saddles, adhesives, fasteners and plates, cover board, single -ply membrane roofing, flashings, terminations, counter flashings, sealants, incidentals, and other required materials necessary to provide a waterproofing roofing system. 7. Provide warranty, maintenance manual and other close-out documentation associated with the new roofing system. Thermoplastic Membrane Roofing 075416-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 0 1.2 RELATED SECTIONS.". s? co A. Section 015600— Barriers. B. Section 055000 — Miscellaneous Metals. o C. Section 079200 — Sealants. wf` 1.3 REFERENCES A. References within are implied to mean the current edition of each such standard adopted by the appropriate entities. The following is an abbreviated list of associations, institutes and societies the are referenced within this specification: 1. ASTM — American Society for Testing and Materials (Philadelphia, PA). 2. IBC — International Building Code (Washington, D.C.). 3. NRCA — National Roofing Contractors Association (Rosemont, IL). 4. OSHA — Occupational Safety and Health Administration (Washington, D.C.). 5. SMACNA — Sheet Metal and Air Conditioning Contractors National Association (Chantilly, VA). B. American Society for Testing and Materials (ASTM): 1. C165— Standard Test Method for Measuring Compressive Properties of Thermal Insulation. 2. C203 — Standard Test Method for Breaking Load and Flexural Properties of Block -Type Thermal Insulation. 3. C1278 — Standard Specification for Fiber -Reinforced Gypsum Panel. 4. C1289— Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board. 5. C1303 — Standard Test Method for Predicting Long -Term Thermal Resistance for Closed -Cell Foam Insulation. 6. D1079 — Standard Terminology Relating to Roofing and Waterproofing. 7. D2136 — Standard Test Method for Coated Fabrics Low Temperature Bend Test. 8. D3045 — Standard Practice of Heat Aging of Plastics without Loading. 9. D5635 — Standard Test Method for Dynamic Puncture Resistance of Roofing Membrane Specimens. Thermoplastic Membrane Roofing 075416-2 City of Iowa City Parking Garage Maintenance N G Program 2017 Project February 21, 2017 THP #17010.00 = --t co �-- 10. D6754 — Standard Specification for Ketone Ethylene Ester 'Based Sheet Roofing. 11. E84 — Standard Test Method for Surface Burning Characteristics of Building Materials. n 12. E96 — Standard Test Method for Water Vapor Transmission of Materials. 13. E108 — Standard Test Method for Fire Tests of Roof Coverings. 14. G154 — Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Non-metallic Materials. 15. G155 — Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Non-metallic Materials. C. ASCE 7-10 — American Society of Civil Engineers, Minimum Design Loads of Buildings and Other Structures. D. National Roofing Contractors Association (NBCA) — Roofing Manual. E. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). F. Underwriters Laboratories (UL) — Roofing Materials and Systems. G. International Building Code (IBC) — Current Addition. H. Indiana Building Code (IBC) — Current Addition. 1.4 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 in the general archi- tectural and engineering professions." B. General roofing terminology as listed in ASTM D 1079 and glossary of terms as described in NRCA Roofing and Waterproofing Manual. C. National Roofing Contractors Association — Roofing Manual. D. Roofing Consultants Institute (RCI) — Glossary of Terms. E. The term "Roofing System' refers to all individual parts and components that make-up the roofing system being installed as designed and specified herein. The roofing system includes all components installed by the Contractor, including but not limited to: temporary roof membranes, adhesives, cover boards, insulation, termination bars, flashings, counter flashings, anchors, saddles, cants, membrane and other components necessary to provide a watertight roof system. Thermoplastic Membrane Roofing 075416-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 N G] 1.5 SUBMITTALS A. Manufacturer's letter of certified installer per Paragraph 1.6.C. gol B. Listing of completed projects per Paragraph 1.6.D.rn +r3 C. Resume of contractor lead personnel per Paragraph 1.6.E.� C__1 D. Roofing manufacturer's product data sheets and installation in ructio6j on all materials of the specified roofing system including membrane, covepboard, insulation, flashings, adhesive, fasteners, etc. E. Certification of Installer's experience with specified roof system — must be a certified applicator/installer of the specified roofing system. F. Certification by the selected roofing Manufacturer that materials and procedures specified per the Documents is acceptable for the in-place performance of the system and meets the requirements to obtain the specified Manufacturer's warranty. G. Sample copy of the roofing system manufacturer's standard roofing warranty. H. Shop drawings for insulation layout that indicate ridge lines (high points and low points), drain sumps, crickets, etc. The contractor shall include elevations, sections and/or details for terminations, flashings, field-to-vertical interfacing, attachment to dissimilar materials, insulation layout and slope, fastening patterns, etc. I. Submit samples of the total roofing system individual components, including: membrane, cover board, insulation, walk pads, termination bars, anchors, cap flashings, etc. Provide system mock-up per 1.6.8, below. J. Manufacturer's published maintenance procedures for the roofing system. The procedures shall include precautions for preventing damage to, and deterioration of the roofing system. K. If requested, provide full system mock-up of roofing system. Mock-ups that do not meet industry roofing standards, specifications, and the Manufacturer's written literature shall be resubmitted at no additional cost to the Owner. Only after approved mock-up can the Contractor begin roof replacement efforts. The mock- up shall be attached to 2' x 2' OSB backer and include: 1. Insulation board (existing insulation consists of tapered XPS). 2. Cover board fastened with mechanical anchor through XPS into 2x wood. 3. KEE sheet adhered to cover board with approved adhesive. 4. Hot-air welded seam to demonstrate welding capability. Thermoplastic Membrane Roofing 075416-4 City of Iowa City Parking Garage Maintenance Program 2017 Project? m -� February 21, 2017 >� co THP #17010.00 C-3 — 5. Similar mock-up of vertical interface, including: termination bar at base of vertical projection; vertical sheet lapped onto field sheet and hot-air welded; termination bar; counter flashing, etc. 1.6 QUALITY ASSURANCE A. No payments shall be approved for work performed unless Contractor coordinates in advance with the Owner for a manufacturer's representative to observe the work. The Manufacturer's representative shall make a minimum of three visits to review workmanship, including: Pre -installation – Manufacturer representative shall attend pre -roof conference. During this site review, the representative shall notify the roofing contractor of conditions that may require special attention or procedures. The general contractor/roofing contractor is required to schedule the meeting at least 7 days in advance of beginning tear-off/demolition or new roofing installation. 2. Initial installation – A technically competent Manufacturer representative, approved in advance by the owner, shall observe the initial roof installation, including surface preparation; insulation installation, cover board installation and membrane installation. Flashings and terminations shall be witnessed during this site visit. 3. Post -installation – Manufacturer representative shall review the completed installation. The representative shall provide a punch list that notes conditions that the contractor needs to correct to obtain warranty coverage and approval by the membrane manufacturer. B. The Contractor shall be responsible for meeting all special conditions required by the membrane Manufacturer including all policies, procedures, forms and notifications as required by the Manufacturer to obtain the warranty. C. The installer shall be approved in writing by the manufacturer for installation of specified roofing system, including obtaining the specified warranty. D. Work under this Section shall be performed by organizations which have success- fully performed at least three projects of similar size and type, in a similar climate within the past five years. E. All work under this Section shall be under the immediate control of a person (Con- tractor's superintendent or other designated person) experienced in this type of work. This person shall have supervised three prior projects of similar magnitude and type, shall be present during all operations, and shall be approved by the Owner. F. Installer's key personnel shall have successfully completed the Membrane Manufacturer's specialized training courses as required to be deemed a certified Thermoplastic Membrane Roofing 075416-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 +'i installer of the roofing membrane. rm�.T G. General performance of all components of the installed roofing systemshall perform and remain waterproof under actual in-service exposure, including; rain; snow; wind pressures (at specified pressures), and thermal loads. H. Work shall be installed per the Manufacturer's specifications and the Contract Documents. Work found to be in violation of these shall be completely removed and replaced by the Contractor at no cost to the Owner. I. All components of the roofing system shall be approved for use with the specified roof membrane by the roof membrane Manufacturer. The installer shall confirm the components specified and installed are appropriate and warrantable by the membrane Manufacturer for specified warrant in paragraph 1.9, below. 1.7 PERFORMANCE CRITERIA A. General system performance: 1. The roofing system shall have capacity to withstand wind uplift pressures, thermal loading stresses, and normal wear -and -tear without failure to provide a watertight roofing system. 2. The roofing system shall be fabricated and installed in accordance with this specification and the manufacturer's published literature. 3. All components of the roofing system shall be compatible with each component as well as with existing substrate intended to receive the system. 1.8 DELIVERY, STORAGE AND HANDLING A. Deliver all materials to job site in sealed, unopened, undamaged original Manufacturer containers/packaging. B. Each container/package shall be identified with manufacturer's name, materials name, date of manufacture, lot and batch number. C. Store materials not being used in the work shift in an approved storage area which is well ventilated, lighted and not subject to direct sun rays. D. Storage area shall be heated or cooled as required to maintain the temperature within the range recommended by the material Manufacturer. E. Materials shall be kept sealed when not in use. F. Keep storage area neat and clean and secure from vandalism and theft. G. 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. Thermoplastic Membrane Roofing 075416-6 N O City of Iowa City Parking Garage Maintenance m Program 2017 Project February 21, 2017 cs r THP #17010.00 H. When toxic or flammable solvents are used, the installer shall take -All necessary "t precautions as recommended by the manufacturer. In all cases, the han4gipg 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. I. Store rolls of membrane lying down, elevated above the roof deck/substrate/pavement/grade and completely protected from moisture. The Manufacturer's container/packaging shall not be considered sufficient for protection. The Contractor shall provide necessary tarpaulins to prevent moisture damage. J. Store insulation, cover board, and all other components elevated above roof deck/substrate/pavement/grade on pallets and fully protected from moisture. The Manufacturer's container/packaging shall not be considered sufficient for protection. The Contractor shall provide necessary tarpaulins to prevent moisture damage. K. Materials damaged in any way shall be immediately removed from site and replaced at no cost to the Owner. Do not attempt to install/use product that has been deemed damaged. 1.9 WARRANTY A. Provide Membrane Manufacturer's 20 -year No Dollar Limit (NDL) Roof Warranty. The warranty shall cover premature wear and/or degradation and state that if a leak develops in the roof during the warranty period due to defective materials or deficient workmanship by the installation Contractor, the Manufacturer shall provide the Owner, at the Manufacturer's expense, with the labor and material necessary to correct the defective work and provide a waterproof roofing system that meets or exceeds the original design Drawings and Specifications. B. Warranty Period shall be fully effective for a period of 20 years from the date of Substantial Completion. C. Warranty shall provide coverage at same level as described above for hail damage up to 3/4" diameter. PART 2 PRODUCTS 2.1 THERMOPLASTIC KEE ROOF SYSTEM A. Basis of Design: 1. FiberTite by Seaman Corporation Thermoplastic Membrane Roofing 075416-7 City of Iowa City Parking Garage Maintenance Program 2017 Project c —' rn February 21, 2017 "=_� i W THP #17010.00 �rrn rn B. Alternate Products: 1. Alternate Manufacturers/materials will be considered provided--thdy Mebt the' physical and performance properties of the design system specified h"n. C. Roof System Components: 1. Recover board: '% high density polyisocyanurate foam board meeting minimum requirements listed herein (Refer to 2.2 Alternate System Components) 2. Fasteners: As required/provided and at spacing/intervals required by the roof membrane Manufacturer to meet required wind uplift calculations. 3. Membrane: FiberTite 50 mil XT Fleeceback 4. Flashings: KEE thermoplastic membrane as required and recommended by the roof membrane Manufacturer. Non -reinforced target at drains, field fabricated boots, and other penetration flashings. Same (50 mil) thickness/weight non -fleece back membrane of turn -ups and other curb type conditions. 5. Counter Flashing (where exists): a. Install at all exposed terminations at vertical walls, curbs, etc. b. Provide equivalent weight flashings at existing flashings used elsewhere on stair tower. c. Provide 3" long splice plates at each splice. Provide silicone bead between counterflashing and splice plate. d. Continue counterflashing beyond membrane termination — min. 2". e. Provide continuous silicone cove along top edge of flashing — Dow 795, color as selected by Owner. f. Accessories: a. Termination bar — Manufacturer approved pre -punched aluminum or stainless steel. Termination bar shall be approximately 1" x 1/8" thick. Anchor at manufacturer's recommended spacing. b. Preformed Injection molded flashing - pipe boots, T -joint covers, inside/outside comers, shall be like materials as manufactured/supplied by the roof system Manufacturer. c. Membrane adhesive — FTR 490 or as recommended by roof membrane Manufacturer. Thermoplastic Membrane Roofing 075416-8 City of Iowa City Parking Garage Maintenance N Program 2017 Project' February 21, 2017 S THP #17010.00 ' 7` 2 rn d. Fasteners — Magnum Series case hardened carbon steVr.With�cbrrJon resistant coating as supplied by membrane Manufacturer., � _' --J jA — , e. Fastener Plates — minimum 20 -gauge galvanized steel plate a3:;uppl�ied� by membrane Manufacturer. f. Wood Nailers: (if needed) minimum 1-1/2" thick and made of No.2 grade lumber. Do not use asphalt or creosote impregnated materials. Use only marine grade/rot resistant products. 6. Sealants: a. Silicone: Dow 795 — color as selected by the Owner from standard colors. Silicone to be used at premold silicone sealant installations, replacing existing silicone cove damaged during construction, and other miscellaneous sealants not specifically incorporated in the roofing system warranty. b. Polyether: FTR 101 by Seaman Corporation or other sealants recommended by the roof membrane Manufacturer. Polyether to be used along terminations, and other areas requiring similar supplemental protection. c. Drain cut-off sealant; as recommended by roof membrane Manufacturer. PART 3 EXECUTION 3.1 GENERAL A. No work shall interfere or temporarily disrupt mechanical, electrical, or other building services except as noted on the Drawings and contained herein. B. The Roofing Contractor shall submit a procedural plan for roof replacement efforts. The plan shall indicate the sequencing for demolition efforts, temporary waterproofing measures, night -seal procedures, and unforeseen inclement weather protection measures. C. The Roofing Contractor is responsible for protecting occupied/finish spaces from water infiltration. The Contractor is fully responsible for repair/replacement of damages caused by inadequate weather protection for the project duration. D. Verify all roof openings, curbs, and pipe penetrations are in-place and secure. E. The Contractor shall coordinate and schedule a pre -roofing meeting with the Project Team prior to beginning roofing work. F. The Contractor shall assure all tools, materials, equipment, etc., are secured to prevent accidental blow -off during the work. This includes off hours when no work is being performed. Thermoplastic Membrane Roofing 075416-9 City of Iowa City Parking Garage Maintenance Program 2017 Project �= February 21, 2017 C?{ a THP #17010.00 G. Contractor shall not install roofing system components during ped4aksoflriblement weather. H. Do not use waterborne adhesives if ambient air temperature is expected to drop below freezing within 48 hours of application. ry I. Prevent materials, debris and other foreign objects from entering the drainage system. Provide drain plugs during active work. Remove drain plugs at the completion of each work shift and during periods of inclement weather. 3.2 PRE -ROOFING REQUIREMENTS A. The Contractor shall erect and implement all required safety procedures to provide safe working environment for personnel executing the work. The Contractor is responsible for compliance with all safety procedures required by OSHA and local jurisdiction having authority (JHA). B. The Contractor shall review the job site and building specifics prior to beginning demolition efforts to identify conditions that may need special attention or revised installation procedures. The Contractor shall notify the Engineer, prior to beginning work, if such conditions are discovered. C. The Contractor shall have sufficient quantity of material on site to allow continuity of work. Do not begin work until appropriate materials are on site and ready for use. 3.3 PREPARATION A. Upon completion of demolition efforts, the Contractor shall visually inspect the substrate to locate and identify deterioration that may require repair. Review findings with the Engineer and make appropriate repairs prior to beginning roofing system installation. B. Substrate shall be both vacuumed and blown clean immediately prior to beginning new roofing system installation. Ensure all surfaces to receive the roofing system are smooth, clean, dry and free of contaminants that may adversely affect the installation of the roofing system. C. Blow clean any surfaces to contact subsequent layers of the roofing system immediately prior to installing the next layer. 3.4 INSTALLATION A. General 1. Install all components of the roofing system free of wrinkles, creases, fish - mouths, or any other condition that may inadvertently compromise the integrity of the system installation. Thermoplastic Membrane Roofing 075416-10 City of Iowa City Parking Garage Maintenance Program 2017 Project v —' February 21, 2017 THP#17010.00 2. Install all components neat, straight and parallel to other system componeom and the aligning with a main building feature to remain (i.e. perimeter wf4r, penthouse wall, etc.). The finished product shall not only be waterpr6of, but'" also aesthetically acceptable — free of blisters, smears, footprints,r anaterial spills, cupping insulation, etc. 3. Install all components with mechanical fasteners at Manufacturer recommended spacing. Embed anchors minimum of 1" into substrate. 4. Use weighted rollers to ensure full contact of roofing sheet with adhesive material and cover board. 5. All laps (both end and side) shall be hot-air welded. Ensure proper use of silicone wheel seam roller for hand welded seams. 6. At locations where three individual sheets of roofing membrane intersect, the contractor shall provide Manufacturer approved T joint cover/patch. 7. Do not deviate or alter procedures or materials of the Roofing Manufacturer's written guidelines or this Specification without prior written approval from the Manufacturer and Engineer, respectively. 8. Install each component of the roofing system in "shingle fashion" — install membrane sheets overtop or overlapping the previously installed (down -hill) membrane sheet to ensure water does not flow against a raised seam. 9. Assure that the surface temperatures of all materials are at least 5 degrees Fahrenheit and rising in temperature relative to the ambient air dew point prior to the start of any work using cold adhesive or liquid flashings. Record surface and dew point temperatures and general weather conditions at the start and end of all work shifts. Submit logs to the Owner's representative via e-mail with 24 hours. 10. Do not install roofing system components when weather that may be adverse to successful installation is imminent. Protect occupied/finished spaces below the roof by weather protecting walls, curbs, expansion joints, rooftop units, skylights, and other building features during installation. 11. Schedule installation sequence to limit exposure to inclement weather, construction traffic, and/or excessive wear -and -tear. 12. Night -seal or temporarily protect working/leading edge of roofing system installation when work is discontinued for period of time greater than 4 hours or when inclement weather is imminent. Protection shall prevent moisture from entering beneath roofing system and damaging or adversely impacting the integrity of the roofing system components. B. Insulation/cover board: Thermoplastic Membrane Roofing 075416- 11 City of Iowa City Parking Garage Maintenance Program 2017 Project o February 21, 2017 3 m THP #17010.00 �^ C) 1. Installation shall be in accordance with reviewed and apprpyed Iniulat(,. layout submitted prior to beginning roofing work. 2. Mechanically fasten insulation at Manufacturer recommendeOpaog aW embedment. 3. Fit insulation tight to adjacent boards, roof penetrations, walls, curbs, etc. Do not force insulation into place. Do not damage board during installation. Maximum joint width shall be 1/8". Joints greater than 1/8" shall be filled with Manufacturer approved material. 4. Stagger board joints a minimum of 1'-0". 5. Multiple layers of insulation board are acceptable, but must be designed by the insulation Manufacturer. System shall be submitted for review and approval by the Engineer. 6. Do not install more board insulation than can be completely covered and protected from moisture contamination in same work shift. Remove and replace at Contractor's expense any insulation contaminated during the installation. 7. No board insulation shall be installed that is smaller than 1'-0" x 1'-0". C. Membrane Sheet: 1. Installation shall begin at the lowest roof elevation (drain) and continue to highest roof elevation (typically along perimeter wall, ridge lines, curbing, screen walls, etc.). 2. Align membrane sheet and maintain uniform side and end laps at minimum dimension as required by the Manufacturer. 3. Install membrane with mechanical fasteners; fastener type and spacing as required by the Manufacturer. 4. Stagger ends of sheets a minimum of 3'-0" from previously installed sheets. 5. Clean surfaces and hot-air weld longitudinal and transverse seams using Manufacturer approved hot-air welding equipment and written instructions. 6. Test all seams with probe to confirm weld integrity. All seams completed in single work shift shall be completely tested during the same day. Make repairs, if necessary, prior to end of work shift. 7. At drain flanges, apply ample sealant (cut-off sealant) on drain flange and secure membrane sheet in place with clamping ring while sealant is still wet. 8. Terminate sheet as approved by the membrane manufacturer. As a minimum Thermoplastic Membrane Roofing 075416-12 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 requirement, unless stated otherwise by the roof membrane manufacturer, the sheet shall be terminated using a non -corrosive termination bar.andfastenersi at 8" O.C. minimum. D. Flashing Sheet: r , f n 1. Unroll sheets prior to beginning installation to allow the sheet to relax. Sheet) shall remain in a relaxed state for a minimum of one hour prior to, starting installation efforts. 2. Laps and terminations shall be as required by the membrane Manufacturer. 3. Ensure installation is straight, neat and free of fish -mouths and other conditions that are adverse to performance. E. Corner Flashing: 1. Inside Corners: a. Install supplemental flashing materials as required by the Roofing Manufacturer to ensure a watertight condition at all inside corners. 2. Outside Corners: a. Install supplemental flashing materials as required by the Roofing Manufacturer to ensure a watertight condition at all outside corners. 3.5 CLEAN-UP A. Clean up and remove debris generated from construction efforts on a daily basis. All containers, wrappings, scraps, paper, loose particles, etc., shall be disposed of at the end of each work shift. B. Clean drain bodies and strainers of dirt and debris at the completion of the Work. C. Return areas adjacent to Work to original standard of appearance, or better. D. The Contractor shall take all precautions necessary to prevent damages to newly installed membrane, including spills, cuts, and other damages. At areas of marring from construction traffic (footprints from adhesive, flashings, primers, etc.), shall be repaired by the Contractor at no additional cost to the Owner. The repair shall be approved by the Roofing Manufacturer. E. All equipment, materials, debris, tools, etc. shall be completely removed from the Project site at the completion of the Work. 3.6 FINAL INSPECTION AND ACCEPTANCE A. Roofing Manufacturer shall inspect and accept completed installation. Thermoplastic Membrane Roofing 075416-13 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 B. Any failures in the roofing system shall be repaired by the Contractor at no additional cost to the Owner. Thermoplastic Membrane Roofing 075416-14 N 1� t .J rn � 1 �.7 Thermoplastic Membrane Roofing 075416-14 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 C. Final acceptance will not be considered until repairs are completed (if required), and a technical representative of the Roofing Manufacturer approves the completed installation and issues the appropriate warranty documentation. END OF SECTION Thermoplastic Membrane Roofing 075416- 15 N d 1 Cry `A N Thermoplastic Membrane Roofing 075416- 15 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 079000 EXPANSION JOINTS PART1 GENERAL 1.1 SECTION INCLUDES d A. Wing compression expansion joint seal installation. <� m B. Existing winged expansion joint seal repairs. n FTI C. Compressible expansion joint seal installation. 1.2 RELATED SECTIONS y � A. Section 011000 - Summary of Work. ' B. Section 012100 - Allowances. C. Section 012900 - Payment Procedures. D. Section 015600 - Barriers. E. Section 017700 - Closeout Procedures. F. Section 030100 - Concrete Repairs. G. Section 079200 - Sealants. H. Section 071800 - Vehicular Traffic Membrane. 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 A.A. F. Prior project experience per Paragraph 1 A.B Expansion Joints 079000-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 G. Joint System Sample per Paragraph 1.4.D. o n H. Name and resume of persons per Paragraphs 1.4.0 and 1.4.E. o T1 I. Letter from expansion joint manufacturer per Paragraph 1.6. 1.4 QUALITY ASSURANCE [err 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 in magnitude and type to those involved in this Contract and three or more prior projects in a climate similar to that for this project. C. All work under this Section shall be under the immediate control of the Contractors non -working 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. The Owner may submit material samples to an independent testing laboratory for verification of material properties and/or conformance to performance standards. E. A technically competent employee of the expansion joint manufacturer (not 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. Expansion Joints 079000-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 C. Perform work in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations Local, State and Federal authorities having jurisdiction. D. When toxic or flammable solvents are used, the seal installer sha) 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 leakage at repair locations. PART 2 PRODUCTS 2.1 WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEM: A. Wabocrete 201 Membrane System by Watson, Bowman, Acme/BASF Seal size — Field verify seal size during bidding. B. Thermafex Parking Deck EJ System by Emseal Joint Systems Seal size — Field verify seal size during bidding. C. Iso -flex Winged EJ System by Lymtal International Seal size — Field verify seal size during bidding. D. LokCrete Membrane System by MM Systems Seal size — Field verify seal size during bidding. Expansion Joints 079000-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 2.2 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM —TYPE A (GARAGE FOR REFERENCE ONLY): A. DSM seal by Emseal, Inc. Seal size — Field verify seal size during bidding. h.] 2.3 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM — TYPE B (BRIDGES);`° A. Jeene —FW Bridge Series by Watson Bowman Acme Corp 1. Seal size — Field verify seal size during bidding. Wit, -_J y 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. D. Accelerated curing by heating of nosing and adhesive material is not permitted. E. Do not install seals or associated materials over or on wet substrate materials. F. Cease installation of seals under adverse weather conditions, or when temperatures (deck or ambient) are outside the allowable temperature limits. G. Install seals as soon during the Work as substrate temperatures permit. 3.2 NEW WINGED SEAL EXPANSION JOINT SYSTEM INSTALLATION A. Preparation of concrete joint openings: 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. Expansion Joints 079000-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 2. Rout and seal adjacent construction joints or cracks that intersect the a 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 nosooner than 24 hours before seal installation. Contact surfaces shah 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. 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. 2. Splice seal material per manufacturer's instructions to form a continuous 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. 4. Seal elevation shall be installed flush or slightly recessed from nosing/header surface. 5. Cure materials in accordance with manufacturer's recommendations. 3.3 NEW COMPRESSIBLE EXPANSION JOINT SYSTEM INSTALLATION A. Preparation of concrete joint openings: 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. 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 Expansion Joints 079000-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 rainwater runoff. 4. Coordinate sandblasting to avoid damage adjacent to work area. Remove all sand, opening and adjacent floor areas on both complete. B. Seal Installation: M to vehicles on levels below or.. dirt, durst and debris from joint, levels immediately after work is 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. 2. Install manufacturer's approved adhesive or bonder to compression seal and concrete, nosing or metal surfaces which will be in contact. 3. Install seals per manufacturer's installation instructions. 4. Install the seals in continuous lengths with no splices in the horizontal plane of 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. 6. As appropriate, provide heat welds or adhesive at direction changes from horizontal to vertical. Execute welds per manufacturer's requirements. 7. Before installation, test splices with a 150# axial tension load. 8. Seal splices at end conditions as recommended by the manufacturer if those conditions are not shown on the Drawings. 9. Install any supplemental cap seal materials in the same work shift, or no later than the next day if no inclement weather is predicted. 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 Expansion Joints 079000-6 City of Iowa City Parking Garage Maintenance Program 2017 Project o February 21, 2017_, THP#17010.00 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. 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 Expansion Joints 079000-7 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 079200 SEALANTS PART1 GENERAL 1.1 SECTION INCLUDES A. Tee-to-tee/construction joint sealant. B. Crack routing and sealant installation. C. Tooled joint sealant. c <77 D. Cove joint sealant.�T1 $ 1.2 RELATED SECTIONS A. Section 012100 -Allowances. N e' B. Section 012300 -Alternates. C. Section 012900 - Payment Procedures. D. Section 017700 - Closeout Procedures. E. Section 030100 - Concrete Repairs. F. Section 071800 - Vehicular Traffic Membrane. G. Section 321723 - Pavement Markings. 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 N GU City of Iowa City Parking Garage Maintenance z: Program 2017 Project { February 21, 2017 THP #17010.00 iC-) J 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 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. I. Upon completion of the Work and prior to final payment, provide a fully executed warranty. 1.5 QUALITY ASSURANCE A. The sealant installer must be acceptable to the manufacturer. Provide written confirmation that the intended sealant installer is acceptable to the manufacturer. B. The Contractor shall review locations where joint sealant work is specified, and shall submit in writing existing conditions and newly specified details which would cause sealant material to fail. Failure to review existing conditions or identify details or procedures which will cause failure of sealant material to perform as specified, the Contractor shall become responsible for all costs relating to correcting the deficient work, including all direct and indirect costs to the Owner. C. The Contractor's superintendent, or another technically competent employee of the Contractor approved by the Owner and Manufacturer, shall be on site and supervise installation of all sealant on this project. Sealant identified as being 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. Sealants 079200-2 City of Iowa City N 0 Parking Garage Maintenance Program 2017 Projectcz February 21, 2017 THP #17010.00 F. Proof Samples of all sealant materials used on the job site shin W prepare" advance of the work by the Contractor and submitted to the Owner forpLrposes of 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. C. Sealant 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 for maintaining the product 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 adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies. Sealants 079200-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 0 THP #17010.00 0 =n rV1 1.8 SEQUENCING C -J — �'— A. Install sealants after any required concrete repairs. =� n -<'- __J —,, M 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 A. Multi-component, unmodified, polyurethane. Approved products manufacturers include: 1. Sika 2c NS-TG/SL by Sika Corp. 2. Dymeric 240FC by Tremco, Inc. 3. Isoflex 880/881 by Lymtal International. B. 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 location is obtained from the Owner. Alternative use of bond breaker tape in size appropriate for the width of joint and approved for use by the sealant manufacturer will be allowed on a case-by-case basis. Sealants 079200-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 G. For joint edge repairs refer to Specification Section 030100. 2.2 SILICONE SEALANTS m t i A. Approved for horizontal or vertical sealant installations. `�(4u(5 s aril manufacturers include: 1. Dow 795 by Dow Corning, Inc. a. Manufacturer's standard colors. Color to be approved by Owner. .' 2. SilPruf SC2000 by GE, Inc. a. Manufacturer's standard colors. Color to be approved by Owner. 3. Spectrum 800 NS by Tremco Sealant Waterproofing Division. a. Manufacturer's standard colors. Color to be approved by Owner. B. Minimum compression or extension of 50% of the nominal joint width without adhesive or adhesive failure. 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. PART 3 EXECUTIONS 3.1 EXAMINATION A. Prior to the start of work, the Contractor shall review all areas intended to receive the specified work and note conditions or defects that will adversely affect the execution and/or quality of the work. B. 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. Sealants 079200-5 N City of Iowa City Parking Garage Maintenance cin J*i Program 2017 Project Cal February 21, 2017 THP #17010.00 —' �� �n jTj 3.2 GENERAL A. Remove existing sealants in joint cavities and clean surfaces to femovesidue. 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. 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 1-112". E. In areas indicated on the Drawings or otherwise directed by the Owner, remove existing failed and deteriorated sealant, all existing cove sealants and existing sealants to be covered by urethane traffic membrane. F. Reinstall new sealant where existing sealant is removed. Refer to Article 3.3 for new sealant installation requirements in membrane areas and Article 3.4 for repair sealant requirements. 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. 3.3 NEW JOINT SEALANT A. Refer to Article 3.2 for joint cavity preparation requirements. B. Blow down joint cavity and apply primer as recommended by the sealant manufacturer. C. Install backer rod or bond -breaker tape where required. Vary size of backer rod if necessary based on field conditions per Article 2.1.F or Article 2.25. Sealants 079200-6 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 E5 -- D. Install sealant as indicated in details on the Drawings. 4>—j c 3.4 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 3.2. 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. 3.5 MISCELLANEOUS SEALANTS A. Install miscellaneous sealants around drains, pipe penetrations in floors, and elsewhere. Install per Article 3.3 and as indicated on the Drawings. 3.6 "WET SEAL" SEALANT A. General: 1. All materials and sealants shall be installed per the manufacturer's recommendations and requirements. 2. Do not install sealants during inclement weather, or when temperatures (ambient and surface) are beyond the manufacturer's recommendations. 3. Just prior to new primer/sealant installation, vacuum joint to remove all dust, dirt and debris. Complete vacuuming of all joint cavities within 24 hours of the start of primer/sealant installation. 4. Where primer is specified to be installed, mask all exposed, adjoining surfaces to prevent staining or discoloration of surface. B. Cap Bead 1. Remove existing sealants and residue. 2. Clean surfaces to be in contact with new sealant installation. 3. Install sealant into joint per manufacturer's recommendations. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. 4. Tool sealant in a continuous smooth surface without lap marks and air bubbles. Sealant installation shall be neat and clean. Sealants 079200-7 City of Iowa City Parking Garage Maintenance o Program 2017 Projecty February 21, 2017 t? rri I THP #17010.00 1'—+ CO C7 C. Isolation/Control Joint --i7 1. Prime all joints with primer as recommended by manufacturer unless priming is detrimental to the performance of the sealant as stated in writing by the sealant manufacturer. 2. After primer has cured per manufacturer's recommendations, install backer rod in joint cavity. Size backer rod to be in minimum 25% compression, maximum 50% compression when installed. 3. Install backer rod to maintain a 2:1 width to depth ratio of sealant. Minimum and maximum depth of sealant shall be per the sealant manufacturer's recommendations. 4. Install sealant into joint per manufacturer's recommendations. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. 5. Tool sealant slightly concave in a continuous smooth surface without lap marks and air bubbles. Edges of sealant to be flush with exposed surface of concrete, masonry, or other substrate — or how indicated on the Drawings. D. Bridge Joint 1. Prime all surfaces with primer as recommended by manufacturer unless priming is detrimental to the performance of the sealant as stated in writing by the sealant manufacturer. 2. Provide appropriate bond break tape as recommended by sealant Manufacturer. 3. Install 1/8" thick foam tape along edges of new bridge joint sealant. The bridge joint shall have a minimum of 5/16" bond on each side of the bond break tape. Ensure tape is perpendicular and plumb/level. Do not haphazardly install tape. Must be neat/straight installation. 4. Install sealant into form created by foam tape. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. 5. Tool sealant near flat with top of foam tape in a continuous smooth surface without lap marks and air bubbles. 6. After initial set, remove foam tape and discard. Do not damage newly installed silicone during removal. 3.7 CLEAN-UP A. During the progress of the Work, remove from the project all discarded coating materials, rubbish, cans and rags. Sealants 079200-8 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 B. All sealant material adjacent floor areas, orderly condition. �J and drops shall be completely remov6di"Tmrrr �Nardware, metal work, etc., and the premises shall be teft clean a0d 'in 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 Urein. 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 Sealants 079200-9 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 DIVISION 9 — FINISHES o SECTION 092116 6 GYPSUM BOARD ASSEMBLIES rn Gr PART1 GENERAL � 1.1 SECTION INCLUDES A. All labor, material, equipment, special tools and services for the repair of existing gypsum board assemblies including but not limited to: 1. Removal of existing gypsum board assemblies where indicated on Drawings. 2. New gypsum board assemblies where indicated on the Drawings. 1.2 RELATED SECTIONS A. Section 055000 — Miscellaneous Metals. B. Section 099100— Painting. 1.3 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM C840 — Standard Specification for Application and Finishing of Gypsum Wallboard. 2. ASTM C1002 — Stand Specification for Steel Self -Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs. 3. ASTM C1047 — Standard Specification for Accessories for Gypsum Wallboard and Gypsum Veneer Base. 4. ASTM C1396 — Standard Specification for Gypsum Board. 5. ASTM D3273 — Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in and Environmental Chamber. 6. ASTM E84 — Standard Test Method for Surface Burning Characteristics of Building Materials. 1.4 DEFINITIONS A. Gypsum Board Construction Terminology: Refer to ASTM C11 for definitions of Gypsum Board Assemblies 092116-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 terms for gypsum board assemblies not defined in this Section or in other referenced standards. 1.5 SUBMITTALS A. Manufacturer's technical information for all manufactured products. 1.6 QUALITY ASSURANCE A. Notify the Owner in writing of all anticipated problems in the repair and replacement of the specified areas. B. Calculate structural characteristics of cold -formed metal framing according to AISI's "Specification for the Design of Cold -Formed Steel Structural Merribers 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original packages, containers, and bundles bearing brand name and identification of manufacturer or supplier. B. Store materials inside cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. Stack gypsum panels flat on leveled supports off the ground to prevent sagging. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent for environmental conditions, room temperatures, and ventilation. B. Starting of work will be construed as Contractor's acceptance of surfaces and conditions. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Gypsum Board Related Products: a. G -P Gypsum Corp. b. Lafarge Gypsum Products. c. National Gypsum Company. Gypsum Board Assemblies 092116-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 d. United States Gypsum Co. 2. Thermal Insulation products: a. Certain Teed Corporation. b. Johns Manville. c. Owens Corning. 2.2 INTERIOR GYPSUM WALLBOARD A. Panel Size: Provide in maximum lengths and widths available that will minimize joints in each area and correspond with support system indicated. B. Moisture Resistant Gypsum Board: ASTM C 1396. 1. Basis of Design: ToughRock Mold -Guard by Georgia-Pacific. a. Thickness: 1/2" thick b. Long Edges: Tapered. 2.3 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum coated steel sheet or rolled zinc. 2. Shapes: a. Cornerbead: Use at outside corners. b. LC -Bead: J Shaped; exposed long flange receives joint compound; use at exposed panel edges. 2.4 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 840. B. Joint Tape: 1. Interior Gypsum Wallboard: Paper. C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Pre -filling: At open joints and damaged surface areas, use setting type taping compound. Gypsum Board Assemblies 092116-3 N n �� J rn -n _t c-> -G( i P i "D A. Panel Size: Provide in maximum lengths and widths available that will minimize joints in each area and correspond with support system indicated. B. Moisture Resistant Gypsum Board: ASTM C 1396. 1. Basis of Design: ToughRock Mold -Guard by Georgia-Pacific. a. Thickness: 1/2" thick b. Long Edges: Tapered. 2.3 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum coated steel sheet or rolled zinc. 2. Shapes: a. Cornerbead: Use at outside corners. b. LC -Bead: J Shaped; exposed long flange receives joint compound; use at exposed panel edges. 2.4 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 840. B. Joint Tape: 1. Interior Gypsum Wallboard: Paper. C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Pre -filling: At open joints and damaged surface areas, use setting type taping compound. Gypsum Board Assemblies 092116-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 2. Embedding and First Coat: For embedding tape and first coat on joint, fasteners, and trim flanges, use setting type taping compound. a. Use setting type compound for installing paper faced metal trim accessories. 3. Fill Coat: For second, use drying type, all purpose compound. 4. Finish Coat: For third coat, use drying type, all purpose compound. ti 2.5 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with refers g6ad in'stallati�� standards and manufacturer's written recommendations. —' B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated.ri�' 1� C. Blocking: Exterior -grade treated lumber. PART 3 EXECUTION v 3.1 EXAMINATION A. Examine areas and conditions that work of this section is to be performed. Notify the Construction Manager of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Applicator. 3.2 PROTECTION A. Provide adequate protection of all surrounding surfaces from damage due to preparation, installation and finishing procedures. Repair damage at no cost to the Owner. B. Prior to the start of work, provide the necessary protection to contain all dust, dirt, debris within work area. Do not allow to migrate into building interior spaces. Protect finish surfaces such as windows, wall fabrics, carpets, furnishing, lighting, louvers, and all other finish surfaces. Erect barriers so as not to damage existing finishes and surfaces. 3.3 GENERAL A. All materials shall be installed per the manufacturer's recommendations and requirements. 3.4 EXISTING GYPSUM BOARD REMOVAL A. As noted on Drawings, remove gypsum board by cutting around area to the depth of the existing gypsum board. Replacement of gypsum board to extend to the Gypsum Board Assemblies 092116-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 nearest support to match existing. B. Removal area to be rectangular with 90 degree corners. C. Remove gypsum board and associated anchors. Do not supports during removal. 3.5 INSTALLATION OF NEW GYPSUM BOARDS N O -c damage existing A. Install gypsum boards face side out. Butt boards together for a light contact at edges and ends with not more than a 1/16 inch open space between boards. Do not force into position. B. Locate edges and joints over supports. C. Fit boards around existing items to remain. D. Attach gypsum boards to framing at openings and cutouts. E. Attach gypsum boards to steel supports so leading edge or end of each board is attached to open (unsupported) edges of supports first. F. Space fasteners in gypsum boards as indicated on the Drawings. G. Install edge trim where gypsum boards terminate at openings and tops of walls. 3.6 FINISHING OF GYPSUM BOARD BOARDS A. Finish gypsum board boards in compliance with ASTM C840. B. Treat gypsum board joints, interior angles, edge trim, penetrations, fastener heads, and surface defects as required to prepare gypsum board surface for painting. Promptly remove residual joint compound from adjacent surfaces and finishes. C. Embed tape and apply separate first, fill and finish coats of joint compound to joint tape, fasteners and trim flanges at board surface that will be exposed to view. D. Feather joint compound at joints between existing and new gypsum boards to provide a smooth and flat transition. E. Install new board with square edge against existing gypsum board. 3.7 CLEANING A. At the end of each work shift, remove all empty containers from the job site. B. Clean splatters, finishing compound and dust from surrounding surface. Gypsum Board Assemblies 092116-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 C. Touch-up completed surfaces to conceal nicks and damage to gypsum boards. D. After completion of surface finishing, vacuum all surfaces to remove all existing debris and dust from the building interior affected by the work. END OF SECTION Gypsum Board Assemblies 092116-6 N 0 o J rn 71 0 fJ Gypsum Board Assemblies 092116-6 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 N DIVISION 9 — FINISHES nr SECTION 099100 un ren PAINTING PART 1 GENERAL 7.7_ 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 existing steel painted surfaces of stairs and railing as indicated on the Drawings. b. Surface preparation, priming, and painting of new gypsum board as indicated on drawings. c. Temporary protection of doors, windows, roof areas, and interior spaces during construction. Refer to Specification Section 015600. d. Provide access to work area for Owner representative or Engineer. B. Related Sections: 1. Section 015600 — Barriers. 2. Section 055000 — Miscellaneous Metals. 3. Section 092116 — Gypsum Board Assemblies. C. Alternates: 1. Add Alternate No. 1A — Chauncey Swan Garage, NW stair tower interior finish work efforts. 2. Add Alternate No. 1B — Chauncey Swan Garage, SW stair tower interior finish work efforts. 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. Painting 099100- 1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 C. Structural Steel Painting Council (SSPC): SSPC-SP 2 - Hand Tool CleaMng. _n D. Structural Steel Painting Council (SSPC): SSPC-SP 3 - Power Tool Clasping. 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. B. Submit complete line of manufacturer's color samples for each product. C. Letter of approval per Paragraph 1.5.A. D. Prior project experience per Paragraph 1.5.13. E. Name and resume of persons per Paragraph 1.5.C. F. Manufacturer's sample warranty. 1.5 QUALITY ASSURANCE A. The contractor shall be a certified installer by the manufacturer. B. 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: Painting 099100-2 City of Iowa City Parking Garage Maintenance Program 2017 Project v February 21, 2017 rn THP #17010.00 co 1. Comply with applicable laws, ordinances, and the Local Building Code. 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. 4. Manufacturer's name. 5. Contents by volume, for major pigment and vehicle constituents. 6. Thinning instructions. 7. Application instructions. 8. Color name and number. B. Storage and Protection: 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 Painting 099100-3 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 c ? m A. Place coating or solvent soaked rags, waste, or other materials which might 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 SEQUENCE A. Prior to beginning coating preparation complete all gypsum board finish work, and concrete and sealant repairs including curing periods. 1.9 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. PART2 PRODUCTS 2.1 MANUFACTURERS A. Sherwin Williams. B. Tnemec Company. C. ICI Paints. Painting 099100-4 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 o n m 2.2 MATERIALS �-t T7 A. No lead-based products are permitted. tTt s B. Use no thinners other than those specified by manufacturer._ Cd 1%) 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. 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. 2. All biological growth must be removed prior to coating. 3. All efflorescence, lime run, and surface contaminants should be removed prior to application of new coating. 4. If 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. Previously Coated Steel Stair: materials and procedures are listed in order of process/application. Apply per manufacturers recommendations. 1. 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. Painting 099100-5 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 2. Approved manufacturer's systems: a. Sherwin Williams (Basis of Design): 1) Primer: One (1) Coat Macropoxy 646 - 4.0 to 6.0 mils DFT. 2) Polyurethane Finish Coat: Two (2) Coats: Hi Solids Polyurethane — 2.0 to 4.0 mils DFT. 3) Color, texture and sheen as selected by Owner. b. Tnemec: c. ICI Paints: C. Gypsum Board: materials and procedures are listed in order of process/application. Apply per manufacturers recommendations. 1. Surface Preparation: a. Perform preparation and cleaning procedures in accordance with paint manufacturer's instructions unless otherwise specified. b. Remove all surface contamination such as loose paint, dirt, dust and foreign matter, surface rust and scale from surfaces to be painted. 2. Approved manufacturer's systems: a. Sherwin Williams (Basis of Design): 1) Primer: (1) coat Harmony Interior Latex Primer (1.3 mils dry film thickness). 2) Top Coat: (2) coats Harmony Interior Latex Flat (1.7 mils dry film thickness per coat). 3) Color, texture and sheen as selected by Owner. b. Tnemec: c. ICI Paints: 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. Painting 099100-6 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 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 -n A. Protection ? t 1. Provide adequate protection of all surrounding surfaces7 not intended to receive coating from damage due to preparation, cleaning or coating procedures. Repair damage at no cost to the Owner. 2. Program coating so that construction dirt, dust, and debris will no;Jall onto wet, newly coated surfaces. -- 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. 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 surfaces. Following completion of coating of each space or area, reinstall removed items. 4. Do not field coat the following work: Painting 099100-7 City of Iowa City Parking Garage Maintenance SE Program 2017 Project T February 21, 2017 - ca �.� 71 THP #17010.00 a. Sealant Joints fr— ;- -� rTI 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 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 into material. Remove film and, if necessary, strain material before using. Continuously agitate zinc -rich primers. 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, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 3. Generally, coating surfaces behind movable equipment same as similar exposed surfaces. Coating surfaces behind permanently -fixed equipment or furniture with prime coat only before final installation of equipment. 4. Do not coat over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to formation of a durable coating film. B. Scheduling Coating: All caulking and sealants shall be in place and thoroughly cured prior to Painting 099100-8 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 application of coatings. Apply first -coat material to surfaces that otherwise prepared for coating as soon before subsequent surface deterioration. have been cleaned, pretreated, or as practicable after preparation and 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. 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: 1. Apply prime coat of materials where required to be coated or finished, and which has not been prime coated by others. 2. Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn -through or other defects due to insufficient sealing. 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. C. After completion of surface preparation in a work area, sweep and/or vacuum all surfaces to remove all existing paint debris, paint dust and paint chips from the work area and dispose of legally off-site. END OF SECTION Painting 099100-9 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 N O DIVISION 32 - SITE WORK - l SECTION 321723 rn �r l PAVEMENT MARKINGS PART 1 GENERALt' C-1 1.1 SECTION INCLUDES cv A. Line striping. - B. Directional arrows and text. C. Curb paint. 1.2 RELATED SECTIONS A. Section 012300 - Alternates. B. Section 017700 - Closeout Procedures. C. Section 030100 - Concrete Repairs. D. Section 071800 - Vehicular Traffic Membrane. E. Section 079200 - Sealants. 1.3 SUBMITTALS A. Manufacturer product data sheets. B. Manufacturer produced written verifications per Article 1.4. 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. Pavement Markings 321723-1 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 1. Paint shall be applied within 36 hours of completion of membrane top coat in 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. Pavement Markings 321723-2 E. Storage areas shall be heated or cooled as required maintaining the temperatures within the range recommended by the manufacturer. 1.6 WARRANTY A. The Contractor shall warrant the pavement marking media from chipping and peeling for a period of two years. PART2 PRODUCTS 2.1 MATERIALS — PAINT A. Acrylithane HS2 by Neogard.=T'^ Cc B. Isoflex 630 by Lymtal International. rn C. Color to be selected by the Owner. PART 3 EXECUTIONS N J 3.1 EXAMINATION A. 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 completion of the Work specified in this Section. 3.2 APPLICATION A. New Pavement Markings: 1. Paint shall be applied within 36 hours of completion of membrane top coat in 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. Pavement Markings 321723-2 City of Iowa City Parking Garage Maintenance Program 2017 Project February 21, 2017 THP #17010.00 7. New pavement markings shall line up with existing markings on vertical surfaces; otherwise, Contractor shall remove and replace markings on vertical surfaces. 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 Pavement Markings 321723-3 FAA '13.112.1 ANAA CITY OF IOWA CITY SEAL PARKING GARAGE MAINTENANCE PROGRAM VICINITY MAP: Downtown Iowa City All ?�� -ASAVE\ I ffQ SAW moon. Rna JIII !�9hiY'_I� g� � ny EIW EE 2017 PROJECT IOWA CITY, IOWA PREPARED BY'. DRAWING INDEX: GENERAL NOTES: S[OI nnE JXEET offs ECL° WR1p11E SIFFE,-YN19MOFlAN 1 ALL .1 SNLLL S.I.E. TILE SO. 0.0.E1NDME. CTNE L�OYDSpWF . ALL DR49. S.R A. NOTES OR "A V.. AXEVIaEaaaJ11RR 9LPE"VEN[. N1""A" ND N1 D91MRE°IAPP.EMS. [JWJE STLATFRS ELSEwIEFE.111 NOTES OTlE� M s1Lp py1g11E STREET. IST TIER nCCR%µ s1El VVEIIpF STREET .TIER[LCOA TAX z IT IS THE RE9Po1L4PAl11Yo[MECMPnRLToaroNRLr RnxNt/J9 rf0.E L Dowr SCALE W.Xa1('d s1N W21gIE srREEr.9RD lERaWn TAMCIR,CVAMYSIMEANDFEDEMLI K LAS� IIGLUSAGrOSLWTOW1WETr a1.1 0KA91KRAESTREET [TInER IT. RAN AroXENETAETI NOI ARD REGULATING ADOPTED PIASWNInIEREIG. ATFL SOVO1a.E ETRE ET. STI TIER 1. RAN PROJECT4Ml.LL 6 31% pM1ALE STREET R1 TIER FL. RAN 31 All p1911q;STREET -TT1 nM TOCII RAN l THE ENGINEER SHALL OBTAIN HE BULDIN° PERMIT. L AEBMATELY SOLVE UANWL DAR C RPAVMY A II, FAP NL O FARE Igo' S ASME., W[MFP SAFE." NO "T.A.MRURGM MOtlFTGN /¢ 5110 fMICl.T111EET�TYRGL4TCOR %/.X IMAK LOXIIA DNT,AMpEBA9COXAq AXO "E10V4 AM REW0.EMEM9µE0CLAEDMiH GRO'ECTMIN.YL [lFM1YCP4Wff0 8C 9111 CYIT0.STREET� RIELEAll.RAN YER%WY0 M YC1bNC LONL]TEM MIN AEOIN"Y[CG➢RO S1M CW.VNCEY SYAN.TOni13 RdMRAX n ALL 9G PEpLgEOTO CIFA4LYE9rP&13Y THE WCP"pAUEAI 1 RE]TTLIED AMpIFIMIFEOTM PRIC. HL ECMLWIEE RIOFESWMWLv CdRIRULIM YKJAGiMX6rINRFgIVAR COATPKl°"RiOTxIY ESSAA RIE[M µLPEOYRPEXMCf TXapµEGTLa1fDxM MO£<i p pPEPMES BY ITT GLEN, AREA.. TO THE REARNE"FM PEY A MAmIK SN Wl1ECE9W1LYhL40EDpXgUWMl S1% }OILER VIAE: gIgXW L. 1. MX nWACCE 1131 ToxER xAR.rvpMK LEKa3JTmlVlwx a15F TOWER VASE -LEVEL E FLOOR Rµ Ar MEA9ESI IS WFLY 0.E"pV1E I [wF3W[LL SIG F EAS AV STAIR IECFEVW MT. L°AOSNAISIS[RR ^ PFDEFIPSµ Ab Y£PCAM IPXRLAApAO NPF APFAI (KLESVAY iAWpf DRAXN BV: S. EASrD0.IECEVEREET...El.. REVAR xrARJ rMFFC SONTP0. F£REGIIEL 1 LCNIPKTM A'WL[RUC( I REAYR a IEC 11.11. pPORLT TIE ]PAwc VCTf.SIq[... ALELL S.'A FFE.IERIMFASLTES MFEA GA $CiµM2 LOEWUY NIWSI3 S PR°NEENE. .1ANNDILE tAMP0.SE L. EJI NET EgMKNI xC IM16oroETYC. SN:S011A PcoNSAI'ORI ME.1M SYO GVRQ STREET�JOMlRESi $TNR EfCTON ETC.[A.AND D EVT FEET WO XORI0.EWA9M11MTIEEMRµFA OCE]WLS[CgE SITAR NMkIDPG.TNEIMq.y[ERIE'S,9LPUP1 NU9pNJM 'OR CPNE9 EIC, CA H9IVH AXO RAXJ ALINE NTAOAS µDMaMr TVFIWAVWl9°P CXE01➢ Si'. E]IO fIMUMCEY SWAH.WRTIVIESL EigIR 9ECTgN Mow>xsrlE q]EPxreLP:. x A..AcroR. AT IHm FLOP I.PEuq sHULEIrwcE pP"ERrpLwEED AS YMFASLPFa PCLAAAR R.W.WiImI AW MNJ l SE TO BEAR CE,7 TO P� PASINTINS ELSE AREA EECCC.SNAN NRESS SSAREAI.ExHERNOMWRYPoLI ONALECATNRNH ron4 T Elll C UMZYEWAN.NSATHw F STNX SECtICAS ARSOPNEmC.T,AI00RY1IDXYTMALNN]IYTrE AVENTE AVS.NSyFEIILM]fG SITE .1 E.. 91MLL AST MLVq xE "NA"OPE AET411E. "t S1µ CONERETE AAO STEEL REPAIR OF TALCS ] NAAARL" ALL.. OFF VAT x A 413FU WNEA CCMIPACTMSWLBIR4ANSFYO APED} 1. 0Y 1AWy11LLEE."OIELY RF]µME1EFOR AT..ALCPM ARAM, RETMO]. TECIN]LES. Y S.E.E. `"II la®1 WI CQ[OFTN. }TEFL REPAIR OETAh9 ASE MO"DL9.E6 ASCD sE7. EA.SR", 1-1 GEr.xE A MACCSI.1 MLN HENE.11111!0. EEASIFOTTn. a. CITY OF IOWA CITY SNATINATOR RE, A AMM4 SOt. ACLE LMgIW]CE 5@A MEMWJE DETAA.S 1 o]MMCIMLWLFIMNM ALL LARVAL wPMVANE FO .EU TIE M VIE IWLVLWi SAFET Of ALL PER INNM Eµ1 "rtN.OETALS TIES ROfGSIRE11E11 ]COI E ISTALTIE SEESEMgEAMY" M µ M Wq PERESS-1 O FTHE FLOPS TILSREcunEl .. APPLI .oMINWInLY AND DR.AWgEM Wl. NGT 9EINIE°'D WPRN W,""a�MDPa Parking Garage E CCMIR^R°RYWINRiImlmnxAa FER1aIDro^*'1[VR"'A" L TEE NETTEE EXVfF"ro IAWFIGOIBTMLC"D'IPMM Of SLATTACNR'R Maintenance Program $L 7W OFSMPDRAw NGSANOFn nNGn WMK.IFMELAIIIEEPMT TRFEHM E IS NOT NTENRDroNCwR REVIEW OF ADEOIVLYDE ANYNWFEPAMIESTOTHENGNEER LDMRALTOR9 SAFE" MEAVALS X. DX DR REAR ITS 1PIICIIM SIR. 2017 Projekt DRAmuD nnE TILE SHEET CONCRETE PHASE 1 PLAN NO SCALE MEMBRANE PHASE 1 PLAN E,EEA- CONCRETE PHASE 2 PLAN NO SCALE MEMBRANE PHASE 2 PLAN No SCAIe GENERAL NOTES: RCCEUM IXMO q WWRNNCCMIRK BINNEI ENnWEDBNM1 REAHJMMIT1E0 wORF Cl09.'IFTLECWAONtiEOMPbINCEYWIN MYNND BENEN BNML M CO FtffT FNFEEEERT.N LI.YLTGMR11Pl BEFERT I. REFaREDsr+NCE DIRscnrvc MNL VAmoxssNELrmxouBNORNOIxmwpRr. PREA4 REFmrovEnFtcanonsecTDx ,,YMIDE rauMwalet Ot56W. IW EW EpEW Sten @ CNN.—... I T. 11 RDP1EcoxnwsWEPCi ..EN NORDCEM vPIPAUDSGDIREn EKSEYMpR gAasxEOVEDTDvFQlFTTKD ND EYFc 51Vx<I. ,Fn,axMRESrnCTAMESaxcEuMMxMmYBLM.E RTDEPELP t2®00.Q1 .w.gDB.w,, sEcnwuson000wDON6DauwcuOaDMNwLWRWEWMMDwRwEDINADVaW oWHR, cRnaAcloR SlwLFwwr cRRERwaELowwrex RVELpNmDPNMSYRDRNT. • MINMLN.DxrvE wsLE'"DIN=Ra MINMW EEDESiRW1WPLY.AW MfiE=fY • CLEPN NEAT, LEDBIE ERRE%KHVLYAIEEPNmgC PDATEDNOMNMfWEDPT011 INS nuts svmiat rs lnrin • {ff HINORWC{1,RpyR1ATLH EEECEypq(EPLg4iPNCE N9UF£ICIEMLY 9LNVRffEN2SWRMVf YJTXIG L C CMOFMTORy Mp ,M NEIMSNAY, AL ENEIRG BLINDING FFAMES TO REWN CO NOT NMPEE PMRWM: EGR .L REFNR Wi RFgXE PINMEB, TONES AB P REEIILT OF DMOECWIE M RWRRFA NMTFC TO Mn R/ OF IXIIEP. 9QWOPEWw ; ee D. "ME REOLIREO, COPE M WPx DINNER NO N MSE NMS SO TNT NO TM NANCBR ITNR TONERS ME CLIMBED AT ANY RPN] P. iN1E DUNIG TFE EAPECi. REEEx TO SMU.N YCTOx ol1. E PRORCTrLOC11DRVGFRCM pANp(iaroOEBPIBDLWNGYKAX. RMTDREENMORVNINONM,MDN77EL MEMTV ._ ' FUIYFIPCTKKFINT.. AFTEREPCx.NK WY. to EOR A.L.10Y.S.E.E.D.LEDnw NINFONEPWaNLE SrowIERMO ExC#IEERPU WMVE arD .J i PS9%NTEDIMRECFLMTDMDFRMR McY0I BEINIERRUTEDFRWNDFOar LnRO IWMFN..AUL PHASING NOTES: ❑ A .WEPFgI CONCRER OR .1. REPNPS FPOMERIBRFOMfB PN) BONME IN OCLVRLWCE WDNGEI. NOMB NOPERrva111M9. 0 BLOL%PP MIN REMNC£R Of MR M IIOGTEDAND MUM M NEEDED FRi FPRFA DME INEiFOFFN MOUND WORK .. ND... C. OLOLN PMXINO MD DONE INEB BELOW WORK AREA ON A ONLY BONE ONLY IN REQUIRED FOR CCNEWME CWWW A•D REPNR ICIMPEE. PAIW MP E S MD TIME LMES NOT PFFECi D By ONLY WD ME TO REWN O4 M ALL TNB aLL AREAS BELOW WOM MIA ME TO BE REOPENED AT THE END OF EACR EWR. D. PBONIMO WaWNNVEDFS EPTT EBO WWlLN MREWREDTOMMRLYWRYADORERVEHLYEO ASWNDWWOAFA9 E PRJACEGPRFRLEBND&61LM£Ri TNRTCNERIHIEWOR0N0.OLKADRF[NECTRRSIPIW 1PIFi1QAMMONMX WFAS NJTEI£YF1CLaBI.WFB Pi CHfPAOF EGREEBTOBFIA TDXER F. aTC " ENIPNCENEEMINEB.WNENEAPr1F NNwpEPCgTMNLR ABREWREDTOM N7MULEQT OEBTFIMCEAND EMIANEATALTNB CO:flRUTERS WFCRWGMOO.NRMTOEMRVICEhSRLOGIEWWRN ABN RAMMWM R M9 WEEKBINLMPHCE PHASING LEGEND: _� NLPRAEA IDTRVFC. _ Yj , � vilnsrxalx¢wrcENrronwu uua _ � K9LYAlFT L09TPNU1K3 ¢1dINgU OAEA ICR1CREiE PEPNPBRAYI. CITY OF IOWA CITY Parking Garage Maintenance Program 2017 Project IDxa GUBUGNE STREET PNgSING PIAN far TIER Tw- P. NWJINXLVMMI%MSUJpBB1PI.A�Y£tarC 011 WIY#FxrRNFFSFM9PNP9, sOFF'O" as. ealOGEs. PHONaLL �FLOOR PLAN EMPAXBES E 1Ep IH RI OWNER,PR REWRINp MRn4TLIWF LEGEND: siW Ine=VV untied ln, 4111111111111111 E.I. FI,b. NORTH n pFq$EWORx rC4ccoxMJOPIEcoMIWI.Wa1WF241RCUAlIJII ERER&FREFMDPFYF4H aaESS LY O -';n TRE n EffiIIwoRFA ROLAWWN I. I PROWERIY. RICK wY RmTUm ACCESS bS NESE.I"IMEASCIXR1YHOWWCPRaPFPS RErterovW4M DMmw _._,__,_„ FwmxD4REcemrtEmEMRELmr BRIOMD SPECIFrcATpX YC1pN5011W"01FW. FRFWW1MCFY( DWwlx IAEA5s MPENEwEDAIID .�, .,, ,,:,�,,, ,,..� ANROVECIN4WNCEYIOWE0. RNJI0.Wr1NS'W1FCLL01YCPIIERNBpGW W1EXpEVELCFINGF WXi FIAN. MIM CPNENSIE mom-lzL' EV9TIIG«FJII011 cMwwan PmESIR1wWAumcFIONWR LNEVJ,Wwr, 1FwMF PR«EsswwwrWF4RFPARm SYHNGEFE91fp Mpl]RrrtrRlEn ArRUTwm IFF . ...-...- EYRTXCIF£.1PIEE AIm EYISTNGEWPNEKN MMM EYlH11NGCDNCRETERPB EYA4TNGMFlIf1U1E 5Y61EM OWIF%GVRIFDFMM ISOMETRIC GENERAL NOTES: Tw- P. NWJINXLVMMI%MSUJpBB1PI.A�Y£tarC 011 WIY#FxrRNFFSFM9PNP9, sOFF'O" as. ealOGEs. PHONaLL EMPAXBES E 1Ep IH RI OWNER,PR REWRINp MRn4TLIWF Parking Garage I F RYTHW OOHM IFIPRC(E RCTIFFN ppEpP0.meIGNPC£PRECTNGMllLPP1R(MIB9PFBYIMpIVIp(IF«Mp WpU OAFA NEFERrO SFECIFICPTCNSEcrYM OW untied ln, 'h YEr-'6YtFJNIF�Fi MlnE=„14`LJP.AN9pJ[wAWEV.SNIfCP.XTENN1Ea NJ Ub1p 16 )X Ffi EFFORi4. PE;FFtO FI,b. T. XYFE[tlFEC4FPNFfiMRV1E:1+)!Fa nlgL(RIRT WRWWJI':, FEPAtPNY65L¢S iC OW1Etrt KM11Y.0. n pFq$EWORx rC4ccoxMJOPIEcoMIWI.Wa1WF241RCUAlIJII ERER&FREFMDPFYF4H aaESS LY O -';n TRE PREPARECSKNtFCIRECTNGrRWFI WELYrIW ORMCUMWORXARFS AFR WREDTOPFQMCTOPOCYWPND I. I PROWERIY. RICK wY RmTUm ACCESS bS NESE.I"IMEASCIXR1YHOWWCPRaPFPS RErterovW4M DMmw .m�+nrLJ^mI BRIOMD SPECIFrcATpX YC1pN5011W"01FW. FRFWW1MCFY( DWwlx IAEA5s MPENEwEDAIID .�, .,, ,,:,�,,, ,,..� ANROVECIN4WNCEYIOWE0. RNJI0.Wr1NS'W1FCLL01YCPIIERNBpGW W1EXpEVELCFINGF WXi FIAN. MIM CPNENSIE mom-lzL' cMwwan PmESIR1wWAumcFIONWR LNEVJ,Wwr, 1FwMF PR«EsswwwrWF4RFPARm SYHNGEFE91fp Mpl]RrrtrRlEn ArRUTwm IFF . Wn'MCHORANSE cwumucrAx mMe. slwmRt AiasrucFroaWRCErmrawaRr FExcEs mm�rtsuun u L. WI iFpTFEa io REW1M WNJr M1MCE CMPWPtlI .FEFILA.m.PBNmEssORY.AMF..RVIIMIC vwuasv4a«RERPCE pbweprtnluRESLASAusuLTaF wnaurtpRFeWaEa FRoIEeeIONTOSAnsFernoxaF SHATLYEIM arNLn DE. I.M1EwITI.M TPMiTNQ]ETMAIANDDNNCEXMHSgIMPiMIXlFEMP6IIOAEF0.C®M B11]M OrI0 151, OPHX48EECWMORR1X4 TWDUIX fIF0<Ci RUMTOEFECW`OPT MED AAi r NHFMWYUOWGNP. IUHLfFNXEOMOCONgIRXRFWHtOPFMY FOWMKWS,MScADMA DIN➢EBYOWXRAGERNMD A I FTEO IIWFIC ROYI iO MD FRCN PN MY ONLY BE PRERFUFIM FPCN MJIOAY TA0.O1>ID M MDAY, WITH &I O KEY NOTES: Q .e. REcrxuARF. -wso PBaa.'YM Imuveesr nve- _ats_.mHrowx: ot:RFTF. wnFwnwcArcYWProw NIi O Fv FY.N.E94.sI IF iOL}TAIV I, �.MU1IM CPAwekrSiW.t E.[K'l CXt+tiE PC4FIEHyGMK I£!YN%v`14p4PY(S F.bX :FY. IIIIRNJG TIII. FFONN1 Cp MNEI 111 ENC WO T ONPCFBR.11, WOW.? WP kYtFBG.REPWP RP W:EMTENC4N5WMEHE CYTE. FN IT1.. OM F£F G_iNLaplJ(i+P'RY#i'1 .4Sb'URMCTIEPFS4FS v IIP1AtGi01EMR)N9CR.WH4.ATpIY A50Wrf14CCXA1MEbYaY2rEW4L N58 LWRL'FVC9FR6YINECY61J414YJAXCF. I TOUFY .110 T.WI..IIFT1,11.I Ni Cr PIE IFTO. EREPNF4.MF .1 %1.1 EAR 11110 EHI. LI F1 TFA'11, XITFWYI E S ITEM, m1EFE1NRGTEC 1IEFO'A 1IOT?15 R' 6E WEMIWM'f.FP wRHYW110 nN BT 3111IVE I AITFI. TF 11110 I'1FTA C A IA SP(1➢N'V90 oFxry mn+Fuarn EW111n E veemAu+F' O.F.'f'in?w�e" Jv�E4MTMSi UipNOVEfi C(INCF TP ETP tOSP=G T( a'1ONo1'l9u i#IE.YI RAIN OITTAHO.1 11FTY111fc 4 I IWIImll. -AI I.11 C 1W00tK6XIrJL(Cf :YP'Y.,Jn l,.i>.(PMEF... trEifi R�ESP�'-gL. YAGA:GNISPoF.:F4'Ml'?�J%QIKIYc MOUM91Tn*a'TlC d2N 'FEKAYcFm ..]FEct Mn`c+w'ti✓'sJ. 1. _.„p.i sn wsYRw vc.T. F ?.z�^.. E<FEC YI'ETMIHIWIIt3MN-RLP'XMBFl dt tp£FRDYM I"€ERp-0Rn6 +ERn"--vu=:. ...CATK IRrFNF JnL£..cY NMYTE n___ - P6-1T<EclfnCv if 9H4'�^c t - R 11vEClill. RM3 .J+iS An pLrt: cF'L'.9 '.1. In I'll PP4NCKK1.AiM RE11ACEMEHi, SIWVEY@R:xCJr FCROERPlE4ARW NTIPY EMi1'cERA1S P.PWR.L^ IOOR1U11FI1Nll'FPM.k6P 1 RINlIM1.1OCNCFAWIIq&W1. M YFWTGV'E�PM19M11 AM Rt.RME4SM AWVEY WTA,NgR ECR RYMRE ELCCRON I TYOWF. 1.111, El0.AHCET IIID IRFP4i1A:N4'41}),EMX CFXRryIApE'O115a PE P!RRPf. gRE!TFLMAIMff 4&0.WY1iRW IVSiS LLSIIY�F}p54R(`-01'CIE CABHALLCWAMF *N.vFI tJFfi3[ ECP[NMC#DwRY#G FXPWF�x"31 SMAeRI M`ANG, NHFIIML(MAIXW PMCLWnITI WPXFNGINEER .+J FAF1'HiN RYPri+APr.H.AYV11K 96��PFi.pµSJNPOMPRPE9[W.9 PFF3fip1@YPN.I^NC pMWifiYO. ,IT PPE1,FH'I H,CE11 IT. 1T P}WIPIpROP O1NEA LQ"1RI111A FTI r F_•.'L'_C ^SPM aT"HP M2lTt HEkSiCa,}I t - .-rEO CNiIWiEP1EE R0.S.6 PERSMINI C - 4tE Lt. H3 TBM £D.i1Nr3 I-FHT.If 1T1.FODP71AI1, .E.ThSE rI Te11 AIYFIFk, 111-1^ 11_S l Y n.^_IHI _ [AEREOOIIFYHT UVEA II .3tB%.111 .1WEM. A, 11 RHOlt CE FY 1v15 E- JIFT FY FNS 1111LLS£PLEVFMPL C�LTFFHS^ER AN9LIXJAlKTPRKL 110.JPV fF�C"P. tCGR A€ IC.1 [a+A%IYn.VA= le ATSUBONOMDELNEE CCWR TC TC*kL G4RAOETOV6W LYm CIXCPERBPPLLSAMOTHRD Rg IM ,O FIWDINNIDYAMLOCATONMTIEI WEk MDREPARMOLCi AWMPAP£MS ATMEA OWTEML SA Y LJF1WLANDSF`HMTHECABHALLCW E SCE. SNIP3,i FA +E ,• Ci.�. $CIImBZ 1 CA. Hepke 'SYSC0eORePIIF.IIRi ccuE:£s•UT. PEFFCRMNLmJP['-'Fta5N CN1 "A4,'40 M^.'IFn:ICRMu31 NPIMPIv wE«m BT: a:'1E351MRYsrofirrt E=uMT!RFYl1E_ R.W. Wd- �,lIOYIHIO [MFPWEVA} PL J2 PMF.MT LLIII. Pr%IipG SnK MOMBR4IE RBA^NPLi9P r CJSA'+E [O^RK6iCR COAfY1NR FIT' 11E.AM E1l.4lEE9 ftIMLPn E0.1pfiYE F&MVPL^RURWPVNTCX:i O.vg3 FtFF£ J'WE (} - llF'f.IYJN.90 F.IINO LCNT TN Ov RIXL.IDM CCAIREYY LT YW s fi �1:�II� !!�t RE�O,- THfR L WYE PBp TI MIS 3 ON;JIEFA .R C 4LF MPIHINGWORRfIFHS. C£I€FF' S .ep%91q 'I'Ll 0,011 VOApMIf 1.11 OF,'R STARTIEWO TNI1,Iw1 r ]iJA SL'CW" FHOIFIO mpR.C.'NJDFR �uFRASINPFrRsxea is rcewnvwrwF,uEFEmatsYSTv rv, swunE SlFs'er ue FA.TXF:. CITY OF IOWA CITY YEWMENEPAF£PFC3'TG:5I1L FEFFF N eFESY.FFOTiF.1'11 Za FEEP. ^.: piLFiOWEF!SEC-`:.tXOPIANSfMCiA'A'kY:ti.G�fCF. h4BE IMCIIJPl Fi4CRR Parking Garage .,. PEFERmtt.FroWEF4EFt`1PMPIAHBo"HL,M<tiP.,1EFwpA6Fom.oAXEFFL'RrE Maintenance Program 'h YEr-'6YtFJNIF�Fi MlnE=„14`LJP.AN9pJ[wAWEV.SNIfCP.XTENN1Ea NJ Ub1p 16 )X Ffi EFFORi4. PE;FFtO 2017 Project T. XYFE[tlFEC4FPNFfiMRV1E:1+)!Fa nlgL(RIRT WRWWJI':, FEPAtPNY65L¢S iC OW1Etrt KM11Y.0. Ti.0._fi.$REFPFISS+MNBNNEp,b..lY!ni11@Ti:IDRJB FJ.NFi00EPEFFCIMmi tiV2FNA4 K.:3 .. O -';n TRE S^F:YMamx9[fmNmeIDo WBUOUE STREET A AULAwFEF"TsS,OWNSWIT) blDMniILWY,W.'JT,m. FRETOW_KfHTR ..,1iEaHFFFNO..� ,.., ,STTIERFLOORPLAN RPE^.In snaJ:cclxnw•nm. .�, .,, ,,:,�,,, ,,..� ISOMETRIC GENERAL NOTES: Rhme:!UIP 1.4E FLL4R]E EXpVDCN pNpg 9iM1NEP0EE641MNYl A 4NNINNES Fc !U311>E WMA EEWR9TIIlLIW K PRpTEF%EEFMWIY ENRWICE9 Wp1F PEWPNv PPRIVL0.W.PEAWLENANIARpINEyyMCF4E11 JAER ....Age]lM. PPPW]Y3NGE pMECTW WLIPFiMMI4 SYELYTM<IG qL Pgpl}p W<q:MFA4 PFaP1p9H[f}GIEERCEN REEEE lF@EbIF4 Yc O:SN9. IW Ec FIpW Arte) . IEYYIME UAE mDM=na �Nyp9L 1!]N R P:EEAEEE Ip PLL C1.W.XMIFLG(III EC LNLUPIILI{E FNOTWEEi E.MNLY Rhme:!UIP 1.4E WELY PPEp1REpyc}NDE DPECTGIPfSiC WELT TngCNplygR4wLy FEAT Ey pjgllW ip ApTCi1£R>.M Np AREALAM Fc !U311>E PRwERIV Aa.w MsmclxcEssaslE<cssurro,Mw mEcrtreapWLYpwIFraM MPERroNV.Wv DRPww ....Age]lM. W+P N4ePEcsENmx Acmfsollomwoalssoo. NL PNF9EMFw PPWCEn WNN runs PMUE MEWE4Fro AwM4Fp NFmFLFE R. pWIFR cprnPPclpR AMLLKLLRYUMpMEL11YIFEYDEYf(EA! PNiE' R.W LEGEND: . IEYYIME UAE mDM=na 3 s[«4EYRE<ENRYMTALLEDM:ZE<aLF=MmoIJSEPLaIPULuuscu RWNwu .PE DAWAAl MPT1EFIn . ENFEIRW EGNAE: FLOOR PLAN • pF/PL1G}11..LEGd£PRLf ESYAWIY EE WEPA4ED�K6TDFIp KW1P]Ep FiNLTKS .,nn em.�mvimrq • fPMNpPAMfF CC151PpclMRKE A1FTtr Pr gSrNCf 10MFiCENRI]VKRIFFPCE81111141I Y4if DE,EPIDRL,IDN PEPPIRSNgKR<pFlNMINEWIEERRMIE PNRMDPC4,Ep LNT1tlPPLRl4].: Y'., PihANSE£<1fYlrFM9E<MMIJI}W 4PP. C. LLMMc10RYWL R10rECi,ASfELERSMY.NLFNEPNG RIRLpW iFPiLPE9r010WN LO Mr DNM4F. COHIMLIM 9WIPEPNRgi PEFUCE WWSEDfFPTIRE]ySPPFs'AIO[IWOFGMRg1 MR6FA IMDTiTpP 105gTYFCMNI LP TI pXIEP. 9pdEtPy� 4 MFPEPEgEED.LCCM/NFE'EMpRERYO%VSE MNR9ITML WIAOR4PLEM8INR1L11FAeNIECLPYDgi MY n S RPEDY P. �.. C19raLrEW;A,A 1MF WWIGiME MDFR. RMfIIT)91£clflLnpNE<iXMICIILd. � MA`s E MVRRfl6P LP.VOERW 4VEIEPIDLEMbgIWUWEp:. E81MEFKM W111NROQIILFMNNCPFMFP9Tl E W v Fuc1nP1O capl W K10L Hql wRR qV. E. FW NI wCwFW 0.VP9. WE9 CKPRLl181Np/qWI®NPDIMLFNPWEPMEIEN3H0.4LPN�i40 N4RPIEDtMFRC RCFIOMOMI0.VPJ ENY VLY EMIFRMIFDiMAIL4VMYlIWJAII W MFFgY. MIIIINL WYF3 GEIFpFp Rµ{C RONEPPY 301 W fIpYTEFYIW.EMV. KEYNOTES L 91M'EY EAO NO %iE11e1M EML4 N4 DETE. I Iwm rw w :: WM IITI ll, I"E v.L _:All Asuucapm F>�ai4«PrtmN Rr.0 Mx oEnnS! s e aprnlxevm REFIDIiA1I'll11%L£➢E 61RP£I PEPFMH PI.LXORXpIPIIkP AM PA9s pN0 �MJLwV1TCIRMl1]l lNv'YIM!I ..; 11!i 1I1EMP,l PNI F)II'FFIM Gl44<#. ,tt AANNCir C, ASMNWE WHVFKTp,EgiCI001111VPLL LOtAIICMSFELURI.GFrITIK.MLMpPWXF R9K!vPLIOII P�.`E LU' RFM. M rt1COJICIY`E RIM CwxfFML f1A'PIIEEP iCR Fut RAr AEYB'Md€RLK4ALFPIFRCrvP �Ynt Y..* �. PERP. rp MFBIVkTYN S'C.M99:iFPMA'IN',! CtWIFfL1OFNNSEppLF+do C.Ts4E1FPI.I XFMIIPiJE PRLi iMrtA,E,l1 VYKF 4NM vK@u'eGM511ERA RIWL(Yw1 FL`4:NKvMAC rMS. E£IE PAL 4] _a:N JSDMg1PP0.PIEY4EMRRNF 2'S:MI Cf M1J. ZFIWtrof PJ 3LWpNSaLyY! T)CMFPMl E.61YGp4f Si Pb'eGNEPP(EUFII : AE RRAEEESYIE5`1 -0 REFER 1E] 1A FRIIW9M F6i4LVENLI4F SIA:OLP. n. n'. ElfN!uu4'F:`F.: .t NENMNE MO.Yi N'9i44 FEEE1t IO5FYiIfR'41M]F<RJ4 ti1T3. ERIC9iNF i0MP£Il✓VIPM WJd<X NMEGSW iCRP4Fdf �v... 19. MERE RRECRD.MEUWpJERYET .1 l)RDERwAiPAYIY. REPoRI M'I 65usro0wIFP�ENFRREfl. WLLFIONEI[E'E Wg W -T V MroTMtOMNMO. ap la]il ��� CrrY or Parking Garage Maintenance Program 2017 Project WBUDUE STREET IND TER FLO PIAN PND TIER LEGEND: 3 s[«4EYRE<ENRYMTALLEDM:ZE<aLF=MmoIJSEPLaIPULuuscu RWNwu .PE DAWAAl MPT1EFIn z FLOOR PLAN //�\ s, J DE,EPIDRL,IDN PEPPIRSNgKR<pFlNMINEWIEERRMIE PNRMDPC4,Ep LNT1tlPPLRl4].: Y'., PihANSE£<1fYlrFM9E<MMIJI}W LJEMRY,E4r i1Fns FRPI11E CV511PLL<YIPYLE slm me • ra41= NIXtTH n esPCNEAaapx DRM �.. C19raLrEW;A,A -. - .. ..`LM11wnxTAuD, All.... FYA41N6FMEWr1EE8RRELOW .� ..,. I�v,y, FY1414n CIXCREIEBFMELbN Y%PAr C1 EPNRM NJ<NI PERKEMENi, AMVEIaO[.LC4rF[iRfEIERX:'RPMRt IPir:El rMFY�'--P P'UI Rf PPIF pEaC IAD DN P IINI'I INLgI R PA`S'1 PER DFl PA.IP pN <MNRW F4M11, FYA911Np LLV WNI Air[Y E�PN19PNIA",I. LEMENTAWYEId¢ M11111. EA1.1..TV.?rSi^aPS. NpiIEY I'M)III I!ERCNL ----- FX611HG1FFi61EE.FMHr Ii.. 't'FM fMF f:1114WGCA �;. "R4etlpF'I:If�CNFINEA'nM1Ff4.Y FF 9"SIef F'NWi YNN11'Ni iry rdlCRn1A'p lEAlVAPR<aamWnpx JDErtrtpaED mrt .,,,ErIMAOEFMCWMSON:rF£ZEC�NtKN.CNrS'IELPM-A,IYJ wL C,c':�i-.rvmIeIXMFER E}6rMfi EV46fAl AYNr :R.pivVRE•PNE0.)u1Xl.tiR'�L.iE'-JN9FRNp:F b'Y4 PFFFP MDE!PKiMM:.:Au: iSID. .Yr . . F)SM1RE@EMIE RPB P. E: R[rAS '21Ff-iCs='T"•'i'.EPrALt!EA': 114 AARD EEKEEIE Ar ZP..-. 17Lll1'"-1 �i !Nl lr(,6r yR PIE'EE<NPFWITP<k`.I-EWEEA. 1.R."'E<IEDCNFUIr 11. 1-1'yMiV EWSINDLFAmwF]rRn]ProMwI .1Ir.IDE4Mws1Pe. ..=:e PPE uI[Exu L�pea^£m:x.Rrz LEs..w]rEE.lxursum 1D1x9D.E+N,s s'.'E1Lw Latllr,.swle RErwF. ; IMITI EMAE EP ww P3%,'ih^;ERa:P?YWY4FH!IPlUHW 5148 a: RE17ED91PIan PRrcE FAYF. 1, r. w c "All s+PM smu'smlx. tea. PI. 9EV,ANI 11 ll V.fIT Ill Pv' 1L4.'.1,,5N ME! IRNMGR D 1l1rAR I 9WPM P EPNE NI P VPI, .IIx RAN AS DNscITD PER 11TAI 9.;a.3IRE I'l W 3E V NPEtrt42NEM. MTEt 4K111ER W MCE:EA WEEEEI PR PT MEAR COW,- IR AIR I IET4L EIIIV'E FMr1rtw e D1FPHyERAN EMAIMPRKFERREMCY•E<TMEE:RL' 4 II IXI IgAWWC SIL:. ,e FI SLPN.MSNF UM3LwPPxIDRroww lwA.LZ Ip4Nw...mlewrcRElEvrusuomlER DE1EPrn!lwx CgiAIO.Wl11rYNO LOUIMMIMMpIiIEER N4 MPNPA9 LMFC1EpcNPIMFPIL 6149 g1AleE Nn WRRLLL ®41HXCiVp9TMW TEfA91NLQINCE REFIDIiA1I'll11%L£➢E 61RP£I PEPFMH PI.LXORXpIPIIkP AM PA9s pN0 �MJLwV1TCIRMl1]l lNv'YIM!I ..; 11!i 1I1EMP,l PNI F)II'FFIM Gl44<#. ,tt AANNCir C, ASMNWE WHVFKTp,EgiCI001111VPLL LOtAIICMSFELURI.GFrITIK.MLMpPWXF R9K!vPLIOII P�.`E LU' RFM. M rt1COJICIY`E RIM CwxfFML f1A'PIIEEP iCR Fut RAr AEYB'Md€RLK4ALFPIFRCrvP �Ynt Y..* �. PERP. rp MFBIVkTYN S'C.M99:iFPMA'IN',! CtWIFfL1OFNNSEppLF+do C.Ts4E1FPI.I XFMIIPiJE PRLi iMrtA,E,l1 VYKF 4NM vK@u'eGM511ERA RIWL(Yw1 FL`4:NKvMAC rMS. E£IE PAL 4] _a:N JSDMg1PP0.PIEY4EMRRNF 2'S:MI Cf M1J. ZFIWtrof PJ 3LWpNSaLyY! T)CMFPMl E.61YGp4f Si Pb'eGNEPP(EUFII : AE RRAEEESYIE5`1 -0 REFER 1E] 1A FRIIW9M F6i4LVENLI4F SIA:OLP. n. n'. ElfN!uu4'F:`F.: .t NENMNE MO.Yi N'9i44 FEEE1t IO5FYiIfR'41M]F<RJ4 ti1T3. ERIC9iNF i0MP£Il✓VIPM WJd<X NMEGSW iCRP4Fdf �v... 19. MERE RRECRD.MEUWpJERYET .1 l)RDERwAiPAYIY. REPoRI M'I 65usro0wIFP�ENFRREfl. WLLFIONEI[E'E Wg W -T V MroTMtOMNMO. ap la]il ��� CrrY or Parking Garage Maintenance Program 2017 Project WBUDUE STREET IND TER FLO PIAN a C, I" -- - - - - - - - - - - CXDQ TO T. .R 8' KEYNOTES: 0 1. N�MEDWMMFRE���MRMKRMWAC"��CF��5T��EDFL�IN . NO . . . . . . . . FL...T& MP�OFLMM�ER�TWOWC.T..�.�.TINT� �OFR� GENERAL NOTES: A �� ��ED KCM TO EWWE� � S� �ERS �S Mb WL CA H.�4 E..�� ..E E.Ll RA All� L 0�41zr CITY OF IOWA CITY Parking Garage FIR M.. 2017 Project -- - - - - - - - - - - CXDQ TO T. .R 8' KEYNOTES: 0 1. N�MEDWMMFRE���MRMKRMWAC"��CF��5T��EDFL�IN . NO . . . . . . . . FL...T& MP�OFLMM�ER�TWOWC.T..�.�.TINT� �OFR� /Z �F ISOMETRIC �.J. � CA H.�4 RA All� L CITY OF IOWA CITY Parking Garage Maintenance Program LEGEND: 2017 Project M �REDNMD�UMRWA�.RE��M�STO==MWM FLOOR PLAN �3. . . . . . . �,L�.E S�lr THER FLOOFt �N lAW - VZ /Z �F ISOMETRIC �.J. � CA H.�4 RA All� L CITY OF IOWA CITY Parking Garage Maintenance Program 2017 Project M �REDNMD�UMRWA�.RE��M�STO==MWM � ��V`�M��W�DWTOK� �3. �,L�.E S�lr THER FLOOFt �N u m n L— — — — — — — — — — J ISOMETRIC L— — — — — — — — — — J O RTN nEn a FLOOR PLAN LEGEND: S1B3 V18'•I'-0' DYE NORTH • EinIMAEAaaELawx : .,.. EMLSIAEPPEVS,IEE shu mCN EA191M'CEGRER EAxmar FA91Rl6EW WNL ------- F1UplN<FMWxYR1 Flrt EI81pf CE�IE LIPa �_ CHaG LNE1WE9YSIB110 EYM1 /I FAmpcLaauasr>�roEREcmEo �Ll LEIBWEISOyi MFARFgxVgM,CP LMi GENERAL NOTES: TW fL yy,LxpCQllE.gq LMM1RLCIECKCESSio NLLN/EEHIR4VLE$£Vf&P/W9 BLMIVXER&BREAlE4 AMC WIL EMRNCEB NCRAPfGl11MPIN11RLClOYAE9WLLECLgipIMhCIHACIMCEM111fEE0. fRViIE FAEE9.4yWLY AEPMfOYIVGE WfC1B4YIll PkiFM59NFlYTMMAXQMp1ORpUMFA4 REfERTI®FLi1GTLN YChx 1111 WNed lv. phq, Iw Ea Exh ul'N.LMYAIY'F 4'M nmN. OEUMIM: LIT.x: fl RRE R9.101LLMCMh QNING6l4IliCLPN'EAIIM FRLLT NFSNES.MONVRE{P6FatWLY F,12M 1..1}YL wmMmavaE ONc,rcrwrc sR$YhPEA1MMf/Ap REp AAftl uREaawrowortcr ERBJ1eMN susaE:aY PREpl,r, aoawusnperfLCEBnuLRtsawrroxswvor¢cnrmaxEm Avwa le3xRrofMrro wdwc wPxa.® Elpxo aPEE,rAnrM EcmualaExxelaE. fux+vnxompPJanrLJEruAsmwtEEatwmuo Mwro.FoxAwMF:F NONER canvnmEwu rELwMCELEERELORREx EvaogcP,asq Bdx _ O • IaMYpWE ILLf NO1M. hY . LaaRrlrnemw xxaxcFnE.aa . uuErMaa rca,LEaeFNmlEAEMNLrFEPM®aER1�Pwhoxo awrARmrtru,REs ..-:.:. _ .: . ra wwovwvEmmLxeRpvfEEF.swmiArtmueFross,eEMLrsllrwMmses Enan Bfaalc. L. c. coxnwcroxwwLvxnfcr,u EEaswr,NLEaelwanaEfN,wEeroxELMN wxENxwE Lwmx,a AS 91VLLPFPN0.pl ERKEVN`gpiFA1LRFH IFAf P£BISi CF WEGxh gIMRWFPxLC1EGIPQr09RlIBPfC1AYl Cf ONIfA MY,CIEI 0. IMEILEEW60.CKPRMRx1111CMEY MEIxxE YRAa BJ 11MiMM'OPMCEMTxf IOEABfAELICAED ki Mll S MIDV R. 1MEgWMiTE PAUECI. PEPFA,OBIE<IfFfIaW BECIgIpIICW. � 1�xJ� hllRTlK{iWWiEFWHFHL"RE 2fmNpixLpp pS$ �S E WNECr PLWAC1MOfEV MM'3f10001ERWIf11L1a. R91EN fMMDWINpIMVRM R111pU MFN 10 •p Nur xRcnEwmEENM,mFrcxwaR nr. _ !. lwmREaMMWfluEFucowaw,mwuuPRam NuvxcErtwrxAxo EPpxEn xu wExBxo .�1� AEaN1F0 msrc aoR ro ABN fAa vALNe Nr Mr E xrvam®f PaF LaFeMr,raaw sm w Eimer. Em ru EI eY: LwwaEEnPa,AMEc aoR vapmwrmMr mnRN NRnar. D.I. Sdmitl OB KEY NOTES: Q I. wxEanEOELENU AEcaRruEA coxlPxroR,o EPmax Aclwxowu BLR4FvofauwsahEawEoxoouN FNrIEN,Er EEwFCCPExMRREFEFM xRETE mm3LcomvxkwclwmmB E ROTM ERRBa oxM�PNuaxAuxwucF vas EERro E,uBrxAoxwxwmxosw TMECAAE ETro onaNaE P W!-RIxILHO hIM W u PMf Lf REPIpI RW: x aFM 4Y)NCRER aVApi YAi,IPIDMtAMRYEM.EERCiP CCfl EQEH hIERBLPBIfATfF EFM 91RAIFXIp[gBEERE MFChCpIR W,PIx£ Nap ER EiRLBMLENIM380t FEILEQMJl1ERE➢M8M LMf WfC1F1CLNN191fAlINCA9CBECIFCMkIAENEI WiRNL BNBU8Ei E1M.6FRLMTE45N41CNNCE. B mLEEoaw[mxwouEEah cRweapucEME,e EArmlmFxE aNPcssno EWR, EAw,tlU ,FrCw.am/IFC'..v B,EIa EEAEfourFO.Eesx[DERRI. ,oENNxaMxAECEixEcun,ro B] mawoErt WEfl Eiaronxx mAuoxauwmaEMDEp,. a u MP1a1EFMEMaWERECMi RAU,ESNI RVER TORFF WRSEOBtMf MlLl14{91@4TFlEE➢M4Epla _ NSE cwrwsTaumxohAcacEh wrMa EFwroaELPK.pmx sfcmxarlm E. PE%ACE FLt9WM'1B40PWIENq 54ALRLLLPACA9AILOEM.LLIJM YrtM1A PFAttPILN9FNAHf MiMBIIiPUEW Op0.0WIRC9EN. EPSptN xll MPA0.9 FNRJiLWDAME440xip A. WRx OWEEASL VMTC NCEN MWTL LWPBIMMpIPAVIERECW,M MLWIRiC,pRMCC NE,EWL VWSYEMRR RKR6 RRERroREVERULV6 Cw AEA FFRMRMEYVTF-MV FY Frxrottm EECWT. RnoxohsmoNm Emrr{BBEONMERRBn FaREFR RFrzRrosFFClfxamx Ecnox mlepE - 1. yRVEYEMONETEIE 9ECR9FNBAVOLEINR 34Il.ANDIM IIIIYIM LE�IAINWAXEXaIEER.NOPjNM uvwEcrNwREEalowhANBAmEn mRuaB, a.MxroxEAucsm 91ArETRELgRYU6,AlIFCE1G WKEABSIBELL W PIEIfACEM W'LRRMRM,YyL 1CiCM 6YNIi YR B IR LERNIANRFPMB1UpRFAPMNM1111R.EFAREREMuoxLLT9 dlklNE aV.A vnIEFyy FA`}5 uSe1G iLRroinexrLE um NLORM¢ ElmroBEnrwERlsECmRprz+x. AFI LN ESPNIN!x!!An PfnrcEEx,. am=. axAa,:. i.iti:l¢'Il1:xAVHI'IPPREO',M14L9FW.CEIV nCM9FAWlle'u FIPI 11 =nPrMf.PMICA(MIANII PE➢uYFEA:.aRvflaxACJ, 11 11 1i. Nlll EEMN. fvII1ryMG E6 Ule£f PMPRS 43 G4fCTC.Y! A IR:: ul'N.LMYAIY'F =.FL LuwFE r°xvpNLFJWIx�JExwasK:R crri slEreMxT;fxlL LL'r.1-.....'. :.-�£pE1, uf•FNRKw pm.FNxm EPMea.�xvnrw_F wv PEEre:ofs:=_: "-.c:.iry �rLFffLSC(NFY{iP'.+FFLLEC'9 LM1<EVJEIEMCFPRnxKFFE� `t 4L LL<frpNEAY'FE%TNCIYNLrt£S RTIE%i4LP,YiJ > R _-.+�.. .-�LittI MdRM45M. .+FREf,M1 IF.£15 UFi4[YE iC. [H W,F.:iM C.J O - ' _'. 1'. 4LvvpNt Kll11EE4Y,Nir[x{fP Flq Rr}i4E VYC Ett4Yi3.w5fAlAM 4i�xtzyi FEC1Ep CalR. H1 VRKf [A4S. Iu1: CEr49 'Ratt.CIfP",Ka 344'. I '4lGQNY P[XIAE[MEM. MIY'IEGWFFfIXRttf.LllM : HMPROY6AG: SY -. SkYJRLFx'r Nlk Vllll cr'NBn Moe J ErARBo JF .Is x4E4Avn FPIM[En. IlCllll [YEi`Ets R9C'I.vlfmtf l` wE Y".IIPPLUML.•Rwle 4[.roLLpureIL.EMu. Il 1p>MIEPMLLF kIMPLLE �135M RELiEPF4"P Jf M I !I AWK VV61. :Y IRtN%CcFVdYI.CNQa MCHE PG IX:NLCCRmxwJDIANA!': NIrM 216FIELFFMv vAEMWiEr '`v I.FWAiMN IVE!:.Vn4LLlnNfF 4HEPIC �:t ixON MSMK.9Wi5W hllRTlK{iWWiEFWHFHL"RE 2fmNpixLpp pS$ �S :-.:WYpWrELF1Fl (P XiT iC fvLi fiV'AEit'.YLW L112ARL T<PFLE V4LaNCti1£RCERNXyi\.x 9 D -sMN SFFYlF 4c pPFCiELMnVir:Frs NAH LM:61NE46'MAiE4LL _ _FIUf ������ Ia U54Yv EI eY: w..FY.RW.I(TFI KRLZ4 EVJYF CR ERFAFA,FliPFiLxCf6FF SYx911xM N)LUYGE➢NR i3 D.I. Sdmitl ,�"tCR'O dA WENi�MALFALY F6YP.'BGiLEpfF.NREIiBH4LWuveFrt .T£ER iJT�M N pl JFA:NP,&pI NN a1°'�': CA Xx N =e>eNnrH asnnvmam yaKilpLEgErOxMi CC4L¢tiRfB. PEPfwlN91.R'p ACNALLVAC1 K_NTAW MMM MfI®BC -:'E:1510ENIxYpIO E.IIFPMG{RA4. R. W. WIYX , � d x,. uRN,ExMlIO1EP.pB.RMExwrlcxLLaRrouEraNruLwnLmEEamnEmmloxaewraawafa MrIBMNEmC/YN6NEARRRNE f WW.]EEdR0.CIMroCVCEW, EURAANDETE1tlEFRPMPm BAvs REEnropfELFAAIRxI ECLrorepnwpxavuE.mmAcroRrosEmR[nNavwntuLxasixE j rakwahaawnLrtERUEFwoRroEExEowmranRAramRBWEORpa11B6 RBExaporua t rLEEREwMnroLwoARAEMx RfEN11 Rt a wpwroarAArENCYeI.mnECLaLro EIAEIFOBLVfroEREAAUDbEl LRESLEEONL NVEaREr FLwwexxwACL®ItmfwlEWFinaw[aadxere,ax Nnw ERLvicenwcxo FkvaE!xlwvusmax CITY OF IOWA CITY xfrEaEnxERaarpro,aL RExaroaMncncxErnwmm NF lane sv71 Rrvsa. ..sw I'll xa lc. wx. Ei:Lv.s Parking Garage F<. IIIEF.TE TN T. -F P AIFA SKMNfFD P.W.:AL.f1RC1551144(d NBEE�WL1B.xF.FR .I 'L'IaI��BNaNCQ Program f. T IMF ::. RfSEP.,CFTNF NFIfA IIL1pNO P.AYWLPAMY S!II iOPMIEFNARfIU 1. E%FLS'.-S 2017 Project sPFurc.L,rry EllwRF.. �IFRFNREi' ' [ SFAIN ^IYIIM ciIL [_FWkPFAIrtY. RERN'14S 4TOL'61{.VN.p11.L FS x1WUNFfiCRIDaEWEaN91.xOE11NlMISEfXIRIEJ. MFMEEWOa®pMJ MhPoa,EIA. E. REFER M JxR xL PRE ePECFIu,ICx Ec,Axphap. DUBUQUE STREET E xL xIPLLFFFELItfNRIlY1aLO. ARE WIE WIIFRC. AREro E RE... TE. NO. REFERro RTM MN FLOLHi PUN 9'FLA TF,REC.I RN I4F rn vlxue n. ISOMETRIC GENERAL NOTES: Tw g MVRNXMIIMNN9W�IRICTEB.ECCFSSTO NL £EXIMI.EESE.NB LL mNFIED. Fu: suSaLL985 a AM ELY R FART FERA TTEREAK UM LPFpPCEflNESWODICA RFWIBBI FNARATED3 INE wvJE{ilL— FAFTC TTROUG'HMARCEL WCEK NDOW PNEPPRE09AiMC£DMECIBICEMll PPiRMS W FLYIHROUN alMWU1KgAAfEIS. KIM TO 9EVRN1 BAB rcd lve. mseoB .THE FAE,. IwGw F,. sma • M:N-LEDRMNSLE mprH=atl A.n,oNO. a PIMP NgIM1mPCLrM.EJMT'NN11MpV5raNM nacWnq+ERECT BA,RTAMSNpPEENOTO PROFEssIDNALLY III—ST.REAIV. PUE D�MECIN'CIPAFFCWELYmROWHORA DMRa AREAS.M OL1REETOPRo1ECTFERBpISAM Fu: suSaLL985 PRCpERrc.&aFfN aEsiRiCrPCCEss0.5Xw5ssARYm0.iGS DIREcnr REtowwCRa MEgs REFERTTI.... wvJE{ilL— ARRANDSPECIFRATKKI"OTYJISR11uWANDERNE 11RNWGANDPRWOEEDwoRFAAFASSHALLBEREY!EIYMp 4 A=WNEOMADVAMEar owxER coxTRACTASH+uwuprvcRllEMeRcry wuEuoemonwpnav+cPwB • M:N-LEDRMNSLE mprH=atl tlt6'=1'-0' • MNMW MEET. WALXIb PffiE=PP Mt` += • DIEpJEPNEO XiLYi PA'RDaLMWF:VEDAial18i8 Armn.a�lmw L.EY • gAlfinpPAYCE WNSTRWIAXEEMESIAAiPigSTAlGFR1 Y.Fi1CFNILY. FBIC£SNpxgR EMMA, NU;2IH REAE L GAE10.AmCQyW1Pb1Em, 0.5 bCERr.TIGSUTAbFFATNESIBRFAWNDBNTWMYERMIPiLTCA LOW rRNIJERAY'Ii FGNPLWEPNCF W515MOPECIED RR DETAIL 11 AN DRAWING MI. KKPEML4 MMY£DFEANPES SMANASA REBVt1pF WaLV.MTiORWNiEPpiORLTCIl1r09ATYRCp]NCL ' EXL9IBL'MFA ROLApWN ,COEBFTCLI RERIC:EEPRNGE)PM"AON3%MO:S?EM,F %PTKE4MCINVIWNFWVN,,IX E55SNE/PAISICN QwpiEBg 0. w REKWRED,CWRCMAlEY115HWrHEIE P Wa KSD ib TM1ADNCEMSiMTCWERSMECWMDPTAVY S� pAbYp. �A TMEWNWTHEERD£CT. PEiERTESYLIRGTANSECTONAIRDI � -- ERI .PREC0.5TTEETTE FLOW :ANTI1BCM UNA'M1IIG v9,:A. E PRDTECTFLWRDMNSFROMDPAI Ab BEBRISOURINOAAM.PFSRPEEACH NMWAOYLEWWWpJXPAFASTO • Four FUNCTUxrvD NCNDMN AFTER EACH WORK DAY. FO F FOR ALL WORK ON RMPS. VNLE M CWRdNATED AND ALLEN E D IN ADYAKE m OWNER AM EMI ALL R•WSEND ASSOCMTFD TRAFFIC Row TO AM FROM FARES WAY ONLY BE INIERRumED F RCM AB EUr TNRWOII3W N FRIDAY. MET ALL IMB.0 WSECTAN DI B IW RAMPS (MINE. 1. mNFIL Rory FROM 3 A All IF. TAgFI I SVIMY. L _OGV M NtlC A9SPER :,i0. N¢w1T..MDt LJ KEY NOTES: Q 1. M SCIEdAm W EABRAaE RECMi ATRIA, LYM1UCma TO PERwM A CHMRTRA43LPYEY OF AELPoSi nN5C1ED ROKEREN CNNCiA FEET IFY EfAM9maRDEIMIIN1FD CpFRER CAMIM LOCMpNS AM .1 WITI ENCeEER Aro PERFORM REMBM A WD ME IM, RESER N MDM,B L x, AM S M CRAMM MAIL WE CARE NOT M DEAMBE FATBLI.. T WT.9 AS PART WE REPM Wa1R. Z TURING CONA RETE ROal OR TANI REBATES, NDIIFY ENGINEER R pVMC{D CP BROKEN TB'N,NS qi 31£TXNG REM BROKE N TENTANS WHEREDIRECRD ON P TALE ME ARES RP DmaL 0 ON DRAWING W 1. PEREgd AFTER REPPFB TO OAINBE D TENDONS OR sHEATHNB AS DIRECTED ON A TAE NOM IARML EMS UWG TOM FRAM THE CASH ALLOWANCi. BETON AND ADEgMTE CLAM Cf NL Cp.CRETE REBATES, PREPME SURFACES AM RERNT VARb VENKUM TMFFIL MEMBRANE SYSTEM. MERE INEACRTED,MEKBEAE 6YSTEMS TO RE WFA0.NYN+LED WENT YLMD TCP B.i CMT IN BRIBE IANFAIM— TO TYPICAL DETMS ON DRAWINGS YW LM ART, l AR PART Ci NEW WRAMAE RECENT WCPK,INSiaL NEW WLLWANE TRAFFIC MEMBPAHE PPRH ENTER CONCRETE ABBNRB. tl MIL W5ECMT85i0LNTCN WERCLICRETERCENES REFERTDCMEETEATORMETKNI111. S REAACEaL9FNMnSaEIR MDSEXaLCWdKSBCCI TOT1EMY PERTYPIGLSEAIM LSITHRU<ON O.... E£RFgWaL WYME M FARE "LE@ SW EA A C B. W NMMEKSASTARTU"KP MWTULUi5W1.EMBRAl1ERE1MTMM.WNm41CTORr000A WM SRE VIMOYMSNPANEWVCSALTAERMREVEWa1EYA "CATNO aIFIS Ab RRFpIw W]b TESTS TO VER% PPALRPMI W.. N9TMOlE91MIGNAT 6 WRNESSE0 BY CANER MD INTENDED D DEFER TO SELITPi1W W. BlT. „ I SURVEY BEWS MD SOFFRS FOR SPALLS ML CETERORARJH COBE MwllNT1Y 4O LOCRTM WRX EACTWER. MO REM AS DIRECTED M A TME -0b MATERIAL RAM FAR BEIAL3 <, 5.5. AND I ON BRAWRG B W. 15. DAING EAIANF RERACEEM, NOTHEY MIME RR BRI EN CP CE1EPogUlEO EIEM WHEC10R8 Ab REPNR ON A LM 5TH PER %s1 FLOOR PLAN 4 LEGEND: 5101 tlt6'=1'-0' += " NU;2IH wIrREIupGPTEn. vaN Locgrnn:cna+AL;w MIG awResma+eAPANswl.wNr:vAL.PPm DELDAavmiep1, LOW rRNIJERAY'Ii FGNPLWEPNCF W515MOPECIED RR DETAIL 11 AN DRAWING MI. ' EXL9IBL'MFA ROLApWN ,COEBFTCLI RERIC:EEPRNGE)PM"AON3%MO:S?EM,F %PTKE4MCINVIWNFWVN,,IX E55SNE/PAISICN Ir, BLPVEY wR 0.RWC#DRRM➢FNPA49RM MM SEAL AND WNNG CWFNM L. OX MO OMNIDY WRHEMMEAMO INOT EWY1iM BEAAA EFW I[)RIMIIPPCp fRAN.W111M19Ab NRNUPugPyRW' qM 01':AfOFFIE CW F.W6 .1111111111 All -- ERI .PREC0.5TTEETTE FLOW :ANTI1BCM UNA'M1IIG v9,:A. INDENT ONPTME#NDWTERVL&VIB,NAM FLHpS TOW TEE CPSHPLLOWANCE REFER NRTgL 1}ONaUryINCYABAND S EARTEEMENTAREIETEMELOw i ,{F Mi^'": - AC:Lc(r 'QFY R.SA0.^ .LTE .rv.Ttt1 N. E f gRE..BM1. IMB.0 WSECTAN DI B IW L _OGV M NtlC A9SPER :,i0. N¢w1T..MDt FFg1Y1GCW WAIL nS Pi At CE iN.L.du�PEK1tl1 xl�n.AC _F N E'M4LA=0d".U' JY rNE:TE'E2fl3N"i ONRWNN — wmnc,E.ror,E,axt 1 �ewnsw v�_.nwaw ,_,.,nuc -MY�w�cx 1vN,.,.�.A>-rcN m ttY+EAiML0EFW M.WLERJO* £, S. C:tifF.MYR'4EHDIN'Efl Pb RIPPIf LS cl!'ll IL`.f, $CIIpXIL F, 1.li TE ,111,DAPTMEPIAIEWTFNIL EasulawEw�sFP_w nM nary„ ..Ams aTesaal li A+eFWwwawXN AUD YFCIFICLEPISEY110XJ!BICp T.ArNgL1RgNLN1,F CA. Hwke 21 T G vFg REE. PRreBaLnnMxeLmeslmuUNn mwaeMD5rVOL mwH ___—___ EZWIwcoM1RIRTIw,AKrtnoaFDurt ,.Ih7011llYN-Y-lOE. R.W. Wilson 1 ! 1 EL ASPMi RPWINmE8. AE51WWEL5WAALTIPERro IOExnm PU LOCAICfl MYn88EE11BO1LBBMIEREMNA FCP roCGOflDIWIE wrtnowHERPNOFMIEFRFat MLMYIBMWEPHAIKNEMaxALEn COm nom.. =Yram,erx _I. A .a BASIS. DEFER re sRAbATArvsecnwuoalw AboneJD. coxrTMcrWroaclERu[MMruwEieguMWewME INC, PEMNPLrHROWMm W£ABa1rODM SRFFCP SrPRT CFNLIBYEE1S 11OlElip(EiERLL MTE3GN II����B8 ^T��1 iMS DRPWINDAePLY DWININDAEMBPME PENCOV&EMJVAL ..AD. E2 PRIOR TO START Of WORK CONTRACTOR TO .1 ANO SDR.M TO OMEN AL. M. UNE 8TRP8Ci AND MVEMENT INMEASSCIEuuDFMRAW uuePN.E ROOM SYSraL BeTw Ery LRE STAPMG a85 mvaurt wwxlxrs ON / CITY UV IOWA CITY NExxrs I.1EMWaEECMTmmRL AEERTOaAGbATANSE ETIED, O FYJSIM'CgILTEIERWB It SEPYEYINECMTIEVELS CFOMAOE wfl Wa1FDOP YLSiBLYOETEApRArw COKNETE AT FWR6TTAARAM INERLOCB.TKM3 24 F � TVITYR TONLN NSi AMPAIu" ON tl4pTC53!1JFAR WE AD WEAK DEFLATE Maintenance Program IL Rf vA ro Erg, TOWAR NST# -i AM 1.ON'NAMAN II ON,.1EBMre31. A M, NET MIT flftT14FEE R TD CgYW1LTA AN REMROAMTIES RNENOINEEP, ANOPEFA1RPSgRECTEDONANTEMENTAMMR0MIM 2017 Project 11-7 s., a .«T.nF. x.:: L. EYRRGEHIWNE..'FOREMVN CEMLICNAAA, INOEW. .—.--a1, 85 ALL WORK EFFAT531pwN SIM0EO AM MIIM LMS IDENTIFIED ME TO E f£REgMFD M AIU. ALIFANAR W. N. R,N,,, WECIFIceTAR ECTCNA12AR DUBUQUE STREET MKEFATSSMWNSIMDED.amM NWIDEN ED,MErDETSamMFDMADDu1FNxATF fu.RmFRm 14 SURVEY FRECPST LEVELS OF EARADE TO LOCATE I£MING TEE ANNTGAND TOCLEO AIMS. LVIiIMLDCATIgRTANDREPRR 15. DAING EAIANF RERACEEM, NOTHEY MIME RR BRI EN CP CE1EPogUlEO EIEM WHEC10R8 Ab REPNR ON A LM 2 'WE W.SB M DIRECTED MR CET0E 8 ON BRAMW MID I8, BLAME EINNT RERPCELEm,MONEY EMBED R OFBROREN OWNED INTEL AT SHEAR L ECIaI aO ART ADD APIEMN LOW rRNIJERAY'Ii FGNPLWEPNCF W515MOPECIED RR DETAIL 11 AN DRAWING MI. � Ir, BLPVEY wR 0.RWC#DRRM➢FNPA49RM MM SEAL AND WNNG CWFNM L. OX MO OMNIDY WRHEMMEAMO INDENT ONPTME#NDWTERVL&VIB,NAM FLHpS TOW TEE CPSHPLLOWANCE REFER NRTgL 1}ONaUryINCYABAND S IMB.0 WSECTAN DI B IW CS 8 ONRWNN BY ttY+EAiML0EFW M.WLERJO* £, S. C:tifF.MYR'4EHDIN'Efl Pb RIPPIf LS cl!'ll IL`.f, $CIIpXIL F, 1.li TE ,111,DAPTMEPIAIEWTFNIL EasulawEw�sFP_w nM nary„ ..Ams aTesaal li A+eFWwwawXN AUD YFCIFICLEPISEY110XJ!BICp ENGINEW: CA. Hwke 21 T G vFg REE. PRreBaLnnMxeLmeslmuUNn mwaeMD5rVOL mwH wEulm r: ,.Ih7011llYN-Y-lOE. R.W. Wilson 1 ! 1 EL ASPMi RPWINmE8. AE51WWEL5WAALTIPERro IOExnm PU LOCAICfl MYn88EE11BO1LBBMIEREMNA FCP roCGOflDIWIE wrtnowHERPNOFMIEFRFat MLMYIBMWEPHAIKNEMaxALEn COm BASIS. DEFER re sRAbATArvsecnwuoalw AboneJD. coxrTMcrWroaclERu[MMruwEieguMWewME INC, PEMNPLrHROWMm W£ABa1rODM SRFFCP SrPRT CFNLIBYEE1S 11OlElip(EiERLL MTE3GN II����B8 ^T��1 iMS DRPWINDAePLY DWININDAEMBPME PENCOV&EMJVAL AMMlO� E2 PRIOR TO START Of WORK CONTRACTOR TO .1 ANO SDR.M TO OMEN AL. M. UNE 8TRP8Ci AND MVEMENT INMEASSCIEuuDFMRAW uuePN.E ROOM SYSraL BeTw Ery LRE STAPMG a85 mvaurt wwxlxrs ON / CITY UV IOWA CITY NExxrs I.1EMWaEECMTmmRL AEERTOaAGbATANSE ETIED, ILL' s __ nD nwF ¢m.. ABReP1R Garage 24 F � TVITYR TONLN NSi AMPAIu" ON tl4pTC53!1JFAR WE AD WEAK DEFLATE Maintenance Program IL Rf vA ro Erg, TOWAR NST# -i AM 1.ON'NAMAN II ON,.1EBMre31. A M, NET MIT flftT14FEE R TD -NE::INMTAN= TIONB!. 2017 Project 11-7 s., a .«T.nF. x.:: L. DN—C"I .—.--a1, 85 ALL WORK EFFAT531pwN SIM0EO AM MIIM LMS IDENTIFIED ME TO E f£REgMFD M AIU. ALIFANAR W. N. R,N,,, WECIFIceTAR ECTCNA12AR DUBUQUE STREET MKEFATSSMWNSIMDED.amM NWIDEN ED,MErDETSamMFDMADDu1FNxATF fu.RmFRm 5TH PER ROAR PLAN TPERNEIMICNERpNJ15TAT np na, ,-E. .. ISOMETRIC GENERAL NOTES: q IMNINNCPBs1RI1LiEOPLLFSSrOFll WP4EEMPNILE64MRB P4NP8RLMRTONEflfl RREOF&.VA WYl EPXREI0.PNAP[F.1RE. D,NECnMULPAmRwPSLPWE ELY NBREaC0.lM MQ wIH VVMP MU On1E0. PRWICf PRORR�IyLY REEER rosPEcxWAipxsEclw olwA fl PK9E NtW N.LCCM1L LL ,tMi `P`CNQ411CN EPER YPPCP➢ESNID PRS+ICE EMfE&MNVLY wEvaaosw<E DuciwlPUFc saGv *INWIrna APaAW rvaa APvs. Ps uowEDro ROIERRRBLIW IAI v4cfEm. naR DR REstNcreccEuu WCEsswrrowue DNErnr Nlax NaAUFu 4EFERm F1nM LMNlU WJNMasrtfsrarWx sscnWEDl IOW ao JISWD. MLNva1GMW vflvosEDnoRR Aaysswl n MAEIIEDAW IPrWThDNIBIaCEBYwIE0. CTYIRVLR:9MlLEWO11 CNiE4NYLwmEXCEVELgMi4MVggY1 • ENYYLNh NNENVIM`IId • mNYNPnfniMW NxRIG A9E�ld • RNIFIGf.IL®EIACfEB9WV1Y fl:FPWFD9GWEPA' 1fD NDNWFN6.Li.4LlEF$ • NMEIO.Yfi CCMINLIICM EEM£.9PrORt Pi PPrPKf1p NERENIIYLAAriEK£9mRCVI L4pEi 4 NIIIYCIGNVL FFORCT NIECESVRY.uL E4stIXG0.111MNJEFAILfEamPF\Vil DJxm NWKE CpPInClq 8 W L RpM M REq.WE p4Nti'EO f FATIRES LPS P PF9Ur CE NV IEgNR nl MRCPER N W IECIKI fl r0 BMpfPC ryX1 CE CEIFA 0. mERF FECIPED.CCLPLYMR MMOmERAY)WASE MN1�nMi W1W0CYiEM3rM1wER8NIEClCHOPT Ia! INEgg1q TR AO.ELi PFFEPm PPEC1FEP1WX9ECJKKl011pp E NNIECrRIXACAVJFKYWVIAPMLfnP19DLPNL XOM. PF91nR FPLXLIMINCRPDYLBIl10NLN N6A9R1 fILLLYfLM:11G1q 4ppIg1IF1F11 FNfINCVn MY. f. RM/LLN(F1 LII PMPl.GlEN Gr.R'�M9IMONWMTi)N W/MG£MOmEiaOEJEIHNNLPMV!/IO ApLVL1Ep1MEFC 0.wANOFMRI Wl90LMr plY Rf MERIODIm[RY V.MLYTW%91}W NfIn1AY.11TI41 PMI! C19E0 EDR mML ftw EORI im w f PINY 1MpFN NRMY. KEY NOTES: Q 6TH TIER 6 FLOOR PLAN LEGEND: NR sirs ins••ra NORTH P ERNRGMFgnDDRrnax EusmDFPEf/sriFEs1FN RLw ERIsnNDCMLAEIEPFM1PFLw EM19nNGCNI NNL — ---- EXISnx r EN1 EA'M! ��- FASTW Cp$lRIICIICH AN!/IpIW ARM 12 9LNYEYGWCEtMWYIS{DmXGE➢EYDMWYIFHrsYBREI WSING. C L0GIKK10fOOW}RM1M}NFN(iFFP �� anW FWAu'Ar1ATf MO F£RpW EV W.ILN IJNf H1PIIfi PEPIPd P11 UIrA0.'E845L4 RPF 1. 1. mcEtNl MnUMC95i OFA tiiIW LpGP£IE CWB IS 9MEY VPFWilEVF19CF ClPKF FdHWIDMVERYLEIEWJPAIEDNKPEh ATNU0.srPo3WO11FRLCGII}l CCIENILCUIEY6,WRE➢aRgNRTE31111XFa',iEFAa PNAPNFC1 NAWr EY59MR EAanW LaNPP.•EssIEYmPENNx mMlwwamWsm. E.vsnW UBNRMEssIBEmnPFmArsD u G.Irtv wEusr GVEIRn �etoloc4rElFMwrtE ulMs»u ioaEo om mrElml LocAnaa Aw RFsrx aNmrEsmmExvEER.rvN RFMPEAIN raNPDETwIEDSEAlan MlaPvxonra AnwucrEDoxPDMr PWGEMi 1/z uEAERANE REmrARuuwwc}W rov LWT RESER 10 Cf i4L B I A•p E p1 PIPN1lC 0.W. It WM.%E RER FWW xDiEYF WERCfP KENCPR�DnfORCLWCLIC REPNRd1AWi PULEMSP DWECMDFERCEIMLBCNL PPGSWJ It DJNRGSEVPMRERPLEAEM, WR MWERXMMENWUDPIARATBRFMCONIECRNNWIIHlN1s'1PttENEM4 LWLIPN6FA NhEglA V11rRYCE Jds A9 CNECiED PFRCEiN II p1CMmW &DI. IJ 1. VIXIA+4•. •OICUIYX14PXFIG�LP fIC FkPYG 4:L .�. � uW W'FWPt:N ?LY. NWF'.K:[M'MTF�A41.1."#s!S_ f,S'W.RNM, v%LZ-F:>•RX:s DE2P}DPFiED IFE:.L PYPILtS :'.NflPYM1YfKK.i YGREPPIRS UFFC'I'FDCXP ME PIS M4rE'nl4 E8?g SGF�FLfPCM.1rE Ct!wALLwiRFE F£TE41^LF4'.a C1CP<nYr NJi nu0 sPEUFlGTYI �: iKR10 i 11M Z '9rOY,CTORPlJ,t rA4TX'LL 57,,ECi PEPSCYMPI.LWJRAGNAL:MPPIML UN O'TUFWICCUUV"WW PU, bYN ENRfAW R}rtkRUN WPA41E. <I. P!iPM3iM0.gN lIDiEJ, MFMNiNIf WYWfIGRiiRn MIFYPII,I'%An{PECUFmGE SNK HF�I!FA}IEREAI[.N FDP II. RPI .1W URSi GMP'iE LpRRPCTCAACQ%014iEfilXaMlNf MD F.WOEERFCR NAj RRI.E1ADRyEo�. rxa .1P C C.4"S YEFEv. TD n^ECNC}MV Y.iiRS %3MID Ntl@INT CONIPIGIORN S•)E6kE4L CptNE24l A5MNPaE PEMY�NiI&d.WWIRGFfA(f FR6A9M@t6IfLhYIEFIP TIMi[P 4I PPYux8LN0W.IlEdY. fMf.RH WIEE(Yl rFe$DMW W Mlr LWCLEMRVERExCkPL L vA rC EiPRI[E mfA.2NIW.2f r0 eCLR[M PIRNI NOMtRALL E.HIRf D1E9RIDKPIC MVFME?D WRICRNYEAS 6IEIXCISiCR IE{E LEItMIg RECryTSf51FN M1µ14FIf IIlEP441C.4M^PP\F.XM LLVI'•Ri51•ry xENNBAPME 1FWlr61"s1F1L F[EFsKSi[A1SX PfCIFGM YITI. a. fm"RmnraFrwEf snl4rlaWP.;Jsc}usmW s�vJFeselaE W,:.s. ".:;: z4 REFER msTae TDINf sEfiP+MnnrY3�I rAUNNrsslJ rcFeASE IXI r.:-. .-,. PEFameraPrwusEF.cNPlnnuceal w.IrLrsnroexteP.rneY,>•A�: .E rea e. ryEDEIf<INM Ra"mxNIrWN R. M RENRrCn MEYNWEPYSrENPML1lElP.pAPP/.IRY REPATPNYW5 570C#WPIT UUI P.. W. a "ILFFPUR9gXN.51WIFD,PNP.1114PIM, MIrlN..1111 '£MFFCTJtEnaiPlY: a'EFNAT'n': - saeclulTmcflWxmnW u. •umLW. EsrvMsnWNxsTDEW. PUDEmwIImR� 4e:XFNTPN xc iEM WruP. .--10NE NEY XOTE9 OO NOT PEATMN TO TNIS DRAWING. Im rxE LLPRµ Ex. }W Ew ELEW 9eml [MveN, ONaRPX2 pha'. TU.}II.R Fc •1tiA1�F1 wN.NRIN.mW Cm Or IOWA CITY Parking Garage Maintenance Program 2017 Project WBUQUE STREET BTN TIER FLOOR PLAN ]TN PER TW LEGEND: FLOOR PLAN 'Ni.11, WCPI III.. 0.G&MESIWLPE CLMWMTEO IN..E NIM PNII FRWIM-IIIIMW;Y FNfPPPED EICNgfF DINIC.NVIWIM.N't.1TNPOyD1I ONAWIMDnLPFIAFpB PEfERNa4[EG1KK19EC1NM TXPElnxed IN. W sloe Ina. ra L NRN3 CSYFFIE Fl. 1.. yi4ri PFI NJ yFIv.N AAWE "ll, 1r C7 O e41eRr ..I omnc A RNR NCPA 104LCMYOLh CCMINR61PPEi1L[PCWTILN EFECI6IRPX<CE9A'EIPMYADEFhCiE99EWLlV NORTH a Fa4511PG In Fp R¢q LNW F¢!I.L`fl:w1 PPDPem. aaawuslPocrxc[vrslEas=efrroanEwP(«Ecnl NLwwaw Puu pEFEP IO Pw.rM MANPM FYSTIG EREVSTIEE bId RLw SOm4UBXOYl.Ip1aG1NR6o11 PrNwWi PRENFWEO.VY ,�� 1[�Y E%IPnIGCONLNER BFAM BELw 4TNv.ERxAnxEENDNER .'INRNN. L1 Ili.NOMEN DlVtLONNNO MP45rlc R4x • INaY lNNI'"O"N ISP GIPTX6CW Wµl • INILV g2(BIaW WNABFLPdE=EP ---- VIPPNGIEE�TPIEE.MM •- FXi1W EY➢xHM tp! 1YEIBMIEIB.vEbrslasrolaww 1)HWGLBBME BAhNIOE RECM91 Y9BLYE ISCMT µ15EPEWIOOMRIP( ISOMETRIC GENERAL NOTES: TW P IMMIAHLLMIMFM®LHLMTnCIEDKGiP9NPLL[MNE ENIPANCEYFMS. PMIVb,blpxlwMfl F!!ICff8, A40 x4L 'Ni.11, WCPI III.. 0.G&MESIWLPE CLMWMTEO IN..E NIM PNII FRWIM-IIIIMW;Y FNfPPPED EICNgfF DINIC.NVIWIM.N't.1TNPOyD1I ONAWIMDnLPFIAFpB PEfERNa4[EG1KK19EC1NM TXPElnxed IN. wseeo. Imes L NRN3 CSYFFIE Fl. 1.. yi4ri PFI NJ yFIv.N AAWE "ll, 1r C7 O e41eRr ..I omnc A RNR NCPA 104LCMYOLh CCMINR61PPEi1L[PCWTILN EFECI6IRPX<CE9A'EIPMYADEFhCiE99EWLlV Nna: !IP:<I I:P gRyA®epYR LgE(IBC IMEEY: YJELrTgXY pIAOAp NOM gPEu. 0.9PEOWEomIWIECI RPELYB 4D F¢!I.L`fl:w1 PPDPem. aaawuslPocrxc[vrslEas=efrroanEwP(«Ecnl NLwwaw Puu pEFEP IO Pw.rM MANPM ....wN�n,..n, SOm4UBXOYl.Ip1aG1NR6o11 PrNwWi PRENFWEO.VY ,�� 1[�Y ,: rinw+EU Ea R� ..2 .Nscb ac qc � 4TNv.ERxAnxEENDNER .'INRNN. L1 Ili.NOMEN DlVtLONNNO MP45rlc R4x • INaY lNNI'"O"N ISP • INILV g2(BIaW WNABFLPdE=EP • L1EM 1FPt,lE(CEPKRE.S9Mn1YiNFFW6RTNR IM WNINiDR.VLIIEi .'..... .., • IP WIORVEf LVHIM.CIFMEEIYE.4RRlwIPIR1,n19LfECENRY9WMIfE F311111KVI YdLMO. IT �" L G MIIPALIdUWLxWI[R,PB IERININ". WBIM91tlIG FFARNEs TOPPVIIW NOT I. CCNIPPGTM YYUPE9MIM.'s mPREWAi R NODE. M MNP4P FAWELMW TO WAO.OF YNOBFtp/O wNA y 0. NNIN, ,,,NSp NMMiFNTx 0,,1 µO MM9EN1)LY R)TINT NO WNLEMT.O,,t,N PAE CLMEC AT MT F PAMV R. IBa MANI AJECY PEEP 10 IP[4%ICAIFN W. OI Im, �nf.Ecr10wI1R'EirL4Y•1FF^..M&e'HPFAR:w4s.P PXD! IN ,-N`O YC E WOCNT ROMCMWFNw OVMIf IIOCEMawY1KPJ. PESIMEEICMCIWIxpIPOYGEMro1aN[PAFA9ro IULYRIICIICIWCgtlRA1MERFMNNM MY. f. iwaLM'xM0.YY4UEEY lNmM1RIMO/PrPQhOxIp'xLE APNfRNU EYtEEPML0.YPII, .✓� I /vVLGMI®hWPC Rw IOMOERV PMi9MEYalfa N16MF0EglFMAINfiMUFNI W Ni FWP\Y. NIIIINL PMPB V FIFO Pw TMEi1C Rw ERw P6 FY E19gr IMQ.01 W I1pr. KEYNOTES: Q rOIIgNP0FM4CWUN.AAG 61flV6Y Oiry.t WB±s'6f41CtlE. "III..gp"4 .IPPLIOR rFIJCPI%.IAR "PETE TN[IPN M.PlppsarO quW �n^. ! "LN /k\t:4 '.\'RI: rY1 PNR&BIY P£[E0.1OLligIIR1, i, A'O 31JXDMWN3iW'iFC AREHr PCyl.li*A/1'lxO1PDO1N P91MPi[x FPµNh:pF. L NRN3 CSYFFIE Fl. 1.. yi4ri PFI NJ yFIv.N AAWE "ll, 1r C7 eFaW haeNB NPVEnPF:lRrnA xPru ilF£PRra1 NlI eWIx C') rdMdELIE1(xM9MrEs*IRc:seF^:cou4;uE c¢wlFwtFua wu+:F.., -:. .��� 0 wr^ S 1^tt^PrVYrCCVNFIICMWIkiPR•E"..F.r+-4L.^.vA'iFMP:1f9 PPFON�_gF-:._ r411(ylff R/fIS WI®A'E36F3! £ERCL.S xFLgiVF 5MTvYF:4' << � ,�� 1[�Y ,: rinw+EU Ea R� ..2 .Nscb ac qc � J l YAL'E.VtP IM.IrF�FIX11ESW4 t�eABIM.LflrtiL 1. yACF1 FFPla. a.. 11 ^F All9 t_T11111MryN. rL airp k M I. NLY5:5 P., P.V .)LME%fORlc I�Q�' �" I lrWl1WOWILYE IE M1OI'WRY AM4 4 9'lW[BLMMLM1II Ii.1P>,v.4, P.. IN TCLf�V Yd lNLK .pr[ FO 1.N I."I,IIL IN, 1, .1 .11. GI1gNNl0 NFP: W C\EgFr OF NfIIIII VI!PraCrE-PGMLEr& INIK3?0111.NFI C&u. 1 e[aR .rF+%,Pla'��.'inl•, YA.n. 0.--RWIIr AaErf£AK aµ b'AFIIE FM. ,Vau4Y, r£RR'Wnx (+JNIPIA OIJ II I IIII III, p'.V'I 41D 11i "I �nf.Ecr10wI1R'EirL4Y•1FF^..M&e'HPFAR:w4s.P PXD! IN ,-N`O YC E/FELENR Y64LE rCCgPRS9CMSEPIM[PEF[10% PCE .T: 1.N,nE rW.EA ?/KAIt* FPMP J'Jf1rEP. CONP1)TTAEN'YEET NO F£ aR fC ^vq G£ KT3 &T .�".:. tlAhlilE A1N 1'-X':E Mse+mvEcwulAvnt� of 1'MCPhO M "!i'[s'1yPY{OIRIK. ¢EgLF64 C PY J' P KR' S '.Y'YFRT;f5, `-111EY MM4 1111, TPI -ONV_`l lei MP WWX ES, NO INi. NILL(tFTE SY'N E 11A. F[l.-v[+WIFAFClPN9I11Wa NOrµXyPF4rry1PFd4Y:9F4MRE E'JIEMM aEEEP'!'f.E'eA5 �OCXDPAWIIX •frE•irfM.RNfk cYG, rP PM.• M F•PWi4ON JWNEVENINI S1rE1 OLIOI I F[ F RTEPILIATKM NOTIFY ENOIFEN NJ PEPFI Al 1.11111. AXW'I'INW,E l.1.,.L'I ON 11. PMI, II SS PART M E- PAMryON ORI. RENfL ELEI-_ 1I fltIX P(N ICR[6FEPEMWL ROLPDiR'6 , NiTIFI I NCIXCOI, ArD FiNFYJRM PrM.NFNiY Lry fl"GCF: LiscFp3gltP 11 .111111 ON 41x10.+9 NilN 84951. NIL 1.4 Fq,W TXF 12 aAHY ONaI RMWW@ONNCiDEWAIdJNJ[MISY41w KWO. CPFRIILCATRJ ROpWIfIhMIMFNiEEP NU FEppx Wxlwl'NI MAW IOPAR6rMPLM FNCE BMR RE[ERro[ETKi W MA11PP'fiW, n NmEr xEYMrt uNLsac4PACY raRvquEDM v15BL.OETERO4gTFO cvxNElEP1 Faa31PoPPMowWLounola GNWIICGIEN IM PH/W gYMIRSMIxEKIEEP. N9 PEPMM[VE[TF➢ W PlNrxtlLENM FER Wµ1 FETP1.IwwNNBMsm N INI NFLMTII IB MOIA/CEIRCI FAM1W hE RENIN. TCI SIMS OMAYLMAIOlMU11AW gMTR9 n11NENCIEFP AM.B4TE µ9 RRKE Tp D SEVAM IN tU41L YAN At pECImwA DNT x1L£WS MFER TD DETµd 1 aO P M.S' i Ni dMW xPIANI PEf VLEAEM, NJIFYEMiNFP CFxPEXgi LERPodURO9XEMNNECMP5419 PEPWRONA WI PNCE GSIB M NREC D KRCETNL B W pWN1NO LYO, IS DM 51AUM PERILEAEM. Ni V EMiNE R OF MQ EN EMPEO NAM IE AT 5 OONNE AND IN5TµL PDPREMEMRL g¢ LN9RNLRER.ONAVlnIXlPA51.50.5CRECIEC PEP Lf iAL 11 ....1 �Y VIf- EH -�•PV YYvITF uG.C.�TtIN,.;.E` :.:. .. -:�._NWr MSFFW- M pY: =':E: S1W iCNR V..pLI"Q N9Y..MDETE�%PLYEP I[EIJ NP FIS"FS PlA M"I EYSL (,'J. S(h1'1ta re01!!. IJCrN.tEfr4 F0.L'^RGNC9:F��BI r1lC A ll1W+F "_FE.Y AE", ENWXEW CA FIxBk 4PILW T(MN01/1W R, C`StP(IOPFETOFABiL0.l£2ETC£rRFMNgiLWOP.X!; IJAUNP AM 0.=tSOY'C'SV:1MNlP1 L%IMWN LPFCNm BN p>'F96m EM[IgM k.+rt FPCNGpq�. kw. 110w,, ,H91pN5 PF lLAFHiT ^IIKMEMPfNNLRFMt µ(t:l! iEP,MEAIP.WE NVIIIT%INAAPOI7i ri£AOE CQNfCLIMRI CPJI"0" W1lMC1nlE MIEVaMEL tK fl%tM M£11xNf r£KKi'µPl.Fl�Q'lPLV C>.i 5 FEIIIEITO MCMI! 45 FEFyR 1O9EfMP1%M!ffiCTRADO WR 0. I:MIWr IU J4'MFOOtFRW CC46iE1EPt1L£MNPµk FEM.MµirMIXIMJI1r1'iVU[ENY(K TO WBII.TGfM f1EP,M 1 ( µLPFNMXPL YIORK.11E1Q #rER4 MJIEPCH i40MNnG aRt CLWGNA1p`J'EpEWVPI RrtN TOarpRICf YIOW,¢YIIW.mFr9p.EfLgpLN'9yN1mRS.EPPLL E�B'Bµ NE3�-YPF L µ:PPMRxMEAfBNa(f91(NKiVW16WlSRECMfP151FY M1µLr21{L:r?PFFR;S.^PAtF!CM WfeI.ItSEr: W. CITY Of IOWA CRI NERJC9JKKCMT91'$Ifµ PE£EP.PaFYtCRRNYCYE]N Or'ZS i) RFE9.lOErtl[iwEP 4[AYJOIx RµO RI NSRFY.YJJFCP9yR Y^:v:- Parn Garage N. S[E9.1!:ltMFPMFA SE(IKKIaDRNS MJCNRFY55ary"I4F B4EE x':..- Maintenance Program Program .._rr_,. �. FEFERm£taPPMFA SEC,IOXµCRANPMMNN14J5!1, rDRNhRNn,I.J -4:/' - Q017 Project wBIXNaTN RxnMP1:WB ,1 MICRI. MIELIEP Mfl1xWE Millil III III N%t tlll NI I PRT. 1.l TC ONIFF.FrEf.:IIE". 91. PII.,m EFF.MibSIM'NSWMD.MCWiHMIxf1310E111¢IE➢. Y'l IOPf PERMPMEOA54^CYT:""It DRAmNL TRE mEryBlumxttcroxx:ttu WSI STREET ,+ x. Au naw. EFNON,,, wX5MPfD.. IINImIlzm[rl11ItN ANE I w,. 1.- ... 1T11 TER FLOOR PLAN zPECIFrsTRxzE�rxxmraN 1 GENERAL NOTES: Tw • EEvnaRcpaLMLwswaesmucrmewEMroaL UPvufxrwcEs<xlrs. RawR sruRrorvERs. collo EsarowE �. ExLwacra. wau REglMJwmwaarwf sML] of cooxwwrfolxwvnncE wLmolmeR RRwIOE wOEfssroxaLr EES w¢rRPmyywosoucrxowuwrmrewEErmRwrNwawuwnoP. wfns RssFRrosvEcrlunwsfcmv rxr Es,.u.a m.. POEsa Lw e.., LIpFP sx.., e FPMmnwRowwERw DMwcf Rw DERRlsanrcnvPli. usroxE ucxowi1w DRwnmroxwrRvaro mi. rn,.,::s a PIP�FaurornaFawrEERecrswxlcwfsaa awnoE aPaEsssuwsr 1 raMmeo✓awxamcm.Fre vr¢r*LxmrwaxuLaw Faae�.asuauxoro PPortar�uwa ao z1,i iii Eamon.iov.wusmcroaEssnreasswrrowtx+wanraron wovx wxE<s rfrERmvwsw erwnW ..,.,�nrlm...m EPmEEosEararxxsEc�loras��oocaacnmo. euR]xaroaomaosfo wau rvErsswuSE REwEwfD.w CJ INaEOMIA'aCF BY OFIER 4WIIVLiCQ9VLLIWO114WIFPNBELLTMENEE4FlORX6RMVIGgAV _ • emaeawm.Eau mom=¢v ' MNYPE4fHIgW FaAW N3FvPP - CIFMS IFAr IF49E wafEswrwLraanw[o90x]EEttWiEo aauwrw®aellrE.[s .,..,...amii .i,,... ' . wrEwwuwa:cw,srRucnox FF]CElJRgllMusrucE ms�sfnxxxYawwRrftaxamnwiseer I I �. c. cMR/LRP aWY1r110Rcr. ISrvEGEssenr. uE FYlsrW auL.W I.. CO W PWWE LUM I. 9VLLREflV(p(RENPCE ED RAN. MA FE] Tof WEOWR WPlfl FrRORO1FM W MnOFuncN OF EES arr[R / e r a M6FISpFED. REFCTARaWrEmMoTNSEmOa.mrMrwrW a➢YLfxrsraR1011E118.WFclCHDRr eNY rPFdapIOMrROJEcr. FRiO SPYFIRCIFlCPinNSECMPI %IGQ ' p„� 1\\ e FPMmnwRowwERw DMwcf Rw DERRlsanrcnvPli. usroxE ucxowi1w DRwnmroxwrRvaro FLLLrxFcrlw�c<auroxmnREarvwoM Mv. �o F ECP 4l W1 PWYFMDIMEPMPMWaQFDERRPpM 1K1EMRMFLYnBMR8WHI0.]W0.LIMrM C FWNm1VF➢S .TO.EiV>O9SNY.0mM1LL 4EMPN1C.10 i fF.Ap DW 1a.0 Ix Ft. nP0.0191AOSY, CJ O KEYNOTES: Q �Y I I ExPxEw: CA, Wake I i' I' I i ... I i : I' ' I L rn C CITY OF IOWA CITY i r. vmm efrae;amwfFrtsfaxvaysao mERloMmx cwPMDluNnrr ao «cRmxwrtx ExarEER, apurssil'. nwREciEDox Rrae:aww+iwamvsrtrmueae.aaor woMmm sa. CJ 3P..Plrr _ O ' i MkRf lrttPrtD M1wYmtOCarRNRM fnwW NMFBtlW F11RV®lN.[Nr85LLMWrtCF IIV PW IRMS. r REwvf EwnrvD Euarwox xFn sYSLaE wErsroasa.aa Pcrw re]EnPEcmeREMpxP'rmelon r M1NfREoiwma�roxsaorwwnFrwmaoavowwE.vaxEroa �asERrooErais v carom Dox wniru ssw. � la, MW DEE).Pa ONXFNTREttRcf NTSURVfrtt Kx FLP LkIERpUlpx lgnfvfHAlffRaL RfFNPA9 11.. swm'"W. FORLmsEEFlicwDEnwwurFDiyDaop caswEmmorfEA'aoRErrAu I I ExPxEw: CA, Wake I i' I' I i ... I i : I' ' I L t: I CITY OF IOWA CITY i I i > 3P..Plrr 2017 Project ' I '. � � Lx wavEr c.R+cE Fw uwuummECEuaaox nun srsExwsW corevw Eaurwewauemin mmE�r�EEfn ' +: 1. :l: ', I � , L_ __. O aorEuaa fus]suE]mon rvmlw RfvmrsoxnwraWEem mRmro¢rea]woRFmwmea IPP n aRhYEPECISi IE L4 afAPAOE. SauEocPMaYEElETM1EDCCMAE]E.1rttWSI CAOYUIOOAICW I I I CCIPW LOG1UMa0 PEf4P gNMnEsmIXEM3EE0.aOPEMA 41 fIRC1FDCNPLLRiRPEM^E RERyPIM 1 1 AP 1 CfrILLMw4MNO Soo. 9JRYEY'WHEEVEts OE WPFEE EMDEL TOO DgM WiCIXE0.M112NM6ULOGrtl10bO143M CYNlIR9 Min FI{JEER, M0 PEM3.'E /.ND PE %ILF l W LEO SM4M IN ipRf sIOH, A9 gQC1E0 pl S lNr f mCE 81NP La Prim rYPICAL LEVELS I -C eEa m. aEr PESEPromaLSLausoxo ssx. LEGEND: Wn wau EouPw nPP mR noRE aRa .mor uwaENLe FLOORPLAN ONxaamo-Exwo 5117 1I18'•1'il' ENSIHGMUFLCp INVM NORTH - awrW rSCA4llEE SLEa BEEmI 11. LYAW RWLEIEW. Em ER OFNOKEx WRDFUWAT AR00MR11PiaolEBraLPIFFlEI.EExra EowixesERwaEDxaumrpcE ewVeaa DmEcrtortneEreaNaow.meaaDi. Epi W mcuiE suE a]ar —_—.. — FARIW rFE-16rEEA11! fYA]W M{W®AIJM! 11.. swm'"W. FORLmsEEFlicwDEnwwurFDiyDaop caswEmmorfEA'aoRErrAu GJ. Sdallrz DFEcnoanimEao vsrerms Mse. uwxcEvm ERarxEcnlwono¢ROERrooEiu uwwuvW saY ao ExPxEw: CA, Wake srECPPwmxucmxMr�m. cRECRm ar: ... RN Wilson 1 { L -•aa_ CITY OF IOWA CITY i1 PFEFPLOSLM rCwEP YCTM OM RNHM pNML q]p]1011665E @a 1MPI EfignS. Parking Garage Maintenance Program 2017 Project GRNTDL STREET TY%CAL LEVELS 1-1 tF W .ME® TOP LEVIM + FLOOR PLAN 5110 ItIF. '-W NORTK EE® Y LEGEND' ENSnxDWuaq°xowx -...-... .1.4PE 1FEE . FELON -. ElA51FIG OEORrE Sa.1. FEE TOFFEE ONr . av NFMOFhY.i Ob ROOrt FEN£9NFORT 9FRNRroSVPL 19lApR FENCER wWRIMOR 3a' GENERAL NOTES: Tw L 0. NNNINXCC W✓N£EMROFEDIN 0.V WEN OWNEGWRINFEE GOOF O L r[aaF °p onraR. WINK RE1ML89rPLREU(LCE RI NI EMMKE9. wGRF REWRYp PoAiV10.�1AE914LLYCCCAdM1E91HIpr6VLEMM OWXE0. PRGNOEFAR o. 'biAFNgWH1.40PbNlE nIFXOMER Np EFORE.90 nMiMrWJ/ikRCEMS4MRrCNFRB RNE CLOYD T EwRecn[WCcfr NFmroarmrrwiF.W Ncnwnlaoo. a\NF�� ffl IEIfMLLY nFEFnPEosG`Wr£OIXEciNOMVLM1PpB YiELr ilAWfilpi nvCLMwC0.F M.E/5. 4RRrosRClrlcFrpN sscThNi raE.YlR. -4NF xanasscxDlReeFM lEwwxM rsrsmN W.. r INs sNaFnn nWv' PISHp. EW Ew F7�. ENa n. REFER TO SOME R RI N° RFfi M gUWO M FOR WE W NOM ERMIs Llme•ti.GbrFM M PwsE wwn rGAccc»vDArt cormxue mvrcarcunrrov EREcr MRRnsEsamFRanrE wuEsvaaLLr rlNa: •l>.zRann ."".1FFNIUWOWMARR0.PI. FPW3MMFRWL YIMEPAW D110MwEP0.rOENCANER.PUIRI I NSC PEM NMO>Y MiNGIIWMraOPY.WIMaL wi PMEUEI3NLi CFEcrNL IFOirc Yiar llAgbXOPOppAa NpU MFA4 NPEGWEDrO worECl KRSO1R N0 F¢�I).:1 .a.1 .. .... -... cmEcnreEl°w wcw cvEia ecreR ro Plwvwawwsc so�aamsPEcncnr49Ecrroreon000uaols9oo ....IeMm..m mREsrwcrzcEssNlEgsmRYro,uEu uLP snua+owwosEonoRn mEo-ssXUL eE RswEwronw N PPEOFED M AI\E aIO MRRYL FFP CEFY9 l I e HY)IMgUWIXG 9t0. ...'.r, TOP LEVEL FLOOR PIAN APMwrD xPnvANCE 9v owrER coMRNRMswuraLow WrEae DELM nNENoaFLORw RwsRG FUN. uw DRNFNVENmN-Iry O MMIN W�.I RE OESWPN E.ry OF. lEAr,IFEWIE FROFE FVMEsvawty REPRF®vEEE Rbimraa eRrrtArEDAr ruins .�...�.r-. �... . av NFMOFhY.i Ob ROOrt FEN£9NFORT 9FRNRroSVPL 19lApR FENCER wWRIMOR 3a' '- c. cONIPMrOW-1 MOrfcr 4 IEOF.. RLL EA•MI.RA I TO PEWM W NOT MWGE LOMWLrM1 L pE sW4l REPaP OP PERACF ONM304GIWE91/a1PEdaiOF... MNAPE.4FPJIECIK4Q Ic 91nYM:NNI OF r[aaF °p onraR. RqO o. 'biAFNgWH1.40PbNlE nIFXOMER Np EFORE.90 nMiMrWJ/ikRCEMS4MRrCNFRB RNE CLOYD T EwRecn[WCcfr NFmroarmrrwiF.W Ncnwnlaoo. a\NF�� ffl FA rCB4M3nGN, NIIRi r3CC4DNCeUMIPJ YHE FbTGNIE 9IRMK 6Wk£' �EJL -4NF xanasscxDlReeFM lEwwxM rsrsmN W.. r INs sNaFnn nWv' ;90N A E PgRC1iLMOPMBFRV VYV£NOpE9a9pAEwL9. liSIgEEII. Nx CPenYLENir°wPU NEl4ro n. REFER TO SOME R RI N° RFfi M gUWO M FOR WE W NOM ERMIs iUlY MCiR11N'(PIa2NElFA f/LIIwrM O•l. M f. PMWPMNNMI .✓I� ."".1FFNIUWOWMARR0.PI. FPW3MMFRWL YIMEPAW D110MwEP0.rOENCANER.PUIRI I NSC PEM NMO>Y MiNGIIWMraOPY.WIMaL �rnr QN MDW4FR KRl RANP9oxrEo4M1WFW ROW 4NFsm FNFRwv ireabnsNwar. . .. .... -... OKEY NOTES: Q 91PYEY 9rNRrDFEP iM LCOS Ip9MMCFIWCM1F011EM MO MEN <MEM.IIIIIIIFNiEE0.MOliWLN P. DPECIED MPIME NONIEa.LL SER l9ORaE04RP111EfA41MLONWEF. R6IXlI1 LEiY MAIYEO[i1NO 514CSIGmIE<MW OI}I W. -%=-IFElFW1ALL.1"OI 4 Ll. T. R4Wl 11 NO '- _. , 1 'I I. '.i: Y.iX NMERt01lfMIFl"eLL N nM1 Pf IIIPIN6 STt YFMNNN.RR.R:'+ALK? Gl,Ajl Oli .d' ID O'PWYiE NM(NNE& AILD EIEaIEEPNifU1 M1VO11gNd£^S}C pLPPfA^. MIP V3fbr iy .\"&ECFV-FMM[E{i. NMOO C.nM4Cf LE4LYK1ElF4LIMle':s ENTk I y1EFF __ If KlPH4WLw?L I\FK CFIER4 .. , w� .10EMSREREMOV'NGM .: R[alR+4 YR\[twat AEtlMNERBIE4RL IN a\NF�� ffl FA rCB4M3nGN, NIIRi r3CC4DNCeUMIPJ YHE FbTGNIE 9IRMK 6Wk£' �EJL -4NF xanasscxDlReeFM lEwwxM rsrsmN W.. r INs sNaFnn nWv' CITY Of IOWA CITY n. REFER TO SOME R RI N° RFfi M gUWO M FOR WE W NOM ERMIs Parking Garage m �rnr 2017 Project .. .... -... 1. BFVEr Y.W4NL SK Frr9 FOR PILLS NO DE rEPSWRDIt EONFIRM M1Y YO LW.ttW MlN EMOTE ER. ARQ)7 N� TI III CAPITOL STREET N PPEOFED M AI\E aIO MRRYL FFP CEFY9 l I e HY)IMgUWIXG 9t0. ...'.r, TOP LEVEL FLOOR PIAN "��• I MQEIMfArED, F40RN U FQW OFCIMtiFD 1Tb CPPE. E1P0.'F9GN FNi SAL N. OF LIIW&M WORK ttWEi¢r RENOWE EApIM EXN9 AM 8rF1FN REP gFFACE9," WEELIEw IME. WNENW RWNWWIX ANf413181 RNMEfC}1AYY19FOTW9II}WMaInFIHN RiNWNp PM[PEI.YpIELMA PFFERL°LFT/E 0. IRIOIOpI pI•IEM AL. K NPNiCERFN&MCW PFRCf9Wf.3EVEYR¢FprtiM[EIEMMttrl to@r RYaEFRMOREwWN DMEcreDMR WrPNE WW RFn MrNroMwMW NNI. W. a.EVEvwEusr LEUFts PERFAc�FWPAusDMNSnvDErEPWruEo roucRErENr Rw9srRPsaorXEP LDuiae Cglipll ICLAMMb NOPEPMP°WMI}IE9WRXEIK#ER, M'D PEPPN ASgPEciEDgi<IMl &POE &519RPSMVA EEtN I W °PAWMGSYA N LAYEYPPEfASiIF£LStl UAC£r°LDGIEI MMEJEWfS TO ED. WS. CP'FIIW LCUnIXd 4OPEPM LVWTR9N 0.MORaGLE.YO4RCE iIXMEDSFAIPMINidgE SN.NpE[lE° W ELMRtlCE BVE REFEP rO LffN.I5I.aO I ... W. gPMOEa REflKELENI. WrErMWRUS MML£rWPIRhDeSN4paE4'IMSALOR~MAL PRKE arsesN WEcrtGPERGEraLeMM•NxDsm 1cA bOlLaiaLa.PFflQ1rN Ie. OWWTD ERNS OONAWI EN�WVRLYGI�EDRRRIONIrglAOMW Wl yy CF 91PYEY 9rNRrDFEP iM LCOS Ip9MMCFIWCM1F011EM MO MEN <MEM.IIIIIIIFNiEE0.MOliWLN P. DPECIED MPIME NONIEa.LL SER l9ORaE04RP111EfA41MLONWEF. R6IXlI1 LEiY MAIYEO[i1NO 514CSIGmIE<MW OI}I W. -%=-IFElFW1ALL.1"OI 4 Ll. T. R4Wl 11 NO ONONEDBY: _. 2'm. NtlsM 'I I. '.i: Y.iX NMERt01lfMIFl"eLL N nM1 Pf IIIPIN6 STt YFMNNN.RR.R:'+ALK? Gl,Ajl Oli .d' ID O'PWYiE NM(NNE& AILD EIEaIEEPNifU1 M1VO11gNd£^S}C pLPPfA^. MIP V3fbr iy .\"&ECFV-FMM[E{i. NMOO C.nM4Cf LE4LYK1ElF4LIMle':s ENTk I y1EFF __ If KlPH4WLw?L I\FK CFIER4 .. , � .10EMSREREMOV'NGM .: R[alR+4 YR\[twat AEtlMNERBIE4RL IN a\NF�� ffl FA rCB4M3nGN, NIIRi r3CC4DNCeUMIPJ YHE FbTGNIE 9IRMK 6Wk£' �EJL -4NF xanasscxDlReeFM lEwwxM rsrsmN W.. r INs sNaFnn nWv' CITY Of IOWA CITY n. REFER TO SOME R RI N° RFfi M gUWO M FOR WE W NOM ERMIs Parking Garage Maintenance Program 2017 Project .. .... -... N� TI III CAPITOL STREET TOP LEVEL FLOOR PIAN J CMI0.FCIpl ro LMY W MrE NL R" `R "MSM MLCLEMLES1R111TECT' PWRrD pvELxcR1DROWC wpR EFFRNnroE rogF1®x Dj MMES wR110 REFR ro LEMEIE6W1P1M1£ CONCRETE DEC( LEVELING AND BRIDGE EJ WOW �1 PARTIAL PLAN 6120 / 1nfi'•1'lf T EgEREKO' RNREIAT1E1.BEDEDSIEELRRIMPR PEVA'ECLBSMES NMIIALYMRNCLICRFIF CECM1 EPM NEA r MECWKLUSK MECDRCREhMCKREP ,RW&L1EFCpCREh LLIBNDE64RM&NLMWrDWTCH RE 111..1.Cf CCI .DECK. RE. WFA ITT. RERTIDeNA E14CWIMW PV!}RhYa21CRlE FOR EIMM11CboxEQ PFMgTgW 1TO L� EWTEER.MORECpFCr®t66DMLLw1ETEPF➢MLSaxAN1R CCIT W4i�IMRM TO CET"1. CMKMI]S[0. F�' \ 1D DEM 1—AMD"I—ANT CRRRE—E1£VATKKB VCT C11RF£HT WARN— —5—DRnE NIS'/'JH EMMOKEN FNM FIFM WIm QRECnCFp a CIX,CRETE ONRIIMPrM,S M DECK ME RERADRIT IWW IKMIER REAWWC ARGrDRENJVEPMNMNttYTa RYSHEIE FgirNE EMIREMGSMnMSIWIED PRERMICOMEFITEYRER.--NC RmuLEwcD ulocorcRETE wERur WRIMMFMIIRER RECDERWAno1s PRonDEP1NFOWxcpcREre sINFME WEEaM1amrWraDPEscwmH'xurm RwoRPr SWDcc CONCREf E DECK LEVELING AND BRIDGE EJ WORK ri-�\ SECTION s2 Ins•-V� GENERAL NOTES: a wanuxLmaRF]a.¢LnammLcrEDPccEssroaLDvrcEExlrwcExllnR KRRR,,srRnrowwE. muEREaunLwi IEEEMCE9. NLPM1 RELURµOPPP1VL 0.0915E 91W1YLWIWEAiFONNNNLEXIMGN1Bt FflRFEMQE19OV1LY PRE.,... D.ITIRDNVI MTRMRWELrnP DRMgMRCRIMEAq REFCROD CFYiMx1YC1EW 11. mMS RCR,roP000MCMhCCNiNFR61WiFC gICLL.EInt ER[Lr µWFIRS4pptiHf {P6ESV}Wlr D .RED vp.PCE xECTM3„,,FCwELYnFmsiloRuawlnowl RPFA1 M I¢aM FRDrtRPEeSA . FVWERn. ELOCK iRESIKKTACC ERFS1ECE.ITCMIEA9CMKILYRELONAOR[PpEpq REEERroFNL91GWAFIKv woKID SPECS RTRRRyCl�Ma11nWIND.I W. aL.MEFtiCWS,.AfEa5.RERENEnNPw ww MMVAWE er mmER cpE1Rx.-1w41AUFrnLDRwhIwxELDn nIENEVELwW RMRW Rnx . AR4Mn«mErwNneuwesE=ev • ClFML1Gi, LE®ERfFE9 1Y FTpIAEO SC1,E�pE1Ep Np YWINEDPI4LIEE4 • ly lnilCWtl(E 2N5TRICRMiEH£SVRPI RT pSrNCF NDFFCENRY 9LflF(i F£E49n1119JT WXtG CCHINCIOR YWI MTECr, M 1ECFS4PY. ALL ENSTW&LLDME FF S TO ROAM W NOT CNYGE COMMCTCR S1VLL REPOIR OR RERME Ml ffPTMES W A RE RLLT OF µsLEp OR ARMORER PROTECT TO MRSFA IKKI GF OBER D, RICER REp1ND.CCM1pNR MITI DWNERHU PIWE RORK W Ell W IYIO P➢MCEM RTML TRADERS ME OLOND V MN IRE pIggnE4mlKf NSPIOSR TDAI D.SICIpNo11., E A02CfilOA WN9fPCMDIYV.i AW LESCbgfi YRgI. RESIgRERpIWd1MCPMYC'ERFro.ARFAsro FLur,,,R GNCOCIgTRMP(TEA EICR ROEI CAY. F. FQALLARIKOl NPSN ESRCC DMTEDAlOP EDR1MF PU RNAEtl3EERALLRY( A9MNRD IWSFlC ROW rO P TRCNPASRAWYCNYKINIERRW FRCMNpEMrrIQO] )WMFWM RRIALL PAMPD OPENEDFORTWSFICFLOWFRCMI:WMI.00TEREJOH RY. KEYNOTES: Q O Tw TM1�1116 b. lmerepM al..l E�gpbRRRR Pte: SESNi� Ec 1uz4E.ML ....14FER.v a J B.T _ L. . 11 &R PAECPBT IEYELS OR Cll FOR yWLED OR VMY DETER D CONCRETE Ri PoLBSIWPS OR OTER LOINEOI4 CORKIN LCCATICIH NO RMR`R pNN111E8 WH E M ER, N10 REPNR AS DIRE ChD W P Wr ERC E%VC RR WEIR It 51PYEYMR/SiIEVEI9DFCAW.EroIOFATEIE TEEAWSNOTM DY WS pxFIRV LCGTCM 4'0RE{'M pWL1 E VNT1ERRMEFLANE .PFpK4I.1.Wrp9 .MCPEChD1NRLM5 . REFAIOCETN91 Nps W LPAIrFRi 96. 11 pMFq SNMTPFPViELEMr W1RYEKi1fERR BRCXEHpI R1pSCERIFD&EM 6NECIgSRq Rp4RCN4LM Pwa eAaS AR oREcho WR DETM a ox purvlM s1 W. 11 pNWSSFAIMTRERVCERRW WnFYERW1EER OF ERCEIR ER M1AI E AT RRM CWMECILM NL IWTPLL WRELEMERTAL 1. TPNYER NGIE W PRICE A5 I. PE M. RED RR RE. 11 DR. Rtll. M 1R5£Y9iM1PMFORLOSF TNFI'p1 LETFM]Ll®RFJ➢ND P80.8. NYU" MMER.iKER.RE.. [REI: hO OR NO W11EERALXV, 1®9 FLR(9 FERN Ay1 MLOVIl F6 R 1O Ri.M M OR DRA..1 EarnuIINEc1wD1L1M A. CONEICA RtlpDE ETO Lp1E(i 51REFE KW RLL R URI ON A EIW 9M WS N RD, COMPOLICB MR1 WmmNN .1 PCnIN, P:[ LOIRFY1N141:OONWYiE WIi ILF 4Y[EKJNL(P p.11ll 0."Y Ml/3WERM KP1YI't r::: PA95 PE:A. T9 y4C6YpryNFELIpB M:IFNPWIWP LCMIPLCICRN9]EWnEA'OCQI0.EYF 41 W: FEMMLnKS itSJF VANEFP1Cil"u Me011'JFDN]REPF STA4T(i 4lR4AM Y/P41R1Ri " iHs IFAIRif+u_'^tY peOC 1k4RVER9GVAl :R WL iCSIPRt CFMIM.rFnIPK.I`F r98vyNM1p SIIMI Rl TLEp PLL EARL L<E KRRR:: ~ 1N;fIR,.EREFV S1RO1E1FMNEERET MERCCCRTR5IFEK MSri['1CA LIxE i11S7 M1: 1., I, FEEEF RC T II,... .. M 1EFERrOSTMN1CYhA9[CMYIMEIgM6 pI MAXHLR SIISF�RASEfiC WCp11 FSFMR a IRENrDsrNR ICWER YCICMNpgMS LH p4YIMFSlI1 FOp NTFAWhS W.MA'01SRV'PTERgir} RE'.,C SECFIULIVI,EECTICE,l". CITY OF IOWA CITY Parking Garage Maintenance Program 2017 Project CNAUNCEYBWAN MD TER FLOCK RAN O 2NO TIER F S + FLOOR PLAN O LEGEND: KEY NOTES (FOR PARTIAL PLAN AND SECTION): C> siiB Ins•. r+i 1 R `CE,EC,CRMMMMR. MD”'fIXMIEWEOFCpCRIER RWTERVLgwrML1ERRFNMTCNALI ,..I HFIN w EW1EG Lp611Y1C,M1,D.rt F R EMEW.1 RMT.NAxT. MEER REEF""IE CUS OF CCHCRFIE REPNR WTERAS, RRTNL IEM SFNMT M A L SW NORTH I (EISERIOMERFLREl —.—.—.— FFanILEuwaM.uxr a EA41tfiRKLDFANNAMANI9OEThREO FaRIBEKHE31l. M R.LLFpIRIE CPGRIE CERE. NCTNLIEIFM® .......... Ex191YL FRECA9r7EE9hM. O fXIRPWCOWREh CORN OO l FIUSINTE..TELRWRIRMI SDICJEYfCPCACBEh RTE10.MlYM CAEOM pYMf1£8Mn1EMRTEFS iIENRFPMI - EIJ61H6LCICRFIESFNI ffiA �� EFIR11W L91S0.4ME 519181 S EIATMiR4WLT4Ahl MEREWMNNlI1] KFMMEMMEWiEMOTOM4pMAshEYPM MW EFEIRELW RVL { Cdk � MOS — RRIH6hFRhE ABI! CMI0.FCIpl ro LMY W MrE NL R" `R "MSM MLCLEMLES1R111TECT' PWRrD pvELxcR1DROWC wpR EFFRNnroE rogF1®x Dj MMES wR110 REFR ro LEMEIE6W1P1M1£ CONCRETE DEC( LEVELING AND BRIDGE EJ WOW �1 PARTIAL PLAN 6120 / 1nfi'•1'lf T EgEREKO' RNREIAT1E1.BEDEDSIEELRRIMPR PEVA'ECLBSMES NMIIALYMRNCLICRFIF CECM1 EPM NEA r MECWKLUSK MECDRCREhMCKREP ,RW&L1EFCpCREh LLIBNDE64RM&NLMWrDWTCH RE 111..1.Cf CCI .DECK. RE. WFA ITT. RERTIDeNA E14CWIMW PV!}RhYa21CRlE FOR EIMM11CboxEQ PFMgTgW 1TO L� EWTEER.MORECpFCr®t66DMLLw1ETEPF➢MLSaxAN1R CCIT W4i�IMRM TO CET"1. CMKMI]S[0. F�' \ 1D DEM 1—AMD"I—ANT CRRRE—E1£VATKKB VCT C11RF£HT WARN— —5—DRnE NIS'/'JH EMMOKEN FNM FIFM WIm QRECnCFp a CIX,CRETE ONRIIMPrM,S M DECK ME RERADRIT IWW IKMIER REAWWC ARGrDRENJVEPMNMNttYTa RYSHEIE FgirNE EMIREMGSMnMSIWIED PRERMICOMEFITEYRER.--NC RmuLEwcD ulocorcRETE wERur WRIMMFMIIRER RECDERWAno1s PRonDEP1NFOWxcpcREre sINFME WEEaM1amrWraDPEscwmH'xurm RwoRPr SWDcc CONCREf E DECK LEVELING AND BRIDGE EJ WORK ri-�\ SECTION s2 Ins•-V� GENERAL NOTES: a wanuxLmaRF]a.¢LnammLcrEDPccEssroaLDvrcEExlrwcExllnR KRRR,,srRnrowwE. muEREaunLwi IEEEMCE9. NLPM1 RELURµOPPP1VL 0.0915E 91W1YLWIWEAiFONNNNLEXIMGN1Bt FflRFEMQE19OV1LY PRE.,... D.ITIRDNVI MTRMRWELrnP DRMgMRCRIMEAq REFCROD CFYiMx1YC1EW 11. mMS RCR,roP000MCMhCCNiNFR61WiFC gICLL.EInt ER[Lr µWFIRS4pptiHf {P6ESV}Wlr D .RED vp.PCE xECTM3„,,FCwELYnFmsiloRuawlnowl RPFA1 M I¢aM FRDrtRPEeSA . FVWERn. ELOCK iRESIKKTACC ERFS1ECE.ITCMIEA9CMKILYRELONAOR[PpEpq REEERroFNL91GWAFIKv woKID SPECS RTRRRyCl�Ma11nWIND.I W. aL.MEFtiCWS,.AfEa5.RERENEnNPw ww MMVAWE er mmER cpE1Rx.-1w41AUFrnLDRwhIwxELDn nIENEVELwW RMRW Rnx . AR4Mn«mErwNneuwesE=ev • ClFML1Gi, LE®ERfFE9 1Y FTpIAEO SC1,E�pE1Ep Np YWINEDPI4LIEE4 • ly lnilCWtl(E 2N5TRICRMiEH£SVRPI RT pSrNCF NDFFCENRY 9LflF(i F£E49n1119JT WXtG CCHINCIOR YWI MTECr, M 1ECFS4PY. ALL ENSTW&LLDME FF S TO ROAM W NOT CNYGE COMMCTCR S1VLL REPOIR OR RERME Ml ffPTMES W A RE RLLT OF µsLEp OR ARMORER PROTECT TO MRSFA IKKI GF OBER D, RICER REp1ND.CCM1pNR MITI DWNERHU PIWE RORK W Ell W IYIO P➢MCEM RTML TRADERS ME OLOND V MN IRE pIggnE4mlKf NSPIOSR TDAI D.SICIpNo11., E A02CfilOA WN9fPCMDIYV.i AW LESCbgfi YRgI. RESIgRERpIWd1MCPMYC'ERFro.ARFAsro FLur,,,R GNCOCIgTRMP(TEA EICR ROEI CAY. F. FQALLARIKOl NPSN ESRCC DMTEDAlOP EDR1MF PU RNAEtl3EERALLRY( A9MNRD IWSFlC ROW rO P TRCNPASRAWYCNYKINIERRW FRCMNpEMrrIQO] )WMFWM RRIALL PAMPD OPENEDFORTWSFICFLOWFRCMI:WMI.00TEREJOH RY. KEYNOTES: Q O Tw TM1�1116 b. lmerepM al..l E�gpbRRRR Pte: SESNi� Ec 1uz4E.ML ....14FER.v a J B.T _ L. . 11 &R PAECPBT IEYELS OR Cll FOR yWLED OR VMY DETER D CONCRETE Ri PoLBSIWPS OR OTER LOINEOI4 CORKIN LCCATICIH NO RMR`R pNN111E8 WH E M ER, N10 REPNR AS DIRE ChD W P Wr ERC E%VC RR WEIR It 51PYEYMR/SiIEVEI9DFCAW.EroIOFATEIE TEEAWSNOTM DY WS pxFIRV LCGTCM 4'0RE{'M pWL1 E VNT1ERRMEFLANE .PFpK4I.1.Wrp9 .MCPEChD1NRLM5 . REFAIOCETN91 Nps W LPAIrFRi 96. 11 pMFq SNMTPFPViELEMr W1RYEKi1fERR BRCXEHpI R1pSCERIFD&EM 6NECIgSRq Rp4RCN4LM Pwa eAaS AR oREcho WR DETM a ox purvlM s1 W. 11 pNWSSFAIMTRERVCERRW WnFYERW1EER OF ERCEIR ER M1AI E AT RRM CWMECILM NL IWTPLL WRELEMERTAL 1. TPNYER NGIE W PRICE A5 I. PE M. RED RR RE. 11 DR. Rtll. M 1R5£Y9iM1PMFORLOSF TNFI'p1 LETFM]Ll®RFJ➢ND P80.8. NYU" MMER.iKER.RE.. [REI: hO OR NO W11EERALXV, 1®9 FLR(9 FERN Ay1 MLOVIl F6 R 1O Ri.M M OR DRA..1 EarnuIINEc1wD1L1M A. CONEICA RtlpDE ETO Lp1E(i 51REFE KW RLL R URI ON A EIW 9M WS N RD, COMPOLICB MR1 WmmNN .1 PCnIN, P:[ LOIRFY1N141:OONWYiE WIi ILF 4Y[EKJNL(P p.11ll 0."Y Ml/3WERM KP1YI't r::: PA95 PE:A. T9 y4C6YpryNFELIpB M:IFNPWIWP LCMIPLCICRN9]EWnEA'OCQI0.EYF 41 W: FEMMLnKS itSJF VANEFP1Cil"u Me011'JFDN]REPF STA4T(i 4lR4AM Y/P41R1Ri " iHs IFAIRif+u_'^tY peOC 1k4RVER9GVAl :R WL iCSIPRt CFMIM.rFnIPK.I`F r98vyNM1p SIIMI Rl TLEp PLL EARL L<E KRRR:: ~ 1N;fIR,.EREFV S1RO1E1FMNEERET MERCCCRTR5IFEK MSri['1CA LIxE i11S7 M1: 1., I, FEEEF RC T II,... .. M 1EFERrOSTMN1CYhA9[CMYIMEIgM6 pI MAXHLR SIISF�RASEfiC WCp11 FSFMR a IRENrDsrNR ICWER YCICMNpgMS LH p4YIMFSlI1 FOp NTFAWhS W.MA'01SRV'PTERgir} RE'.,C SECFIULIVI,EECTICE,l". CITY OF IOWA CITY Parking Garage Maintenance Program 2017 Project CNAUNCEYBWAN MD TER FLOCK RAN O F S O KEY NOTES (FOR PARTIAL PLAN AND SECTION): C> 1 R `CE,EC,CRMMMMR. MD”'fIXMIEWEOFCpCRIER RWTERVLgwrML1ERRFNMTCNALI MM M4RPERovenxaNpwRW Em F R EMEW.1 RMT.NAxT. MEER REEF""IE CUS OF CCHCRFIE REPNR WTERAS, RRTNL IEM SFNMT M A L SW fiA48 PER CETRI s M' DFMRl IRR a EA41tfiRKLDFANNAMANI9OEThREO FaRIBEKHE31l. M R.LLFpIRIE CPGRIE CERE. NCTNLIEIFM® FIINY'M. 5r. PER OEreE eapUnRf 544. WALE FK2BY YIEAD RMBICYB AE CW49 NpnMXW4 REE 9W1QVfl9 LB. EWS REFER iO EETN1s EMES RR OR AiSW. l FIUSINTE..TELRWRIRMI SDICJEYfCPCACBEh RTE10.MlYM CAEOM pYMf1£8Mn1EMRTEFS iIENRFPMI ---- B 4FAIMf FBICEG514 REFEPNCEENLCRIM•pI pURINf'BW. pRECIEOgI S EIATMiR4WLT4Ahl MEREWMNNlI1] KFMMEMMEWiEMOTOM4pMAshEYPM MW R FASIMGVEPIYIL NNCPEIE fICE Cf 51EELpMRr91ACRREp1LrViW WIV.Mrb1pC£RNCg1OhpE/O CMI0.FCIpl ro LMY W MrE NL R" `R "MSM MLCLEMLES1R111TECT' PWRrD pvELxcR1DROWC wpR EFFRNnroE rogF1®x Dj MMES wR110 REFR ro LEMEIE6W1P1M1£ CONCRETE DEC( LEVELING AND BRIDGE EJ WOW �1 PARTIAL PLAN 6120 / 1nfi'•1'lf T EgEREKO' RNREIAT1E1.BEDEDSIEELRRIMPR PEVA'ECLBSMES NMIIALYMRNCLICRFIF CECM1 EPM NEA r MECWKLUSK MECDRCREhMCKREP ,RW&L1EFCpCREh LLIBNDE64RM&NLMWrDWTCH RE 111..1.Cf CCI .DECK. RE. WFA ITT. RERTIDeNA E14CWIMW PV!}RhYa21CRlE FOR EIMM11CboxEQ PFMgTgW 1TO L� EWTEER.MORECpFCr®t66DMLLw1ETEPF➢MLSaxAN1R CCIT W4i�IMRM TO CET"1. CMKMI]S[0. F�' \ 1D DEM 1—AMD"I—ANT CRRRE—E1£VATKKB VCT C11RF£HT WARN— —5—DRnE NIS'/'JH EMMOKEN FNM FIFM WIm QRECnCFp a CIX,CRETE ONRIIMPrM,S M DECK ME RERADRIT IWW IKMIER REAWWC ARGrDRENJVEPMNMNttYTa RYSHEIE FgirNE EMIREMGSMnMSIWIED PRERMICOMEFITEYRER.--NC RmuLEwcD ulocorcRETE wERur WRIMMFMIIRER RECDERWAno1s PRonDEP1NFOWxcpcREre sINFME WEEaM1amrWraDPEscwmH'xurm RwoRPr SWDcc CONCREf E DECK LEVELING AND BRIDGE EJ WORK ri-�\ SECTION s2 Ins•-V� GENERAL NOTES: a wanuxLmaRF]a.¢LnammLcrEDPccEssroaLDvrcEExlrwcExllnR KRRR,,srRnrowwE. muEREaunLwi IEEEMCE9. NLPM1 RELURµOPPP1VL 0.0915E 91W1YLWIWEAiFONNNNLEXIMGN1Bt FflRFEMQE19OV1LY PRE.,... D.ITIRDNVI MTRMRWELrnP DRMgMRCRIMEAq REFCROD CFYiMx1YC1EW 11. mMS RCR,roP000MCMhCCNiNFR61WiFC gICLL.EInt ER[Lr µWFIRS4pptiHf {P6ESV}Wlr D .RED vp.PCE xECTM3„,,FCwELYnFmsiloRuawlnowl RPFA1 M I¢aM FRDrtRPEeSA . FVWERn. ELOCK iRESIKKTACC ERFS1ECE.ITCMIEA9CMKILYRELONAOR[PpEpq REEERroFNL91GWAFIKv woKID SPECS RTRRRyCl�Ma11nWIND.I W. aL.MEFtiCWS,.AfEa5.RERENEnNPw ww MMVAWE er mmER cpE1Rx.-1w41AUFrnLDRwhIwxELDn nIENEVELwW RMRW Rnx . AR4Mn«mErwNneuwesE=ev • ClFML1Gi, LE®ERfFE9 1Y FTpIAEO SC1,E�pE1Ep Np YWINEDPI4LIEE4 • ly lnilCWtl(E 2N5TRICRMiEH£SVRPI RT pSrNCF NDFFCENRY 9LflF(i F£E49n1119JT WXtG CCHINCIOR YWI MTECr, M 1ECFS4PY. ALL ENSTW&LLDME FF S TO ROAM W NOT CNYGE COMMCTCR S1VLL REPOIR OR RERME Ml ffPTMES W A RE RLLT OF µsLEp OR ARMORER PROTECT TO MRSFA IKKI GF OBER D, RICER REp1ND.CCM1pNR MITI DWNERHU PIWE RORK W Ell W IYIO P➢MCEM RTML TRADERS ME OLOND V MN IRE pIggnE4mlKf NSPIOSR TDAI D.SICIpNo11., E A02CfilOA WN9fPCMDIYV.i AW LESCbgfi YRgI. RESIgRERpIWd1MCPMYC'ERFro.ARFAsro FLur,,,R GNCOCIgTRMP(TEA EICR ROEI CAY. F. FQALLARIKOl NPSN ESRCC DMTEDAlOP EDR1MF PU RNAEtl3EERALLRY( A9MNRD IWSFlC ROW rO P TRCNPASRAWYCNYKINIERRW FRCMNpEMrrIQO] )WMFWM RRIALL PAMPD OPENEDFORTWSFICFLOWFRCMI:WMI.00TEREJOH RY. KEYNOTES: Q O Tw TM1�1116 b. lmerepM al..l E�gpbRRRR Pte: SESNi� Ec 1uz4E.ML ....14FER.v a J B.T _ L. . 11 &R PAECPBT IEYELS OR Cll FOR yWLED OR VMY DETER D CONCRETE Ri PoLBSIWPS OR OTER LOINEOI4 CORKIN LCCATICIH NO RMR`R pNN111E8 WH E M ER, N10 REPNR AS DIRE ChD W P Wr ERC E%VC RR WEIR It 51PYEYMR/SiIEVEI9DFCAW.EroIOFATEIE TEEAWSNOTM DY WS pxFIRV LCGTCM 4'0RE{'M pWL1 E VNT1ERRMEFLANE .PFpK4I.1.Wrp9 .MCPEChD1NRLM5 . REFAIOCETN91 Nps W LPAIrFRi 96. 11 pMFq SNMTPFPViELEMr W1RYEKi1fERR BRCXEHpI R1pSCERIFD&EM 6NECIgSRq Rp4RCN4LM Pwa eAaS AR oREcho WR DETM a ox purvlM s1 W. 11 pNWSSFAIMTRERVCERRW WnFYERW1EER OF ERCEIR ER M1AI E AT RRM CWMECILM NL IWTPLL WRELEMERTAL 1. TPNYER NGIE W PRICE A5 I. PE M. RED RR RE. 11 DR. Rtll. M 1R5£Y9iM1PMFORLOSF TNFI'p1 LETFM]Ll®RFJ➢ND P80.8. NYU" MMER.iKER.RE.. [REI: hO OR NO W11EERALXV, 1®9 FLR(9 FERN Ay1 MLOVIl F6 R 1O Ri.M M OR DRA..1 EarnuIINEc1wD1L1M A. CONEICA RtlpDE ETO Lp1E(i 51REFE KW RLL R URI ON A EIW 9M WS N RD, COMPOLICB MR1 WmmNN .1 PCnIN, P:[ LOIRFY1N141:OONWYiE WIi ILF 4Y[EKJNL(P p.11ll 0."Y Ml/3WERM KP1YI't r::: PA95 PE:A. T9 y4C6YpryNFELIpB M:IFNPWIWP LCMIPLCICRN9]EWnEA'OCQI0.EYF 41 W: FEMMLnKS itSJF VANEFP1Cil"u Me011'JFDN]REPF STA4T(i 4lR4AM Y/P41R1Ri " iHs IFAIRif+u_'^tY peOC 1k4RVER9GVAl :R WL iCSIPRt CFMIM.rFnIPK.I`F r98vyNM1p SIIMI Rl TLEp PLL EARL L<E KRRR:: ~ 1N;fIR,.EREFV S1RO1E1FMNEERET MERCCCRTR5IFEK MSri['1CA LIxE i11S7 M1: 1., I, FEEEF RC T II,... .. M 1EFERrOSTMN1CYhA9[CMYIMEIgM6 pI MAXHLR SIISF�RASEfiC WCp11 FSFMR a IRENrDsrNR ICWER YCICMNpgMS LH p4YIMFSlI1 FOp NTFAWhS W.MA'01SRV'PTERgir} RE'.,C SECFIULIVI,EECTICE,l". CITY OF IOWA CITY Parking Garage Maintenance Program 2017 Project CNAUNCEYBWAN MD TER FLOCK RAN O AT — u Ge NOLEVEL LEGEND: + FLOOR PLAN 5130 1nfi'=1'-0• " NORTH VMMI, 010 Etl9TEGMEAFLDM pWN GENERAL NOTES: _ 4 M^HIwxCQY1MWI1sIMJT5R1IL1EORCC1. TO. OMMEE.FEMU F1111B. N T..Ewl! I I .E WDxuL ExiPA UnW"-W POATYLL O CLDBIIREE.1& EW.M O Nn➢VNfE WrtX OWIER MWICE TIIP LMXr61rc. PPCfEBCI 11 lTT11 ED BIE .,EC7O1G.1VPIREHE LSELYM 011 .,.b Yrtrt ARb.W RLPX META REFEP T0514CfIrIttMEECiMPIMW iwti3OLb i11C n Pf��ll.N1.'WI fl PMEE WtMn NKECNILYMIE CCMINW iRYR VW111AR11 E16G1 QI MEC!M!PAfEY LTWS vw 4p114J nml SMEL LET OLT4DWEDMM M REQHEDDW q!PPONp �J PCPEM. CK pPECRYR TQCEUMhDCEMMYMOPP MECC 1.. RESTPoWT XECE. FTOIDR DPIECOREAB 111 A4FA9. RFEEB!OPVS1.1 ED40 0D11pV DlLT* 1MS ITNCWIRnIIIC D NdUME4EYNLl BE REVIEMDNO NNTLMV 4VWE Byq ELCPo AWPOJFOWBDVNGE BYOMlE0. CM[P}EIORYW1fOLLOW CRDEPU BE10n MENDFVELPIK RWg44 PW1 -.. n.>mn r r inn IMRYEPM MXE MIl1=1}P 1. • NWJIPFpBIPVN nRUMGNSE• • CLFN4 KA EYKfE59pIWLY M EAEPME09pl^[i F�IE04W Y,dttILO XT XL MMR.VEORTUL!RED • 1'IIM11 ECOMIRWIRMEEICE BIip0.i PTpBTNLE iDpFEL1FI1lY LY 4 4'T SYIMIifFXCE5YRT101rt5K 3 n11pY R, �" �� c. CMR/i1M 4WL ANTECT. P51 MAY4lERi1Efi9LLN' FE!1p M P@WL WIA!I4MIi 'C'E LPEMi1pIRFRILEpV® F TIRES M....T OFWiDEGURRMMM9FM!SEISMS p4Yl6/GpM q D. NHEPE PEOLIPEO, EIXMWN!EWIMCMEIIIMRM9EIR4}ED TM NO N SlDETNPTOWEM ME CLOSED RT M" 7W WP➢A 11E MEJECi REFETtM S�ELWGIY)N YC1pXOItpV, E OMN M4YE.NOCESSp1lf VIMA PFSIpIE plx d+NN W playa)#OnCW KFAE IDRILLYEIM:IaMf CppIR.MMIEA FIOI Lly PoR 4L WOPl M 0.1 W C, IHEY CMNpIMRO E!p M1blF0 M MYIN.E BY OWWR MD I WE ER. ALL PAV MDA9B]LMIEO TP MFL" TO AYD MON RANDS IMY ONY RE WE0.ROP7ED FRMMLIMY MRp 3W M MMY, MIx PLL .PS OPENED FM FLOIY FPCM] W FM FPDRY 11 BLWRY, KEY NOTES: Q N !. V9JV1r 9MY£YWWY ttP Y01LEOCPN90.Y DF1EMW.TEOCMGRETE O LpFPNLKAIEA'BWOgMMREB MINENiNFE0.AW111EPN0.18 pPFClFDMR IM}MCE BL&9PER BMIMCETNIM WAWMGS[Q 0 J —n n }: LY.4:.MFAE 'L @O ILL IENMe. SfT�> FfN�� QI MN YSiFA: P4]TS6EE}C l"'AIF➢®RAMAIOey+1DiIFIIP RTC,Iv� J Nns:N1pRELSCR[MS RiiE!;FPflHtOMCPAIYIMi^s4. my n� e,.xcimvwwnmm we.vrzewmnwa�m wua rrwuernw•mirn �J C a AaYEr M14VJEFDRaEwiomwmEllwxaMJpMsmEBIMeIw cMPiW . L0.'AMMONA W4RRYNIIIIFNtJ, D ,.L M IXPNEpXyNMwJBING PFPIAEMRIryfyI110E914R PpFAiDpETy i M DW WK..4W. t 9AYEYEVWtIM lAIl9MGNMEfM Nn&EWaIWN)YCEMN9{�V M FNi10{MI. IWWItOV.IpNSNU pIYR14EB111111EM3EE0. RhIS DWa'RD. MRUW PM£BaX. PPEPMEpwa"E.aoRanrt Mom vAGxn RPrmmDEiwxMpwWfssaW. 4TI, 11z, i ", I— I r:;nr+B a PE®IpYMpllEDLBWNEB!Ip N[ERnMPNJtt. REVIEnnw NEFC Faawcamwir REvwLrEmsm aR1ER ii�D 'EM:OL4M�ElYT I [_iiL1RmM4 RE21PEC. PN E ! iTixRRiOP[Mb+E Y14BLE F f i'S } - IHBT.vTMDYDXL]IEBP.fi W 4V.YHT Di14 W N plf'34'E ISOMETRIC nv w 0 "0 Cara Panting Garage Maintenance Program 2017 Projed NM= LEVELS 24 + FLOOR PLAN srar rna•r� NORTH LEGEND: FASM6N6/i FED(P WMI werPacEmDRErERIRLCRPF MDR EwerxcLwwuE EABIW BNLR - FFBIVGLpBIPUC11fM YM! -�.�.� k:LLSIFE F]SaBM pll ® fWIiLIB9WEfIW - IEFFIEEPP/uf R1PP ISOMETRIC !rv'. Cm OF Parking Garage 2017 GENERAL NOTES: OKEY p u MR.Fl.FF.FRulDmrRucnonccEssrovu DuuDE ExnwlcEsvm Rays. sraRromRs ewDDEs.uW ua ExmwEs rmRR PeDURNDParw cLoswEsrxLaz wv+ElE FRRDrwrECNalvacEmma vRDFE swrwly vRFVRRFD saPCE aREcnw w1 vnmaa suxr r W Lwrx eR Raaxm RaN nips. REFER romEaurax secmxooWD. a PxasErmra roRCCYRiF.lV1E6MNRM1NFW mcuArurE EREcr WRRCOLE94DiWICE VRY)fFSiMMILY M➢41E0 M^i [PECrEIGrRARA su¢rrm..I RRR..E.0 AR AM vRDVERrc, naw w Nsrncr 4zEsa M MCEmRPr ro RPEM DmcnY apDu nwa.wlws. REFERroR'A4f pUMR'W+DRrmsvEarArpx sEcnaraonooD 4W MseoD. aErFNENDuo MwcemrmRPRREMPwEsf REverrtn um A O MPRbireN W!4[£ 9Y gYM0. LMNK2P8Wl NNLONCPIIEIW BELDII MENLEVELDRW TN9X6PWt • MNEEV qNE 45L£mWN�IlP • E9afy EEpf5rNW4AE-fP p O RFAV iF.YI IfCAEMJEFRES4MYtY WpMFD!}NCEPoSIED4O NYIFNEDRr 4l M9 • (d MNfNIIE CparPLL'iW FEIC[NNCYIRL 46rNtENE1FEIl4NILY Ai SLLM1r fEwFBmRMR94iiii c CAFIPpCrp(gNLL FAmER 51(iSRVtt.I.LL EA91N6NlAf FFAn 1 RMARL WWrN , LMWLFpi SYNC RE MR OR REMCEpY.ViD FGnNEa Np R REsur DF WLEG101E LP NPROPER r'xOhGIPW ro 84rISE0LMX1 m. D MERE IE(➢NERCKPCRNiE19Mo01FRaOPN45E MAamnMr NO A] RAVCEMSrRArDm PS NIE CLMMRr Nllr0.E p}4gnE RgL{T.IFEERro 94R1G1FNscwuonm E NNIECr ROA LVN49 F. tlMa'i.40R/INCLgNf NN0. lffgrpE E/lX CPN NPIRDYG4M rD11gUMFA910N1YfVCIM.VOf LIXgICX IFrq FAM RtlP qY. f. FPLNLNpIR M RMPB.VIEEE WL1tY1NlFD aORMM'EDNOLVIJEEHr O V.YKA NOEWNFR4LFMP84N I.49]I:N1EDrWSW RON io 4DFPCM PMRB IIWMFWMT WIrXRLL NOOFMNIFMW®FWNMN1M,., WYPSUEROFgIIRNFILRAIFMM ]'.W FPFRCPYIIPJVYI]OIMY. ISOMETRIC !rv'. Cm OF Parking Garage 2017 NOTES: Q OKEY p 1. W141YdRYF'OM/REgISMEEDpLN.EYCERr MD0.NL1EiE FN3EFA Ntl RNMMgEa1EO qlR C WEEBAi K RfMSRQWIIIIIFa'Rlnl IMRtlLENtlBRVALEP11 pI pUN11]BOI. (� F. sxvsYexus[wRwRDEDmwm ERVRWDxuN+srsmn xDwn(M'FEW L(GIYNROYMIIEY111111FWEEFRAW RPEgd FaP4`tlJXAN! NJWi RffNNW1YIFJRFENR xEFFA i00EiM i W OPImw SWJ. p O l 9AYEY FAYXCMIMINbWiE f�K9flE F.Fll MPCEMN4OB aAE mmErl3lem mExE CRWA MOMRRaarroWaaur, DNEnm. a R pir REWE EnN PPsnRAe 4Af4:E aD Rare ao svM aPrsiW RErtsroopmxoxwumwamR. 1. Rr uvaaoExvevwox.usFrwwcPrEnie Locnmreroraynv wmoELwv ..LAR. MEMESL XEsamixsTALLNEW44- C XFAN URE r WMEMW STGRCEMEREOONJNM FOR EMW UI CFFAW REFER ro nPca cerins w wwmxrs smo win s W i. 0. RECEMLYMSrRLLEDM0.t8N FS LPCERNMPPMY. PEMW4WREf MEMN WNE WMPAMn PEPNP NEEDS M CWNE0. "'.R�i n:4iLE iL0..Ml Lt@f.%£i KrEES^LY.E4Y L .F PX C.YCE EiF'SF}l� PEO.IPFC.aNRE3El ElA9rIw C/BlENC0.ltN P(`DiPSREi MI.IiNMPPI]-£4QAE(WAEFR.'MLMEiM9a1LM IF. TTf�RW aYEK IEEP. Rg2T_CY%RM RCFFi4p Py(1'C. i..'. -N fOiYFIIFC']EWM iVSe(F. ISOMETRIC !rv'. Cm OF Parking Garage 2017 e eax ' t 7 sear. � xn�: �eaa 7 7 x xn xan x x u x x `i{ AZ b i I it M III PW IM FMi WfM— it m s E II I -_— �—_— � y OSP � O —n 0 R _ LA sYP w s_ I N O O W v 2 LEVEL S UPPER COSSOVER z PARTIAL FLOOR PLAN NORTN LEVEL 5 + FLOOR PLAN 5132 1n5' a 1'V NORTH ISOMETRIC LEGEND: EIYB,EOMGiLQApWI _........ WBTKDVICIYTf 8TRW11PF Rlg1 EABRliMI1WL wsTxo NCL _._.._.._.._ FNBxGCpB1PDCIPdItM! �.�.�.� EAYI,i EUWBM All ® EYBI,GLB91ME 9IIR jjjjj_ Wn NExemMEmnR GENERAL NOTES: a wxru as DEQ6 D uxEss EMPNWPAR STWFT SARA E L WFJRCEWHE Wd1LPFWwXGPNirwE CLM9RRFPLLXEPs.flW TE IN CLD. EFEI.Llart a lH •l lr. ,I E EREIErvrtnowlEP@ R MmFE84=NNlvMREFER YNl^[nPEc saEV XACKACP ,1R-.. ImEu�L5b0 sR„L MCL 01as uwnrr�w.w�PE<Fv msncnc.,w sscmxD�seoE. c-m,wm aoIRM n PYpY Wa@ .R. CFcw1KKl EPECI Fv: !u.: 1:x1 swPrroEsuo PPwI.F0 FF"AR. PPERFE .ROurnKR Prmc RERR.0FlDcEFE RR 1.1 sMPER7`f OIrr, DP PPDUW XDHn nHFu. zs PEwPEo.omortc*rtPsasum N DP Es nccEss Fs rv¢cEsswr roaPEwsaPEcnr aE OW WRK DPwLUW o+nrmcn+saW SPECNMwnlx+gcnwaD m per;'„^„' umEcs. n a mpw�ermvn avusvwLdEPnEWEDRro .�.....s....�"' u wsD Ee MWa covmRCTDPvwLFaLcwcPirzaaazLpX .`.�rA.'«p • l.W DNE NBIE RIDTH }p L. . 4l . FEDESPWI..1h6NAE 8a . CIEW.WA.lKd9l NiClEHMMPLLYR®NEDx}Ylf Po81E9 M0 dip xvndrFDdTPUTaas lu�oeuaamwrewmxree[asroPrsrpnu¢romX,�mr Y,OEF ,5 o v: 3� swwrmlLEawnolXdrawa c. CMRPCICPdIWLVRDIER. A91ECEssA4r NL V91N FFP1111E8ro � 3]w�xnR. XK.E r DJ WMWLE. cDMWYIpisWY1PEWROPPEflKE UIIPEB i/daPFSNi D(NNEP10 FTO M. I gNR MaNR'RE PPDRCTIMt 9PRfIL1XN ID awdda /Il 'J mEPE REowEo.cmPuaTE mw omER a a PVSE frIXIM1 mTm.wrno nD+LCEWSTenI FSAEECLpssRFXFA rR WNL9MEML T PEEmro SPECI.A IEcr 111.. PPNECrLLDJPDWrvSFPCM CEPWDF RDpNWWJPL KE EMH pIV1xN W RDYCEXIip XpU NIFA4NfU1YFNFIgMi pSgIFN.V1q GC11 XOPF Lpr Fdl NIWd�MPpNS,IME66C0.PMN1W IM a9YM'EDM/LVA'[EBY N1DEWAWERNIW NO. 0.DNOA9:2MRDIP *W 4RP91MYDHYY RREWDVRD{RpI M]WMY 1MClb1]IDMFWMY, NRXNL PWPe tMFIFDFMIXKFIDRgYfACMBW MiGWVIIPWGI9LNMY. KEYNOTES: Q Wl4WLE M^BIGAnMLfTY T M V.CXW BW a MDfSCIF➢BY EIaiE$DHWMMOiM1EWLEaq CR11RM:M1R1bRl� r uol®MCETFARt191TEWU WlI1gELAtlgEIFEIX � �Ef'� ILRIF TY,= NJR G CD RN L oD n&FFFEFPMDPEPFDPNRRAM JxANIWNRG- PEv spxnunaPUE aPSIS PEFEPTDDEruTox pP.smxcssso smvsr sw.Nvpx AM SINLr FRFw AMRLEL0. MODrsvrtws WO.NCFNIID.gNT. gMVT11.F6xTNETli6A X1ER rER MRxMrp5 FVEPµEnPE.1LEIMPCVRIID YIL cPxuW. PEFEarp DIFr.LNLNrvpwmwssw. a �ccamrEmuLmraewasmvunweuwxrc. uvEwua PERRT LEdmnc ermunr xveR IMEm ro DurMa �d. aRsxr lflH,FM96,ENCRLODY WWEPG6E8Ild PFiaPTFrarnm Ewan waT,Eux wTENRy axR,wxmn:IDProseure aartwcEEr ar uucart cawE EseEpert. PAvce ewcE uo cmcE wa r•_ IX19BlIMAONR�.MOIEEEi FAH1EG VAEMDRIYIIiWf 0.0.Ei. Tamaroaawest®EwdEFTa aaE.uoa«mn. rauDnu ,rxcmx R 9u®E 161Ati mrt x TCREi Ilu Pwrt ro wTw uxvmrtmxxmwra. FpRIHL EE TIW1flFl CITY OF IOWA vuwuvEE \ xgIMLFYB Parking Garage Maintenance Program 2077 Project IP,614'9 ID,IPLL,B DP/.XMi ToD wER PrncE LEVEL 3 ISOMETRIC p1rE {'41 I•Ile �� le A A EASTCOLLEGESTREET A BRIDGE PLAN 5201 NOSCNLE HOME! Di EPJmFMplpiE SLAa. TIF.PMmRC1PLro NRAYNIPMTR:NNORRFT np�pe ro EwrEEawuPem pa Nwre eFr a artEa ANAF. ugEE Wu eE vawm®ox q T«E Np uwTEVM mss vao FRMI Tsp vRMEcn LUN NLowncT. O] FOTENNI E.. EIFEL IKCMRi O FJJSIW pElAWM1Y.N gpVE OSMW FC 6PNL.0 FFAM LMAMb mIH FwINEER NUG M RANFDEMNG WMF. MND ART. D..1 cNV As REWRED ro RENVE.. NO. CMFREIE mMN PFPNRPRFA mwR TFxGmTMIMDMRYIEATEWYIrGRREDmmpRUBSTMTE TENNLYT4L2IEPoMYJLMRRNENIDMMLFU64mMFA WCMCPEIE NEED ro..M DNNCMFDIDIm O CMLREED.L. MRWItLG1fi18MMENGEEP imGroRPltfMwmN0. FHIME W MIYLOTAMIIp F£pNETHIMPEFIAMG RpRhE &NIIF AIp VpJHp WM;pETE FE,AE4 MRIVA WEAVEGNIY9.16YE9ASp bTNLALL¢EGT¢IG1LN WTFAAL RrE£N NEFEPTOSKGGTCM 9RMN4YlLtl. 4RR ro9YEMMiN91pOEG GgWEOLW. �i PaPAAE NFFANr TNpaIAn MERG walEwxrro ERMmmE¢mnMPGML EvavAnoxa RpEPromEorAnpxsFrnNm61m Os PRDWM WDn.rmwEmmavATMlup«oRe F.t lroc.pwrTYIDVERwmp Q w6mpsamcvFlNa cwEGEwMMMIAwta¢mmnmRwurclwEx 1p "FARTMLWP9U1mNR.P9RYh FASINGEXPAMM.MMNOREPVtEMDIN¢I Fl➢NINN MND PEFEAT09£CEYAMm BECM«. .0. BRIDGEE% MMCNJOINT i1 DETAIL NO SCALE PAY UNIT PER LINEAR FOOT OF EDGE REPAIR PAY UNIT PER SQUARE FOOT OF SPALL REPAIR ALL WORK ON THIS SHEET IS ADD ALTERNATE NO. 02. Q� O t' Q 0 L �m �0 Q I _ EXPANSION JOINT 1 e PHOTO PLAN �i 5201 NO SCALE : �i FNBnpcwEhTE¢Aa Ot WTNJLMRIER/YEp MAO Qi rEYrrlpe¢.m¢prEOPRErpmAAPEsvpnsFSL srmFx REEm ToxErnGrpR.E. NGXN O vPNG Fx'ICPr NE1EEDCMMISBW RENATTLWYALOLATRNR COwi RLD WFD. NpFEW VEAL%91E, LOLRIICN EIL. PERMNA.RPFCCMR..D NEW COMPRESSION SEAL TURN-UPAT CURB 2 ISOMETRIC DETAIL NB SCALE EXPANSICNJOINT2 c PHOTO PLAN �1 NOSCAIE NO TFI Q wsnw6RPVGTepcprelalEN,a Qz EABmEi MNGE1ERUBEp MIPB. Ol E}131W CELWW.mnIRNE O RNq•FNL@RI1p NF V4VDCdOIEIEmDN9K'@MFR 16ERrosPE<11G1LN 6ECM«OFlf4 OL FRWIMW W.smME61pE¢MRW NI:I[IOArra.L. WtYMrIpRRnrcH REEmrosiEaIGTE« aclpxmpm Q vuwu GWrc«EvrasuF brru rEW N.TGwiEIw RWE BA wmro vc�n wn°xxcTulmolm Qi «pWMNxpIFrow.roNERRmx¢ OO PMMEECWfPFAµVF. REFER M MAL B M D. DETAIL NOSG E PAY UNIT PER LINEAR FOOT GENERAL NOTES: A GEIEPH I. XaSERiL NW*MENFEDMTNICY°FNFAEMI(MYOR[NVCEs s mD rcs I. CLxIMC'rEp SWL ttTW ALLPFMBUll RIYI9 NO N.YNL RE0.PFDFEE9REUlEpNMRr MY11L r Nn wDNF TE WPPACI t6REEWd6ETLpNICr NOLDDN.YNRM111 VRApEGUip LOGIEYC IX�MiY1OI.«RDap1p NRI,FR. s xOnNBw¢vruresEma«rtaED. caovawiE nlmnwaDPP.IArELmmcwvrxYErroRm cwmaNA ww. copAMmTEFumAn mminulpsio AssME IREmuRLvrtp Nb:noxM DlamFS TO REvgN. R mssslwL¢mEMATnrNprzcreDFRDAIDNWE. nHREumEIRDmEs wE Excv.NlFaEDfivrwr GInEMOTECTEDa PwRTGsIUMLL nEwbER.AroW oMknEMAWazFGEPROOF TE nMi Y'nLL SF PPDrecr[o SLPPORrED Oa PELCr'ArsD Fs PaFcrf D. ML PPUMArE.E IM WIFPNLS yvy9 FapI 11E Pw.Ecrscgsnqu°wAwE. RAP0.1FAgLE. S. IWSMEWNn MWDIRILMESEWC REDemwrswn TEpUmwJSINLLkWMREIR D pw&CURLrroTEI.ERANAMLR AMRNIP. SIFNIIIIIIrE9Y WLTCXBE PFNNED, 0.11Cif0, CRCAWEDP6 gRECIEo, Nr1EA6.°EKE CE 6PECIR PEOIMEMEM9 PLW CPCV 9LHDftl111ESM1SRFWPED TTE VIILItt TYIEP. a. TFEalrmrnoR NRFs�GsmLEEGLcrATw ANomoTErnFFU F.LL91b WEPoEM upLwFmAMwoLmmEs G TIE snE ppecE ro FNSTsc vlEmEs s«u m RaEONr¢r NFFAEO AT rIE cornlMnaPs FRFFrFE S. EWTIE ACNIINb,PmIRIX1E010ENPLMMlf3UW14Y6 e wm¢ILNIWS4Xf I. ipINLMFM E6NbL NWG0.TECOl1RY:ICA WVLKpSf Xm91 WIM•PESRpM1R0.EEA91P29N C S•JEir 1 NIGL EWRNGENMLYACCEPTEDCLN6rRNCIg11p LTLE6.COMRII NUl ESJIELYNIOLCAULE NESADNML FORCWCRgIb WTEMERE INLLMWYSElY0FN1E SMDPROPENNOWIw PENEgUVACE R TIEWONX. MSREWREMEMWILLAW CY NIAN9LYAwwiffl}NEDiOw Wp lLG DPN. E. ONY 6 Mc ENGINEER N CpUUL4 CIXRTflICTJN PEYEW C( LMFMgf 8 PFAFQMV FE R Lqi IMEERp i0 ECl10E PFY1EW Ci ApEOLMCYCf LLN1NLTCPS YSETrLWWE6INON.0 16MiLE W«mIKIIIXIyIF. D I Pr MSE 1FAFrOfLYCMRIYTFLWIMIGAEMYTVIR(1X.1MT}1NO PERETPLW WNA PATgUHO pfR YARKKf6MOPRONLE RpFE 55MW1Y PEPMfp61i. N'E pNFCTGIIVfR NO PPIPpS YEELYTNC/AINO .RGIAF WMUMw. uvEMEREpro N+pT¢TFwsap NFwMEmr,¢MRGIESNmN:Mm Mwmro APEA9L«fCRY BELAY MARIPFFS. RERRN5Rl1GRN E4}RM®011®.OISmJ Np0Nl4 ��N�rL���� N�p� KtL SCEMPA/AEl56XYLH REVEMp404RWYIDNNNN1tE BYrIEOIYIYIC«\qiY. —a�\ •— FMLGr LRRERw eELon h>Ex MYELMsw vnAswvlNR DNNE uvE mom ra '-:A "-� • mMN&PEDE6IUW WNAINGNBLE-BV CTE NEAT. LEGIBLE M1 E59JIULLYplCp«EpBCXMLE 1Wiro«O MVNfyEp giNLiflEB. g11aM, t sLNLL PROrECr, M NECE6 NL MA MB NNE FGPRFS M FMK M wF0.WA0C SMLL REPNPOR REPVCE UWAGED EFAMES IAS A PE61Ar c, RN*N,R CRYVRMEAF0.0rECIN1Q TM CF ME GIIr RIOWAgrY. • 1T7 s PPWIDE DUAT AND DFMS WMROL EE0.NRES M ENwRE A MFNORNm.Erc.L `ElT&- bWR61A�Xs WIMN THE wM. AN,WEfi wi¢CTAEURwRLE,MN MEBwrKHMNIAMBGfAALFGtlffiE i0 YEZE Pa mew Nn TE rvmsL 0.B.lc. .. FISPoY AT AU MEPAp SRE«A IAWF..1 _ KEY NOTES FOR PLANS: 0 I ENT3NFED xFTEnoEnNA NwiMAYI+£LEIE991x111M«NIEA IOIEp NEI W1MMl YlE MmpIPML[£WC(IY sFEnuR. Z MRTRRisiEELC MWNNIIRNLNMIi CLNLRETE&JPIEFL Wbr GMAC£. 3 E491NGCGILPER EfIY 9iPEEi.WNJr DM4K£FdI.FAFAAIVRD ... E LXATEAAE) 11pNFAp WW MFESPRFFRTO MR.<MPgINR MMp1YN11 REFFANGEtF1VlwIEBGITp Ggmw s. NpNRwmrnanuE.A SEr ELEvgTRNPbxorFUAupirEPrwvEeretsawrmAuvu E°Rrtw EwNep a rw.aENos[cwENw.cEFPrtawonGwuNrorNinalloxmcENnROFmlNasnaArcmAIE RErtaro ®LmrAWGs[tmxBlMa raEOLwnraNv�certreEoaNLENIwr[umgRvvENosauEaiE¢muFc F W aMrn' cM [frNl I Ox THS dunlw I EARNNGDLM%IEsNN RP AIM SYSTEM SCHE DU ED FM REPJFEMEM. N R NCCWTE MWREM CURE. INSTALL NENGdPRES.RFLEWNYYLYIMAMSYSTEM REFER M NATER E%PNBMSWTEML IM MSpUWb. E. EDNIWCTORRE6WwBLEroEMNTNNVEN.0 AFFFD.RCM..NL. IN TwxGIEW cavuss«E FupmG.wmsrssx AT spsnuAGPMSEocum FFR enETwc MinEGRlu MrArF n. vmvursw.ErGNAErt sMWux+tWEDCLFNARFASOxNmLE wPsvNssNF Grvm«roM CMNYaEa«mnr NN tCG1W YIIIIIFEORR NOREPM s9 W£cIw R1AUHlCLHTN9FIEPOEFKSpIT0NNM4 IL MMPILICQroCR9MTFINE¢DIDIF8M8IXS roEEHLUM TNSEC RN ERG1HN tNTMTNUIEJN(Mn mmnp LnrMppAFnAwFr GraawmnsNmRroTre srwrGYmn. rmESlm.NupmcrME nRx TIm1uIWmRwurouarar NovneuLasr. LEm RNVRRrEnmwTNEa yJL��E( Cm OF 101NA GTY Parking Garage 2017 Project M. R, pU1WSiBT1R ,'J MTKVffiRww SOUTHWEST STAIR QSECTION Si00 1R -=1'L' O 4 -0m. CD SGUTHWESTSTAIR-TOPLEVEL r�1 PLAN 5 18'=1'd' !:1 MYETH Sd1THWESTSTAIR- TYPICAL LEVELS" 3 PLAN AAL 5300 W=TQm NORTH DRAWING NOTES: Q Y Ewnwvsrweek'EmrmEi[cauNi 1 EA41N6flRfAR RM:PF1F11411 O1 WSINGUAV CURfMNNIIPGAW M0.L�MfP/Ml I S ER41N6RglMJYROAMJ MCEBBNLaML£ S FASAfi S'IEEy %IgI..M1 i. U]SRGBIEft IMM]NTNGyiINgPCECdCREIE pI®NUMlN11FF �IIIIII EPJAl lW1N63Y6fwt PFfFp R19VECIFGIMIBEL',KNe]Igq. � 1111■ lEW E WRYL(MTW BYBIEN pEfEg IOYfCfILAIILN YCMNeI,NO IFERTO O Q Lf1EPKMlEM1N416MfENKV IOElUEE0. 69 PMECfEO RRpW 000 i gEPEq ro BParcAnvx sEcmrA Brz I m Na Nmm. I h_ -\I, 000 i Ill 3]MY9lR31 NO[CAMNRgi0LE1 RFSEPiO6MMRiPL I.pMWK III O •�� I EVSTN'.PCq 6($IB1Lq®Iw6Cf 91G1EAYENw Pl iN4REp MIAPTON O00 P.ORf SYl P'EN@ECIF EY AWIRLUHC -000 it MG lSpFLICLIIpEC SLRERRE ND 5EM&I EA it G6 CIXMi,ERFU6H] ETL. LATER Rp PCEME ETE PNM EUM C ERSTNG LKg WR REFRETO L0.0PTpw YLECTEp BY CTI�E0. REEEPNN4CIFlCAiKKI6ELM1M601EVIBNp MC 50750 U9,fO, ,1 FABRIBGYVdMBIMA00gYFNL IL M;rovENiErssirc 6YPMuewmwnwluo�aM¢MMMEwud6TAE seTwT LRTNL RFEMroae[aKAnwarnwoR,n 000 y-►�` s�snx gEPEA ro ME<Mrwnax sa Tw as,m 000 I wnu __ ¢RLE PNN:NLPRRlO Rp15lNSN(RiNLIW1MM B,nIE O ' a 000 AE)wtN6EMwAf lie OIl. FR411M6LNR61RIIFQ,IPLNW6FPAYp NAW,MECINM:NIYCIEAYNI L� �� MT� �� iO9EFCFlf 811EN:E8 PESEP MHYC}GX[MIW9YM1p1MNLF)JWFp �� 11 NRPIPE OIN PNRIEl1 AG91LPE gE96iNR LP1MPIL WLW T)BF9F{FCI® � waMm gamroertcuumx6ECIIJXMIw. _r 1-1 IV. EWTKaAM1GNER916W{ENPEMVI Mh£MiW.E451iR6YRf l0 {ENE9IMNR. PF15TW a4YMRNTEPLWOMNICGRMIMFAMLMW —.` �'� N Luv,EiE. A. PROTERNIEV6R45TWT.AEEpTAiE6ro BPM1l 4CWIWLigl TD P SIRVEY 441RKQ1 ENSTIHIMWCENAIEPflULANSINfIIX6TGUL -�I► 1�000 - �` I�filll 000 lll Ooo I . ��III1� 000 i� � 0000 O ►.1 000 o0m opt l' 0 O w �a 000 u .000 I III 0 SOUTHWEST STAIR QSECTION Si00 1R -=1'L' O 4 -0m. CD SGUTHWESTSTAIR-TOPLEVEL r�1 PLAN 5 18'=1'd' !:1 MYETH Sd1THWESTSTAIR- TYPICAL LEVELS" 3 PLAN AAL 5300 W=TQm NORTH DRAWING NOTES: Q SOUTHWESTSTAIR-GROUND LEVEL a PLAN 5llp w.1'JP 0 NORTH O STAIRWAY FFANR4 ®qso. WL.OM Cl/N1R'Mbte muuewnePw a Is .RNMiKi6iM F A W L.OIIEI BiM LQIII! /x0 fI B/.M IR FBIWTDFiW pRINENwIWtle}1 M.lBrll. Nx11tN.'IGIPFYSIeFfM wRww M N�nuAe wolM.JnpM NOJR rom. NOTE SOUTHEAST STAIR WORK EFFORTS SAME AS SOUTMAESTSTAIR INCLUOESOUTHEASTSTAIRAS PART OF 845E BIO WORK EFFORTS. ni Til Fe[ llJSel_Fl- �w.SSeMtm CITY OF IOWA CITY Parlor' Garage Maintenance Program 2017 Project CAPITOL STREET M. STAIR Y Ewnwvsrweek'EmrmEi[cauNi 1 EA41N6flRfAR RM:PF1F11411 O1 WSINGUAV CURfMNNIIPGAW M0.L�MfP/Ml l FABIeGGVNi S'MCp1E S ER41N6RglMJYROAMJ MCEBBNLaML£ S FASAfi S'IEEy %IgI..M1 i. U]SRGBIEft IMM]NTNGyiINgPCECdCREIE pI®NUMlN11FF EPJAl lW1N63Y6fwt PFfFp R19VECIFGIMIBEL',KNe]Igq. 0. F4BINGSIFII grNq PPMMiMULECIXILREIE IAFPMNMLPLL lEW E WRYL(MTW BYBIEN pEfEg IOYfCfILAIILN YCMNeI,NO IFERTO B. IVMPILTX N VFLV IY &NVEY BIFEL UKI49 YE1 B1M PM6 iM Lf1EPKMlEM1N416MfENKV IOElUEE0. 69 PMECfEO RRpW gEPNP9 PIAMMOW,FMY 1499PMEgll,lEfdG1NLQINSE RW9. gEPEq ro BParcAnvx sEcmrA Brz I m Na Nmm. ,. rawrorNU esw+PMnromia,NwwiMx marnEvvrt vuwrni Ill 3]MY9lR31 NO[CAMNRgi0LE1 RFSEPiO6MMRiPL I.pMWK I EVSTN'.PCq 6($IB1Lq®Iw6Cf 91G1EAYENw Pl iN4REp MIAPTON EIASHNG Mp iL]LE0.9.49 G/Ai Ci wuY 9p MMU. RE W JE OID RENK'E NL P.ORf SYl P'EN@ECIF EY AWIRLUHC LB OF UFC RMMNERSTE ERSPEgE EAREWR MWRFE MG lSpFLICLIIpEC SLRERRE ND 5EM&I EA it G6 CIXMi,ERFU6H] ETL. LATER Rp PCEME ETE PNM EUM C ERSTNG LKg WR REFRETO L0.0PTpw YLECTEp BY CTI�E0. REEEPNN4CIFlCAiKKI6ELM1M601EVIBNp MC 50750 U9,fO, ,1 FABRIBGYVdMBIMA00gYFNL IL M;rovENiErssirc 6YPMuewmwnwluo�aM¢MMMEwud6TAE seTwT LRTNL RFEMroae[aKAnwarnwoR,n , mGN,FR4tTM RYW NGP/AFN6MAMNIRPR IEYI PMrt s�snx gEPEA ro ME<Mrwnax sa Tw as,m rs EusTMc MMM,ro M111G REYNEReiNpwvxE¢svmroPEwww wnu __ ¢RLE PNN:NLPRRlO Rp15lNSN(RiNLIW1MM B,nIE wnP wc a ormEq pEsr AJEp AAu PgEPAPE wNAas NO PNNME xflr PMrk.'.i ,e, rowarowo�rwloM°uliaroiuniE�Rw�Boiw�nFTi. '�'�y"{ AE)wtN6EMwAf lie OIl. FR411M6LNR61RIIFQ,IPLNW6FPAYp NAW,MECINM:NIYCIEAYNI L� �� MT� �� iO9EFCFlf 811EN:E8 PESEP MHYC}GX[MIW9YM1p1MNLF)JWFp �� 11 NRPIPE OIN PNRIEl1 AG91LPE gE96iNR LP1MPIL WLW T)BF9F{FCI® � waMm gamroertcuumx6ECIIJXMIw. _r 1-1 IV. EWTKaAM1GNER916W{ENPEMVI Mh£MiW.E451iR6YRf l0 {ENE9IMNR. PF15TW a4YMRNTEPLWOMNICGRMIMFAMLMW —.` �'� N Luv,EiE. A. PROTERNIEV6R45TWT.AEEpTAiE6ro BPM1l 4CWIWLigl TD P SIRVEY 441RKQ1 ENSTIHIMWCENAIEPflULANSINfIIX6TGUL SOUTHWESTSTAIR-GROUND LEVEL a PLAN 5llp w.1'JP 0 NORTH O STAIRWAY FFANR4 ®qso. WL.OM Cl/N1R'Mbte muuewnePw a Is .RNMiKi6iM F A W L.OIIEI BiM LQIII! /x0 fI B/.M IR FBIWTDFiW pRINENwIWtle}1 M.lBrll. Nx11tN.'IGIPFYSIeFfM wRww M N�nuAe wolM.JnpM NOJR rom. NOTE SOUTHEAST STAIR WORK EFFORTS SAME AS SOUTMAESTSTAIR INCLUOESOUTHEASTSTAIRAS PART OF 845E BIO WORK EFFORTS. ni Til Fe[ llJSel_Fl- �w.SSeMtm CITY OF IOWA CITY Parlor' Garage Maintenance Program 2017 Project CAPITOL STREET M. STAIR I I I C NORMWEST STAIR SECTION 49 -OM. ED C9 ®® M 1 IOYIIflarRl 1 11 4N�INN11 11 1ilIMM[[T STM - GRADE LE VEt : PLAN p,0 LN' • 1'V O TR 8AR Il ITN. 8 10 MMMFEaI aiM 11 NORTHWESTSTMR LEVEL) a. PLAN 5110 A'.1'O NI_O�jR/T\) 0 O O 2 cVnnE3191M 1 10 MIiM4T It NORTHWEsr sraR -LEVEL a 3,\ PLAN 5110 U'•1'V ® iH x founNE,F FM t tE xaIMRM FM H TIIWEST STAIR. LEVEL \ %51 PLAN 5110 1A'=1',T 0 TH DRAWINGNOTES: C) t EL6Mi WIN gKE[pfMl(CgPE{ 2 lmnc R2rvTEocah wu E EN+w P.ucu.YxP2 D.ww N•aN.Noca rNxNY l FNlf4:J(4i aTCM. 2 FlIIR4[N1M1 Nq/\fG/6'EN IO6w \. l ERIMa1FH fi.MER 1 EpalEyaRf2l.VMfllffM W1N0.NY (OCEFIE TBNON1N11A [lOn CdMI\vfRY aIATMIC/\' 1P'aHKNFnR \ EpfINOFEP f\M WIIIIIM4a1NNKELMRR.ITNFMMI aNEm..cnnomlEx aalrowEonnoxeHnwm•a l WIIM[IUAMYII EI.IN[v ahHINOmMOrtM NYNrpI onw•sN v.vvYwarvl aENa roEvea uoNa�rer. asor rw W . nN+roMAw I.Y •.Alo w wn.uwrn rl.a. I/B A NRIC.NT itt IEIY • V �N MD ®M I\ EBANNFrmctlncsvelb Mu'YGE RTCI C<M EF.INn.I 4 RNII YATII RgAld NRi.RI I64 iD 6aNM TY E. OUN•f S 12 1.�1.OaM NNbcvliw6 fpEAl lNNwIMaD •bL.lu FF. lihll aQ aN/CPENI fl CMEI(. NM ANIM xO OJfIEfD C4MANAIERFDF pNfR ARIIiO]EF01GiRMf[CIIp.JOIaE�1.M 12 FMINOF•xYfMMMYNNI M1 10VrE aLLFAfRCO"RNMW PYMIINO RRIREIIIII RIa K1)Iwf 4fiNRpvwL 4EE•A.1E(R['Ai[M RCIIM: NIDI tl EANINJNIHIA fIM IVIM RIMF AIN/[Ff NO Pb1R IfN PW! anhP as • ro NEarwlox Ncml r* M h E36 WNMIED IWMI a1CA R4aG4aR\NI�rNRRCAI 11Cp. fIRIXVN 4IW N fMRf AIFIxiNLNMM ICGnn NU[ vNNnxrn(a Rsawno Ma/. Eglua WNSe Np TLS IE» vMl an1PE IE. iMiW ElIW1El VAn TREYMIIOrl Y1fCEStMIio RI{pYT.A. RMINL 4MR M II[E1441iY6 LOGRM MiEE M11F10, x NFSI! 11. iN9R06iM 6taGFA 1RMAfEI1 MO 0.41fi4FCIIVC4Ir0.FW Nl ' NNi. RIV! YRIiRf W N1CYL IfLVMRMIfMM 4l EVCMOMEIN 9R.CE1 Riq iD NF61[.1kN NCryal NE p u ra•.a YONMIYN MAiW RarNN Nv1aN1 LtRW roNPltclm. FGE116t RIA TaROf IEMa[CII.NMM. N ERIfORM 1CR11fpNZ AMW WfiOY(!Y1(RaaNr10 EERM1 f.M. IENNINt f9xN x nu OOY sCU1CN.Y1G xa NON NCM[h s rIFhRWFMMFMIIIflfNNOAl�xl mllnuEiuro xANFYW WVIEAMYNEt ANx6RRNAaENrtEG JN. [TR11YMr f6Etl,E16 caro. N NNin�rcAN wlpNEfu Vw f 9 mnaNslnM f W ON NO FM lPllla M N!•I.•N M lalYA)EMINOR 0.YNCREII (.PIIN[IEII Alnf�N • W 1P11NNA.LL awrrlNrwNWEwarotn SQ�II NNE51 fTM YqI[ Weft iNEM NORTRHCii SLAB /4118 IDIIIINIBT SLAq N IMT a [AiE®1YOR WORff. TM ...Na r. onn vtnl vl � an W pfpf E_^Db W/ nnwrN. ��°wEsaH ro /l yI 1 1 � CITY IOWA CITY Parking Garage Maintenance Program 2017 Project CHAUNCEY SWAN NW. STAIR SECTION AND Q� Z•bLZ•] [ �Z9 [•Z•I•Z9 4Z•Z•I l [•Z•Z Z•1 [•Z I ° = OOC I 1 00C p ° o00 'II INS ,.� OOG 1 O0v . O 000 N 00 O 1 j� nOC ` n i i NORMWEST STAIR SECTION 49 -OM. ED C9 ®® M 1 IOYIIflarRl 1 11 4N�INN11 11 1ilIMM[[T STM - GRADE LE VEt : PLAN p,0 LN' • 1'V O TR 8AR Il ITN. 8 10 MMMFEaI aiM 11 NORTHWESTSTMR LEVEL) a. PLAN 5110 A'.1'O NI_O�jR/T\) 0 O O 2 cVnnE3191M 1 10 MIiM4T It NORTHWEsr sraR -LEVEL a 3,\ PLAN 5110 U'•1'V ® iH x founNE,F FM t tE xaIMRM FM H TIIWEST STAIR. LEVEL \ %51 PLAN 5110 1A'=1',T 0 TH DRAWINGNOTES: C) t EL6Mi WIN gKE[pfMl(CgPE{ 2 lmnc R2rvTEocah wu E EN+w P.ucu.YxP2 D.ww N•aN.Noca rNxNY l FNlf4:J(4i aTCM. 2 FlIIR4[N1M1 Nq/\fG/6'EN IO6w \. l ERIMa1FH fi.MER 1 EpalEyaRf2l.VMfllffM W1N0.NY (OCEFIE TBNON1N11A [lOn CdMI\vfRY aIATMIC/\' 1P'aHKNFnR \ EpfINOFEP f\M WIIIIIM4a1NNKELMRR.ITNFMMI aNEm..cnnomlEx aalrowEonnoxeHnwm•a l WIIM[IUAMYII EI.IN[v ahHINOmMOrtM NYNrpI onw•sN v.vvYwarvl aENa roEvea uoNa�rer. asor rw W . nN+roMAw I.Y •.Alo w wn.uwrn rl.a. I/B A NRIC.NT itt IEIY • V �N MD ®M I\ EBANNFrmctlncsvelb Mu'YGE RTCI C<M EF.INn.I 4 RNII YATII RgAld NRi.RI I64 iD 6aNM TY E. OUN•f S 12 1.�1.OaM NNbcvliw6 fpEAl lNNwIMaD •bL.lu FF. lihll aQ aN/CPENI fl CMEI(. NM ANIM xO OJfIEfD C4MANAIERFDF pNfR ARIIiO]EF01GiRMf[CIIp.JOIaE�1.M 12 FMINOF•xYfMMMYNNI M1 10VrE aLLFAfRCO"RNMW PYMIINO RRIREIIIII RIa K1)Iwf 4fiNRpvwL 4EE•A.1E(R['Ai[M RCIIM: NIDI tl EANINJNIHIA fIM IVIM RIMF AIN/[Ff NO Pb1R IfN PW! anhP as • ro NEarwlox Ncml r* M h E36 WNMIED IWMI a1CA R4aG4aR\NI�rNRRCAI 11Cp. fIRIXVN 4IW N fMRf AIFIxiNLNMM ICGnn NU[ vNNnxrn(a Rsawno Ma/. Eglua WNSe Np TLS IE» vMl an1PE IE. iMiW ElIW1El VAn TREYMIIOrl Y1fCEStMIio RI{pYT.A. RMINL 4MR M II[E1441iY6 LOGRM MiEE M11F10, x NFSI! 11. iN9R06iM 6taGFA 1RMAfEI1 MO 0.41fi4FCIIVC4Ir0.FW Nl ' NNi. RIV! YRIiRf W N1CYL IfLVMRMIfMM 4l EVCMOMEIN 9R.CE1 Riq iD NF61[.1kN NCryal NE p u ra•.a YONMIYN MAiW RarNN Nv1aN1 LtRW roNPltclm. FGE116t RIA TaROf IEMa[CII.NMM. N ERIfORM 1CR11fpNZ AMW WfiOY(!Y1(RaaNr10 EERM1 f.M. IENNINt f9xN x nu OOY sCU1CN.Y1G xa NON NCM[h s rIFhRWFMMFMIIIflfNNOAl�xl mllnuEiuro xANFYW WVIEAMYNEt ANx6RRNAaENrtEG JN. [TR11YMr f6Etl,E16 caro. N NNin�rcAN wlpNEfu Vw f 9 mnaNslnM f W ON NO FM lPllla M N!•I.•N M lalYA)EMINOR 0.YNCREII (.PIIN[IEII Alnf�N • W 1P11NNA.LL awrrlNrwNWEwarotn SQ�II NNE51 fTM YqI[ Weft iNEM NORTRHCii SLAB /4118 IDIIIINIBT SLAq N IMT a [AiE®1YOR WORff. TM ...Na r. onn vtnl vl � an W pfpf E_^Db W/ nnwrN. ��°wEsaH ro /l yI 1 1 � CITY IOWA CITY Parking Garage Maintenance Program 2017 Project CHAUNCEY SWAN NW. STAIR SECTION AND NORTHWEST STAIR -ALTERNATE NO. IA SECTION S3H IN=T-0- n El®1106PAB1 M. f L.--------- — -----�. ❑❑I� O O In le ,e Ii ❑❑FEE i O m�OO II11�' e= F=' F= v n ] k ❑❑ I' o LEWLx —TVJI AS]lo LL�x II I� �' ❑❑ � III'1' - F= F F/ F F J,& v rve. Y PwxavTo M. x h SY1Y4141W%46iDhA9 mo 1 F-. - IAO➢. IEVa Rµ W NORTHWEST STAIR -ALTERNATE NO. IA SECTION S3H IN=T-0- n NORTHWEST STAIR -ALTERNATE NO. IA z WEST ELEVATION 5311 1N'=1'-0' ®® 01 Y El®1106PAB1 M. f L.--------- — -----�. ❑❑I� O O In le ,e Ii ❑❑FEE i IEVEL]A e= F=' F= v n ] k ❑❑ I' o LEWLx —TVJI AS]lo LL�x II I� �' ❑❑ � OILEIEVELA NORTHWEST STAIR -ALTERNATE NO. IA z WEST ELEVATION 5311 1N'=1'-0' ®® 01 Y NOFATNWEST STAIR - ALTERNATE NO. IA a SECTION Sm 1R'.1'-0' le URAWINGNOTES: p ,. W]M6 WrNR/LELpLRFh4IXnN 2 kAMWEMWECOCPFIE W1Ll 1 FA91t9tlAN LIPIMIIFILORtlAAWe[gIIXIAFWYG Eml.nuaN,Y]IPlcn,m s vxaTeowoPrrPPo.Aoc ALAEssrorAmrr.E a Em1eA;swarNCAN r. EAp1Nx BIFII IMIIGI 9Y91EN PFEEP1REFER75i IxRKEf/TILPEIE MMA'm MSiNLKW EFORYLMR1609{fCf1LF1KKI5E<IILN 411 mx, WSIING]hEl di NP PNn w1iXLMTO P.EOII"T PFE. PREPNO MISi41 �TRFRR "M L NC(xFVE�irrn_ .wV EvnvE[r SFCO SPEgMF�KFllums WP016 Ftlx REP4n M F MNgNniIERN 8145 GNfl iTMI TE L0.5H IllLWYICE IIM9. Nmw ro SaAsrwlezn ssc ]FrN orz 1m ew osmo. Id RmRroxEw EAWY MhIO srsTMNRRmAxw RmAnErnrtSaANxraT r]isrNRvaIrALR1oAATlox MElstsEs RSMroseeLN+mAa r. oN.wxc smo. 11. EYJETG RgtE SY61p1 p}B81p1ip1iERrEpLNMTPFEREON4A<l�l FVSNN640liJfIEPs/8 PMr6 WE®wVY>., RFMNEFro REPJ4FP FEF. `%RFR 91RWA 11EPN]%A9TLLLBAIEsrs1EM.REQOR PEONWL6gTE T"`AOREI EPNoI NRE PLL REPCnREs REOLgEo EPSIENEPR, h RNNOMM w5,5EM W E9, f IA4]XGS, L0.MFfl f U]MKS, LLIJTO ETC. MER RODE RERACMEM I]CCMAEIE, PNM ilA51]NGNL GITEPS, WLOR TOR EELECTEO V... REFORro9Rgi1GIKN 9ECTIXB OILIERM .,RE n EYIRIMQIP31MMtlICMNNI 2 P9/VENL WBINOO'1Pd.MLNMU[N1WN14n RFAKE WRI1lEW N]sME �nP. P£99ENRMYFNLL HEFP rpPFflRLr1[N 9K'IOXfmI1F. u W9nl MR41A]IIAPMI'l�RLLPKF 5LPS4is Y0 EPRLEtEN PNNI sYNaLImERrowF61GIRMSECNmxvNlm. n EN]IPewL NO ERNUm flMwrPelr MREEEs YMPEREaa NOULa]E , wae,F ofloEfl TOREREE Ix .. Loumx,ales. wAdc N NIEEP cemowho R�.1 MraRRa swEuxs ere Monoq Rw PN M srs11AE 11 FN91NGEpKIhL-0.Rh TO REWJN NNE AE lECE]SRRY M PE.. FlAF IEIPIPILGPp1ENMEN WtlxN LCGIpXNIEPPllwpIF nNWl.E1. 11. EAMT ETNR SMWEfliREROPIEFRONO RALMO MECPMeCNLYCtlFANALL'- R9T, MEPARE 9MERCE9 WO PRONLO NEW PPM SYSTEM ON NL Er METH s FACF. REFER MERRCEu %Cn MW ....4 1& FREIE£ INA MM NFW N]ETWE RE.E. MYWNL. OOL xTO BPef{�IICm Er MER, REFER TO sRcECAX SELTNMRW. 1'i} R.. WsiWEl. 'MR WAN G. TO RpY1l KNE 93NL£ m ICCE]pprira'-1 RER, MPMF.RENETN1 sKOWENTNeFpN#tlL LCGTF}IMFA AEEWQIf nmwETE m. Pwrzcrxu ERmwnuRTONrw EUTlAsdro Rases mnwcTuio NOTE: SOUTHWEST STAIR (ALTERNATE NO. III) WORK EFFORTS SAME AS NORTHWEST STAIR (ALTERNATE NO. IA) ALL WORK ON THIS SHEET IS ADD ALTERNATE NO. 1A AND 1B. m P-17 QTY OF IOWA CITY Parking Garage 2017 Project CHAUNCEYSWAN NW. STAIR El®1106PAB1 L.--------- — -----�. O O In le n IYP. e= F=' F= 0 M. x _s •F-�� _ LL�x IS M. ryP. l `"-. RINV5114 - F= F F/ F F J,& v rve. Y PwxavTo M. x h F-. IAO➢. IEVa Rµ W NOFATNWEST STAIR - ALTERNATE NO. IA a SECTION Sm 1R'.1'-0' le URAWINGNOTES: p ,. W]M6 WrNR/LELpLRFh4IXnN 2 kAMWEMWECOCPFIE W1Ll 1 FA91t9tlAN LIPIMIIFILORtlAAWe[gIIXIAFWYG Eml.nuaN,Y]IPlcn,m s vxaTeowoPrrPPo.Aoc ALAEssrorAmrr.E a Em1eA;swarNCAN r. EAp1Nx BIFII IMIIGI 9Y91EN PFEEP1REFER75i IxRKEf/TILPEIE MMA'm MSiNLKW EFORYLMR1609{fCf1LF1KKI5E<IILN 411 mx, WSIING]hEl di NP PNn w1iXLMTO P.EOII"T PFE. PREPNO MISi41 �TRFRR "M L NC(xFVE�irrn_ .wV EvnvE[r SFCO SPEgMF�KFllums WP016 Ftlx REP4n M F MNgNniIERN 8145 GNfl iTMI TE L0.5H IllLWYICE IIM9. Nmw ro SaAsrwlezn ssc ]FrN orz 1m ew osmo. Id RmRroxEw EAWY MhIO srsTMNRRmAxw RmAnErnrtSaANxraT r]isrNRvaIrALR1oAATlox MElstsEs RSMroseeLN+mAa r. oN.wxc smo. 11. EYJETG RgtE SY61p1 p}B81p1ip1iERrEpLNMTPFEREON4A<l�l FVSNN640liJfIEPs/8 PMr6 WE®wVY>., RFMNEFro REPJ4FP FEF. `%RFR 91RWA 11EPN]%A9TLLLBAIEsrs1EM.REQOR PEONWL6gTE T"`AOREI EPNoI NRE PLL REPCnREs REOLgEo EPSIENEPR, h RNNOMM w5,5EM W E9, f IA4]XGS, L0.MFfl f U]MKS, LLIJTO ETC. MER RODE RERACMEM I]CCMAEIE, PNM ilA51]NGNL GITEPS, WLOR TOR EELECTEO V... REFORro9Rgi1GIKN 9ECTIXB OILIERM .,RE n EYIRIMQIP31MMtlICMNNI 2 P9/VENL WBINOO'1Pd.MLNMU[N1WN14n RFAKE WRI1lEW N]sME �nP. P£99ENRMYFNLL HEFP rpPFflRLr1[N 9K'IOXfmI1F. u W9nl MR41A]IIAPMI'l�RLLPKF 5LPS4is Y0 EPRLEtEN PNNI sYNaLImERrowF61GIRMSECNmxvNlm. n EN]IPewL NO ERNUm flMwrPelr MREEEs YMPEREaa NOULa]E , wae,F ofloEfl TOREREE Ix .. Loumx,ales. wAdc N NIEEP cemowho R�.1 MraRRa swEuxs ere Monoq Rw PN M srs11AE 11 FN91NGEpKIhL-0.Rh TO REWJN NNE AE lECE]SRRY M PE.. FlAF IEIPIPILGPp1ENMEN WtlxN LCGIpXNIEPPllwpIF nNWl.E1. 11. EAMT ETNR SMWEfliREROPIEFRONO RALMO MECPMeCNLYCtlFANALL'- R9T, MEPARE 9MERCE9 WO PRONLO NEW PPM SYSTEM ON NL Er METH s FACF. REFER MERRCEu %Cn MW ....4 1& FREIE£ INA MM NFW N]ETWE RE.E. MYWNL. OOL xTO BPef{�IICm Er MER, REFER TO sRcECAX SELTNMRW. 1'i} R.. WsiWEl. 'MR WAN G. TO RpY1l KNE 93NL£ m ICCE]pprira'-1 RER, MPMF.RENETN1 sKOWENTNeFpN#tlL LCGTF}IMFA AEEWQIf nmwETE m. Pwrzcrxu ERmwnuRTONrw EUTlAsdro Rases mnwcTuio NOTE: SOUTHWEST STAIR (ALTERNATE NO. III) WORK EFFORTS SAME AS NORTHWEST STAIR (ALTERNATE NO. IA) ALL WORK ON THIS SHEET IS ADD ALTERNATE NO. 1A AND 1B. m P-17 QTY OF IOWA CITY Parking Garage 2017 Project CHAUNCEYSWAN NW. STAIR M.a R E E A M 4 �A • e0 e r + Qi FAM1w rowREh aRa Oi Easnw LEIaW1AKNPWE, Oi WSRWCOTMaM1fAF1fNCPIEPMnFA Q wnsaE wo EwxrcarEacsEDsmL UFERrosvECPlullw sEcnoxoR+w. Os REMMwl saRxRwlRrnwcaxnElexsH.aowa.A REFEflromEcmuncW SELhr10a�6. Op WTEMNLEw DPom IOBCIaOIEIVRPH. EMI1rnaRH]CNSVWr.ASIEELEO CM£iNLr EFGVRIEM0.MPIhKtµ W wl W W�IENJJI! EH4C1hNKHfCP fgUU91MwGCP Ll4NGINMER DMNf£Ab PERPiiDEIY'WFf0. [POrII6P£ASE AYIaA%FXma 9MEAiHXGMPfCUPEDPPbPiO%MX6PAiCMMIEPYLS OI %iEPNEUN%AYD%IONI£1EYiCA1CRER PalEX1MRRNL PfFEPt09PEMAiry1 eEcilDxowlw. TYPICAL SHALLOW CONCRETE REPAIR DETAIL 5400 NO SCALE PAY UNIT PER SQUARE FOOT p FIBRx LLYtREh Lg1YIlRWRL O DID1MCfVNVRKNIEME Oi vxovRExwlDvraaow�A[hWa RNrwAREA Qi RELaarumuxAwlemeomwxRWnrxaAUWARu IaFuroslcasRiw aenwEemm OI FA4VAh WMgMNLPBip[.WM gaPaa RM FR1:rLMi ID3ERroMQ11'AIIIMI 9ECIKxOp1x. O1 WEPap GMY8116a£S aL MSiAL PAT(N LNRWL REFFRro NFLFKAh1lSKTOROVIW. PMrt REPAx MuroxAlcxAowaMrsFALC RxEzrosEvrAnoxeEmlDxwvm. COLUMPoYERTICAL SURFACE REPAIR is1 DETAIL SWO / NO SCALE PAY UNIT ON TIME-AND-MATERULL BASIS O1 EIIBROCgA4FERIM O EIOTIeOCF1IMIMIVVIxNE Qi W WICVIARMepPENIESFAa RExRAIVA Qi �awaREuwncwrEMosEDmEa lmarofEnFCAnoxsEmoxmxx. Os 1aawEaLsoub no ueaAxcorrnmExsrvAEOA1a,R REEERTosPEon:Amx EECIIONOi,M. © fO1EHMlEWQ4FE U1Wr1F9T®rEM.NRR LOLa1kNa 1EN)MivAtlEs.IF wEDEOLMEFULr EAuvah Manx PriEwoq W xoroaAvx hrnoN 1xLLEC1 hNxx FOR CpNPLJN µDCF [ NFAw HW F11 MIVGE wO PFMAf M EXtl1EE0. O] FPFPMECAVRraO PRWiDE NFW WNCRER M1Cx WiE1LL^L xFFEPro RCRCAMN sEcmxowlx. TYPICAL DEEP CONCRETE REPAIR z DETAIL S/W NDSCAIE PAY UNIT PER SQUARE FOOT O NO ' 7��IIiT�IG p O O o OI WIFRSERGPI[1LLlE Y.RFK£PEQIPoIIf PF9MG4 O EOhELfiIIIMA}IRME O K9AVAVtaNIME4PlF191 Li W1M REiFR iDYF61G1CW YCRW OL106 Qi emu WRA. rFWroxAwroRe EVEm raoc McxluY REPmroeP[urwrorl OS UFMIIaliC0.MWREx M1CNMEA IEEFAro946kg1R.N9FCIKW GT+CQ O IBLYE /LL 1YM ab MGMM [pAREiE IN 91 W IED A1aA NO M1Cx xM REPM INhRY RERgIOREC6IP IRM SFLiKK14tl1 W, Q rrert xmwRMuroxeroxanrcEMsuPFME. RERRroxcaFcnnonmwxw B DETAIL 5400 WSCALE PAY UNIT ON A TIME-ANDMATERIAL BASIS O+ fl®1xGCPdE. Ox REEeWEruwua rrouewwoW.arexeMnmAlaw laERrosPEavnox SLCWYIOxIM O] If1E0.CC1.P�E1MM'DEP0.QICMVAwEACCEDIAF9. MAEd41ELY PtYM iD PEFEMMNO EEiMEO CHPPw.PRovE WEEP urvcIrt MDLwvERxETER DE REvwR Mu O P%ER CC PLEi OERLYbIICHM% EACCEOLPEs.PWED Lr MI MPERFMMNO CEiA1lEDLHPPoiGEEELWi;PR MIPYMCYi PEP EROFP MRMM © PhP ME EPOxr CWrPYW9EOREMR, REEERmsF£nwFnLN SFRNNlo1xC4 O P0.O�Sf EgOI aU PqW swFES Al 1ECEssMrrosHRCXTNEWPA.WhPWl O PPEPAPE uvRY Yb RIWIX1 Cx[REIEPARHWME REEwro9ECPtlRM sanLx osslo. O PG9®£SMErV0.MEDe1S1FLBRRVEr4PMMFASRMPIghOiryllEEfiBBPRWro mMraPWax Alo Paas PgoRcnoxFwarSienMREaAao IasERro xELrrAius xnRxDlEew Oi PDiExR+i EITDSLRE DE rosl iExw+ED nxDJNIPT. LaAmxahwoxsvMRs.P 1HEym GAEFVIYEFCAVAnM DPi1EH%NI WWTMVLCETEIpG1. Ix9EELr iBIYJHfCPCOPROSpNµP9RCWP%HOH4M'ER pµN.EµDxERMiiDEN31EE0. RFwn hlLµl uamw PE R uEaFlCAnox sErnw Dvs+s. TYPICAL FULL DEPTH CONCRETE REPAIR s DETAIL 5100 WSCALE PAY UNIT PER SQUARE FOOT VERTICAL SURFACE SLAB SOFFIT OR BEAM BOTTOM O1 EIQa1eGmRYFR. Q ReRAaAumeaorahomcalE LaRxvbr¢Dwvematr. O 11Ea ee�ClFa1EaMOPRIRPKFIEM, BIDI/CIFAXAw MRY PjeIWIBR NLROFFWA. IaFEAnIPiFCRF 1MSEEIRRILIDIM Q AraEwelDEshwDRauaaxewv.xRDonulio WTaxmaRERmrvcar AmrwrloRmRE WIEELLIEANCpCflEh WRNrs REPwMGabwxrugEwao PAaMEs mm wx aLW u% FF1EROR PAM cGhR- cwafl ro LMw umw PDYIEM9LPFACEB. REFFfliO9FEtl%GIRx SECKN W010J. TYPICAL KNOCKDOWN REPAIRS 171 DETAIL SIJ NO SCALE PAY UNIT ON A TIME -AND -MATERIAL BASIS O fIATXGLIXCPEIF REMI Q ERRnwwwvwnoxxac Oi PRWCE yr GwcLlr ARaNw PEHw:1ERa REPwRMu is 17 Q flFA10vEwvuw Aro LReaLro cawxEh nrt�xslMEDuaw REFelromEcerArRli.y °"" sEcmxwD�m. —'4 Oi ERGv4hWMUROaIRFIMgtt'IG. MEPME woEwm Wu IaEERro n� 9RtliKJnM SKMW ON16. OE MM, CAAIY FACESMMTuLPA1m WRR PFEEYrosPKWCAAMmC1 MI,W. Ol ECPx CWi R ATCCRNEROF KMTONAILXE#91118 O PNHf P£PNPMFANMPRHALWCEM SUVILE REfpIMMEM'AlpN9ELIKNCx1 W. THP i1EP LInYeA 1Pe. 1w Er ENM su.x Lse.;e�tomunn PRaa: nnuazzE Ea suznroRl ....mvRa..e �pE.orver PPN)V R. t3��3S1Utr AT b TYPICAL BEAM BOTTOM REPAIR DETAIL 5100 NO SCALE PAY UNIT ON A TIME -AND -MATERIAL BASIS Oi P.g6/a11HRMR. Ot EwsixG5lHl&fM tlxEl'1W MlEi RBRCI fOPCEIEPFAuiRM iMYF PREPARaOEEOAYLM1a1bAM991EEL. gEFFAnI&S61G1ra SECIFN oEo�oo O WXERECEIEMIL DMMMMWEL0 MEbhO.REItlVESVLLONSIE M W➢➢E01x PIDWFLDXEM L RPRwP.PTEs. PREP91EELwRFALEa DMELD MFREMWEDWELD CM M IMWKKI.EMxr W1r All E}ANEDSREL REEEg10SPELIFlGIGXSETED LwDa%N. Fwi MPLT, NJRr FwPEFA wILIIIEAE pRELiw,p61NLXEW WVIHR05 WIELEHiXLCJD iRarsNER AwaE Pw WTwL H oxowmwsxl. O K9w1NtA9xaO F4fllFARPbGx Os EAmwmwwnx n,wc OE 1®IA£4DREft/LEMLSO}OwoIMREO CIWarEWnIx BYCFO MFA REFw ro vEmumx emRx bPlx. OI M1Lf1ASi ExGVAhMNCp DSTEEL WT�WW WRIµ REFERiOSIBWGiRMYCIMM0119[0. Q RFxuvArw ExcaELA+KxxDTX. REPen sRevnroslwuoe oacarE uPaR. REFERro Wrn+oxmeawmw. TYPICAL JOINTEDOE REPAIRS /,B1 DETAIL fV NDSCALE PAY UNIT PER LINEAR FOOT OF EDGE REPAIR PAY UNIT PER LOCATION OF WELD REPAIR MIL — CMOF10t%NCII1' Parking Garage Maintenance Program 2017 Project CONCRETE AND STEEL REPAIR DUALS O EIU81NC u8iWnN:EMAT -TEIPYY..ED SGNCREW POOR SUB AND NfII Qx POTExuLxwc«EunPLMnEOTEwwusRDRenrLwrroFlSNuSVnAM O FEWOPA1I41CE➢MLIXICRElEREMRFp111nFYlATONCENEWPoEi TFNS aEgIMn1NM'9ELIFMN1IW O PRONUIxrzaxERwTEsrPESS'IG auClwnnpp DDxE lcvmSlxslaDxnnwERw. REEERiosPEaRUIRNeE<TNxauslD. OS PRONGS POEJJE1EA0N PRErAENOATED ENO ANCHOR POINTER GSTER Ix CA Ip REFER TOSPEOMATF'M MOFON MAR, MAN TO STRESYNG T DOG RUFF, PMD DE NLL MPM COKRETE REPAIR WRN PCEGWTE CCNCRRE GIME. MR NOTE 1. O WEI NAN R TN60N THR l TNG DUCT. MC EUP TO IPtl OF CP MR REPAIR LOCAMN. 81PF8S RON TENDON TO AN Ef MOOVE ROME R is NMI FOOT OF CTAS. RATE RT CPECIFlCANON NEUTRON III ]O CREL PND EP OF EMAY CMTED RENPOMIND AT 80 C. ATNL w1&DE& REFIX i09FECIFIGMNI YCINx=lM O8 PRE.. ANO PPOnLE FEW CPI" RATON WTERPI M PWT OF. REPAIR UNIT PRICE REFER TO NECRAI EEC1KKIox0TO. SL48 POST -TENSION CABLE REPAIR s SECTION SI07 NO SCALE PAY UNIT PER LOCATION C F11nIM6WXC.. ENsnW wRTW uwcvr GenMNwrtARMnxarDEPmoRum aarowTrxnsrcuxrtReD. Do W T p NYL £ LM O R'FLEV .CWF. Qi PPOYCEfEW WTAE REFGro91EOFlGTGNXCINMIDOIn. TYPICAL Tl1CKPOINTING REPAIR +s DETAIL 5101 NOSCALE FOR REFERENCE ONLY Exvn^FJIXIJ[NTOPExM PPOv1OEfUYEfCN dCGIWT. RPNRroA I IXCAP. FIISRGDEUMN.IBMRM'E INBTNLF1.d l'PARF.5I'i OG. PERRMEPECMOATIONMOTION.N., MEPAMCAV WNFACE5AN)WNLPAICHINTEWI REFERTOEPECIFlGTCN NEI EXPANSION JOINT SLOCKOUT REPAIR o DETAIL 5901 NROSCALE PAY UNIT PER LINEAR FOOT ISOMETRIC SECTION Qi xEw aTenmGnaoraERnnTEroeEvwF.xnuuc�ouvuuaREMraiE RENRrosPxcncnnlnsEClwxxcwoa Q PRwoExerclIRAvcTE Lx1a11a+N uv.r W W uLVArvD. IERnro SvmWRnoxsEcnox oEsooD. GVIWNOLECCNCPEIETRFOA RRmrosRLRELTRxSEcroxmmm. O ANERNANTTOWTCRENErn. Mo REAFYDEERMCIC fQNgwTE[fPINOFOAAF .YELVIICPFRTFMMOREMMIE. OS 1flFID CfPMN W1CR WSRl' fEMVEIFY CBEIW.^R O FROVCf PEW.A%ilOOFIRO ATONOOW BFNMTAT IEWIPFMBTSERIHIE TACEMIXGNTMflPoNCETGCR. REPAIR MMA NL3Mp WS WDMCRFASETWMTMCKMMRECUREDrowWI WM!%1Arob.BA M Ol RIEWBEEYFC6EDSURFACEOISMR RMMWTW/O.wCEMi01EWTREMAnE W 9RNO TMCu M SICAMIMlYM51NMMRYIP8nL5IIIFTD i REFERTOWEUIFAAMINYCTOONNOW. Q FAP'DENEX LLPM'gE. ISl2l 1MUMuNICUCI .GNv0AF0 WENTOS NORRMORIRER9MIIMMNYIEx CIPANi RFiEX ro SPEaFunox ssrna nsoo& TYPICAL STAIR TREAD I RISER REPLACEMENT +a SECTION 5101 NOSCALE PAY ON A TIME AND MATERIAL BASIS lO MAI OOR IpV9 TO KNOWN IN PULE ATAI REPAIR FACER THAT NL LWY .N.. EERF1pV M FROM TA IRIpEN .E Of THE PRI . PNP. 3O nIEBE O'PEL ORE.ON pUnlln& 1. NEN ruvOH}Fp AN.EMPLs1EEl NGLES, s.).y,,..lalLLvl "'N 1a H-Rlpl£SFRI . 1EW IENIFY..1FHpTR PWRAIAEFROA fM IEFEPiUSRLIFlLPIR'W EFCRNf65fN. O Lai PRILA10114IPLLATM, ELI EMIRS PBGR CWSYFX ORO CF ARGUEnTFM VNTUA31NYJ , MGELEYSNPCQiP. MEPdRRAINy PVINLLEINP.ACE4DE181ME f XYIRINCONTACTWTI GIRREs E. EAKNGSUPEilwTANYawFFERENCENOFM EuvANONn NceBpwwrtNllE EPpA . 1. RT IRNE0.T5w5NOTT0SGUE.OW AILGFMEPo%YI TRTARMIEER.UYE NYRSEiF P 15G GFULY MMNEp. UpIAETNi OFIFPBJLTSIAENLLY MMFNEp TwiTfPEn NJ CPRE 1WSCf Op110EMiWRW SIFBSOMEPIWHORI]NLLLYCCCWtlHx 0tlwFORAOF0ACf roPgNGSVBSErECEs90Rr. REF£RTDSPECiIUMMSECT .'ARANO DSYW. OIW IMKIFEWNEONNILI0RN 3.WEEOMEM. W WI%EMAI( 6XTROWM NPPEVBIICPRIGE. U5E0VEFRI W 'N" IN P11dMX ro ST NUR MO WASTER& REFEAro94E(VF>1bXYOVrW'AN. SUPPLEMENTAL TEE -TO -TEE LOAD TRANSPERANGLE ++ DETAIL 5401 NO SCALE PAY UNIT PER LOCATION Tup,HP EyW4� IW Ew DxBW 9met L{meeNOBb0.TSOL F- P5UH1.IIR F¢ S0241 EPlx ....WPNivm O1 E.STNG.FIM. Q EusnwaeclloRLwvx+ww YRlrt C'1 Lam] ,,.,� QRE.l RRE.AN"A""NCMEDCMJWIDMYUITroYROA CMUAAO Lr ^+ ADJACEN PEMWECMI NOIUkTl AMB.CIU.1..EgTORiRTAR,..E MOMUAIOCIFA%,>�W,1 Y1 F 11U. SEIIEWLNJIX MIBEDOFnNTPq XMM NEPDRNUTIP UPREPAPE ONTUTANUPEP, NFU AXPROANOEPIXANUPMESN15roMOTCN EwsnHGcoNFGLMMMI. aEiEaio l OFCLLM1NGCp.1q£nOXLi sPECIFlUIIw sFClmXwolm RfflpLFAEMWMUI, FPEPAGEFAPoEE09WFACEAYDPNM KNONORNE UiONATCXEXn11NGLGpIAM FlNdI PEFEPIOBPE(IFICATCN BECALM"..,�u RRA, CONCRETE MASONRY LINITREPLACEMENT +� DETAIL Slot NO SCALE FOR REFERENCE ONLY Parking Garage 2017 Project CONCRETE AND STEEL REPAIR DETAILS vrrol' 1 LFRY N 1 F l OI EMNG COICRETF ALAR, O WrMTA,,YJ .ARMSFIIMTSPPIEYM.nEx.MwACESN PHIWE BFAOM RES EANO MCPE NOE RRAFAM9 AS 91GYµ FRViCE ANIMI.INOM TO LfFlN0.i1MILil U2 O bVL TALL RORFFLEB NIEEED FOR IEW SFOLARC REFER TO 9NE9E O RA,RR MrM .NttALEIEw BEAIMT. x:rNLS6WM R16xwrm nOCMw SUPE " M MATR N3.INWE Aw cIXOAYE E1BE Wl RESER rosFEQFYAMM RFCT,OR. TYPICAL CONSTRUCTION JOINT i+1 DETAIL 5500 / NO SCALE LUMP SUM BENEATH MEMBRANE PAY UNIT PER LINEAR FT ELSEWHERE Qe 4 Qrn. a A °a W. A n Q PRErowEDPREcaar TEEFINICE Q Cp.IN£IELYRMNESFAARAi' MLFOR. R O ERMDEIEYILLWEOCELLACxERCRYNOB1EMExrsFEBpFATRRFADWr KHRM .FICATW SFCw ... O 31 R6 REWNECTMR 7SATVPRV&E�PLRA "W NTERSLPEgCE FFEAAAApNEPo%YPNNFNL VWYD STEEL FIRER TO OAFFIFRG MCMN MIK O STEEL Wi AFFORD IN RLAM AT RNFAR CdHE. LATE01x ,T Epi AEID AM'AE WREN LNLWFAED RA yNNR WARWpIR, RAO IEL REPMR F EMAAY, THENGILB`lH! NO E. PoIM NI EMRSEO SIFFL PFFEP TO ECFlGTRN EE. OWIN. TYPICAL SEALANT JOINTS AT TEE -TO -TEE s�DETAIL 55W NO SCALE PAY UNIT PER LINEAR FOOT U.N.O. C EM19TN6DJw11F1ESAq, O F%WMiD]ILREIEPApEOCKfl O LNf BYBIB.IIEACEB WTENLL O wNN1AE0EAMFSSOx9FILRPo1Ap1LHTBYBIBL REFEAM.FGTILW xcnoxmsooa O FAEICRr FARRICATEEBEROd FUUF%, qm NRRY NEF.LW5TIp4 ETC. NEW WINGED COMRESSIO.Y SEAL AT CURB K-9ISOMETRIC DETAIL \5r5` 500 NO SCALE � 1 Y E l B OI EMRGLpIERiE&OA O3 RWFCPNN5FER9PE61GTKKI BECn LT. INA V CgFI OO,, Rm. OF 11 MEEa 1R CEEP,CR.THE 1R LMENSXM' IBIrNFEAYEM,IAE ANN OR MrO ..ORO O fPFPME0LL8URfALEBPnEILE0ECR 1EW 8FOLW( REFERroBFRIFIGIRNYCIICN mNw. O gORAFTEMEATE pPAgTExEW SENANF.INBTM.REF.TO 11MIAgNNO wunGENNATxNE1ABnx1E,AFO cwuvEELBEWxERE. RFFERroBPEafunal sEcrNrlmpeN. TYPICALRANDOMCRACK DETAIL 5500 NO SCALE Q F%WmccwAEIBSLAa QE WERALL ANMEttE40Lx WFREPPFARATA VAF IXXES RFE REFER TO SFO MATER VLA 9LWAE LUIEWE9Ci PFPN¢AigEHAW.I?UEEP. PEFERi05REIEKATpN sErnoxm90oB. 01 REaAREOBLMA.W w1...WNLiE1.G .M.EDro AECEPFxEw LVQFT WILL, VERVYRLOLA WiWIET1u ARFAOAAFEFORRllL3pEAWE&BMI MAEMEE SELECRDWRNMWUEALTWFASRESRE.AlYE. RERRTOSNE6IGTWN RE.OR BNBd. O RERNEEYJBnwEMuISYUNN.gMwnx IEW NMEOPWPE89W SFHERWMpx ILMTSYBTBI REFERTOBFECIFCATRORSE xdNL. 50 NEREWRAERSARISPULEDIR?TMEIORGRFATERREFERTIEAPEISONORAMO W, SNLLLMERREMMMUNPIttLEEDINTEE%PN6MFNMLORTPER 2 AE4YE. O IwOIRFACTWYA MDNRNLFSNXITPONSDJNBRREET 9MDIOCMDPAWN] SSW NEW WINGED CCMRESSION SEAL s DETAIL 5500 NO SCALE QI EYffi,KrEDIWIESAR p LEN MfiD WWREBSICNBFAt E%MNWSIYNCBYBIFM RE£EP TD&ELR.IMM eECWxENBBB. O AM BYETEM REMERNATEARL O FIGIpir HRPoCATF .. BEYEEFEA. FoW .TERTONNENCNVNE. rWLDBAx1aPPeIENEEr TDffvN WMacwN. 05 INRS'FNSTUNESa1EELMlE W1111RIElOMINYApIU FNx YENnx3f CN 9TNNENSIEELTIFAROREO. ENi9 B' WTO M!.RErf NOLL NEW WINGED COMRESSION SEAL AT VERTICAL SURFACE +o ISOMETRIC DETAIL SSWJ NOSCALE O1 FABRAiCCMPEIEIM Oi EL.N ALLCWBOR.OixERVERMALARJJECn}1 OPREPARE ALL, BIAFAMS INFERNO FOR 1En SFNMT INSTALL MALAM FLUSH WIM A `R4OWRFAMMNEAYRAEMBN "FCDNCAVFELMXRFRE R£FERTO ...AmxsECIIDNNRBE O WVEMAV R FEFAR N10MLGrd FFFPWENVMSUNEWRw ..RE REFFRrosFLAFlGMNSEE1CXOryM. TYPICAL COVE SEALANT ��DETAIL 5500 NOSCALE QS FxsTRRF nETERIAa QF EAIBTIRO.. MPM85pNRFAL.. QB Em...... v FR,PNWTO.FR. O IYMMEYJ9INGLGG111FANLLCRYRINw&w OPFAAED1Idw LOLAIENOVpUfl MR60AFf91MINGMER%WA ro AMwpix. © REMWEOMWOEDLEwTx Sw RIWATIF rMB0.EONOSINOONFACHEMaUMRMRGM PERFDAN N CAREFULLYMWTTOW WBEWEDMWOFPFNING MBLRRWF. REFEFMSRCIFERTKKISECRCN9INJ. QO ATPPMMMTELYrd9DEENNS REPMLEN .cMSFPLwNGME NMUIiRroSMnEILlfA1T1EFFI FIDLE NTREWlw LNENGREFULLYPRYWMl WHSVRPFATBINET SFROMACxSMUNWWOREROTGWOAOS REFER TO SPECIFICATON KCTW 01MR0. Qi MYUPSFALWINGANDINSRCTFORWBSB MWEDGEBLRTtWTSPNL WHERE F(%M,LIFAddifNIL1EO WiFANM WNOHELDTWLSANDCMPRESCEBNR iNHNISIALLSJOMCgfN)iPo%YREPMPM]RiPA RFSERTOSRCB A" .CT RX A. QB CI BLCCFOUTMDSEPLWI.SWFg ESWIMNMDMOTVA.SN000AFPESSEOIATIFNREBETNL MWNND REPo%Y REFER NSIGWIM YYp MJd1EDEPod RFPNRM]MM glALIENWTNF FREMROiEOwN0REPNR N4iEILLOL PE10 6ECFlGIpNSE<1KHdMW. ri DETAIL 5500 NO SCALE PAY UNIT PER LINEAR FOOT 01 FARIM'CRCPFIEIPRISi PAIEL O WSIFL AL.. CAR MRHRR Q O.R OUi ARY EMETNO.FNM SFNANI&TEN INN)a AMO roR ESFNFNf IEWGIE PiGNVE A MFMM NOM TO CPTH MTM R SF REFER TO SPELL XIFR4 Bftnp 0799. QI PRFPMENLELNMCESRTEFVMFgIt MAL,M. REFERT08£ lORSCCMN WNBE O RFARF ASIMTE INSTALL Y EAAMAWFMEENEw MALART NSFOLLSEOUJIT ausxwnNPOAYMOSLRFPLE NKAMNNNNHF. PHOcpGYYE FIREW EAE. RETFR W srtcIPCATIDxsEcnwm9A9. O SMT NOMVPAIE9Y'r01'. WNIIMII.S1M1N1. TYPICAL ISOLATION JOINT SEALANT ++ DETAIL X00 NOSCALE FOR REFERENCE ONLY QI ECI911w CA$flxglOEWN4FEAFM Aw WSER O PoBS'BIE XMMEREPEP/RS FYP. AREIERRttA,.,EEL`M AEpm RER NVAFACTURER9PE PFFEP MMlERMAR DF REELTNGTpNRECMN R/RW. RPNLBC#FAIER TNN I' NOFAEEP, 1119NM OETAL 10X OPAMXO SM, O EV 91Wi JpNf OPENO, FLENYE TOACCOLMJOgiENEYIARROYSTBd lR. NERE WFAAY,=4 EMNM£ W WTO ACCMpCATEA KMAL 0YYI O NWCC{ FRRMEE.VMPYMAAMSEAEYETEN RFFERTOSFELIFIGM MTlA DTT, NEW COMPRESSIBLE SEAL EKPANSION JOINT %s1 DETAIL 5500 NO SCALE FOR REFERENCE ONLY Q FrvsnwcoxcRETEBMwrIu. Qx EzsTRW PRnuDMWNa0xSmm8FNro&REFRNW O E:191INGxWFO RNTENPLRENDVEm119EMPElY. O ALUNNNTwssFE SNmW P'aTEroEwveL£OFDRPFserulATlox Q SW D. RCCRWf NIECNmr NCN TOAPFLJRG R6E EFl.ENf FOR TE bW NALDFR PROTECT gMO9Msro NMNTENLPEMTEUO LfBPp K WT OCCNgDSPNE BELOW.CLMREI6YCLEW P10pBPXF CidLN/SI VAlpW.4 O gRRYSigPECWiCF9RAwLELEMnIINECDMPEtENN 10TEUiM P:RMVAFACIVPEp9 MUIIENPEOWppIIS Ql PINLf1MRER MUIW9RNCENCR NMLW.J PTIMRiVLCCItilPIA1xN5PALlw. Nn NDRE T IAw FFAR'1ry D.c. mgxNlN QB FIlPA411L91P9HEEr. FRONLE OLEgMTEEWARAAIPNEN WPNFEr. Qj ffr1EN PREMMOEEALPPMA'OFWIN1wNOCCNUTAO FERPROLCi SECFlGIM4. ®WwTLMVEINMEVOYDmNGTNINOWTENMLLEALIE.LPANWLNPFAF D 0.PNGp E.U`FAND wi LEFr FREfD W EWAN- IX TYPICAL PREA D EJ REPAIRS T2 DETAIL 5500 NOSCAIE PAY ON TIME -AND -MATERIAL BASIS CITY OF IOWA CITY Parking Garage inlenance Program 2017 Project JOINT TW ra L.iYel Pec t? IW E¢ E1FBW 9onL Ol 1 F (Se�vml. WUi:M P 51331 E.EE3 I - F¢ SLBbI SAI xvrLplivr¢ �e�I or rre ruin I px..rnn C 1EW CIXCAELE RE. x%EA OS IEn rWIEO OORT'M MiCgFDdrEYM1Y %ILEOCIXCREIE PFFFR RI AREA'.. ppOPF0N0 BERpN.M. r RAwvR O TO.E—TOO.. WxO SDE FACES OE ANMNp&OWpR1RWVENIIX NA W S MEO NR Awf dAT ELY PRpR M MLEA pl4TNLRFM 8 13311 O MAEALMTRATEAO FRW EA N.YAM .ElLdlwn ...E.ALE • ro MR. MEmRP , ARD LCMYE NBEWNRE REFER TOOROOCAMWSECTM MOX. /I'1 '✓ TYPICAL TOOLED JOINT DETAIL 5500 NO SCALE QI ECI911w CA$flxglOEWN4FEAFM Aw WSER O PoBS'BIE XMMEREPEP/RS FYP. AREIERRttA,.,EEL`M AEpm RER NVAFACTURER9PE PFFEP MMlERMAR DF REELTNGTpNRECMN R/RW. RPNLBC#FAIER TNN I' NOFAEEP, 1119NM OETAL 10X OPAMXO SM, O EV 91Wi JpNf OPENO, FLENYE TOACCOLMJOgiENEYIARROYSTBd lR. NERE WFAAY,=4 EMNM£ W WTO ACCMpCATEA KMAL 0YYI O NWCC{ FRRMEE.VMPYMAAMSEAEYETEN RFFERTOSFELIFIGM MTlA DTT, NEW COMPRESSIBLE SEAL EKPANSION JOINT %s1 DETAIL 5500 NO SCALE FOR REFERENCE ONLY Q FrvsnwcoxcRETEBMwrIu. Qx EzsTRW PRnuDMWNa0xSmm8FNro&REFRNW O E:191INGxWFO RNTENPLRENDVEm119EMPElY. O ALUNNNTwssFE SNmW P'aTEroEwveL£OFDRPFserulATlox Q SW D. RCCRWf NIECNmr NCN TOAPFLJRG R6E EFl.ENf FOR TE bW NALDFR PROTECT gMO9Msro NMNTENLPEMTEUO LfBPp K WT OCCNgDSPNE BELOW.CLMREI6YCLEW P10pBPXF CidLN/SI VAlpW.4 O gRRYSigPECWiCF9RAwLELEMnIINECDMPEtENN 10TEUiM P:RMVAFACIVPEp9 MUIIENPEOWppIIS Ql PINLf1MRER MUIW9RNCENCR NMLW.J PTIMRiVLCCItilPIA1xN5PALlw. Nn NDRE T IAw FFAR'1ry D.c. mgxNlN QB FIlPA411L91P9HEEr. FRONLE OLEgMTEEWARAAIPNEN WPNFEr. Qj ffr1EN PREMMOEEALPPMA'OFWIN1wNOCCNUTAO FERPROLCi SECFlGIM4. ®WwTLMVEINMEVOYDmNGTNINOWTENMLLEALIE.LPANWLNPFAF D 0.PNGp E.U`FAND wi LEFr FREfD W EWAN- IX TYPICAL PREA D EJ REPAIRS T2 DETAIL 5500 NOSCAIE PAY ON TIME -AND -MATERIAL BASIS CITY OF IOWA CITY Parking Garage inlenance Program 2017 Project JOINT a. EXPOSED METAL SURFACEDEFECTS 0' FusnwwwREre MAM O M OFF HMIPLNL'IICHLL E RLR W BELOW Ep RM BLPHLE PPFPPAE LgICPfiF MO PAn mM EFO%W EARS E. wFVOECVF11w PEPHi1ED REEERrp SPEgFM rRM9EC11W ON140. O FIRBEE.REINMREEMEM.CRYORE 1.E& ..R9VIEELFI EMAWMFOFNMIaP6.E gIpILE I?COVERPitN ENDS, FAFPMENOPF HC EMVX WIDMVN cG9ULTWIMEMNEER AWRTOCUInwflEINiOPLEMEM. O REP W,ISPF4inw5DRF1LF DEFECISCJJ18FD al MXAEGP1E PoI.Ta E.. aC .NO FAE£IE.TNW 0.W NAMVNEROACEPi MTEQR RMDMEMRMEWWFKTUMR. RETRMVELFCP 9ECIpHB113W. OE P1lDSMOCTNg10nEPmSE R.EEAETNOEACES9CCNCREFEMWRM\TERW0EMVTMILEFTN1 ) FRCNCCNBTR NXWMEa IMEREnEbpl ARO]WRETEIBMOWOEOMOMEMWPROTLLMS RMMATT K nlr LffiJETNE CECS. raaonac01µoRcRwDATwwwroxxroEa xe IxwLwlmm YEIAw R^A PEIIEIERCFURC£MVS O IER TRNFIC.. BY . REIERro9PELMLOMAIBFCIgN V71. SUPPLEMENTAL SURFACE PREPARATION �1 DETAIL 5600 NOSCME C) �MMERETEEXAR TYPICAL TRAFFIC MEMBRANE OVER CJ's OR CRACKS s DETAIL n NO SCALE OI FMRGCCfLAEIEOld Q EROYIOEa9WCVlIMNIDEe1T0® O] NEWiWSFlC MEMBRVEbVEpXi, EHPFE8VE4QiT 0.\REIELY RLLBRAWCUI. REEFAiDSPECPILAlpX9ECThA10116Y. O NEWTPNFlLMEMB TC CMT. REEEANSPECIfICP1NRSEC DNRM OE MASKRWMInUNEFp1T FRMS NETERMI MR PERIMERRM LBEPR0. EL IOMYCEMW.W8 RKRK MC TOWYLEMNNLEPBRWMDTOCBIMN cIEM ao MAi srsTRn wTALunM TRAFFIC MEMBRANE PERIMETER TERMINATION s DETAIL SBA NOSCALE Ox pWHCFAIM'NNIECT0.WNJTEEEMaL mEAEGPAlE191H0WERRNRYWRaiEDaY &gIM91AMYJIMABT EtlEf<l1ETEY 91MLL0EREL011EDINMIyflR/EO WWA Q QJDDEFP6PJ]YE Ri aAVNPEgE1EI1fUi XE118FNANINIETPW1pN Q PRWMEwwsFsuM. RFFERNTYMCMEFNMlDEiKlsoxmAww Mw. Q NEWT WMEMMWE EYETEM. TERMMOIECNS RXRL. REFERi0aR4Yw" EECT 07lwD. Q woviOEI..Ia PLDD IN ORVN�FM168LPMiiMFPF \BIW4RE BlarEtl ,RFPNUnNAMDNT nOx P9GVE ATEro[EEMW EArsIDEIPSY WCLEMEMWEATIER. TYPICAL TRAFFIC MEMBRANE AT GRAIN DETAIL SSW NOSCALE \��iYMMM"YYTlE1RFiYE O F.WIKCCMCPElE WN1.CWB g1AW O11HiV£RIKJL TgRTpI O YEW NYEBFNANI. PFFEfllOT1f+48EWMaETNBRICPAAYB3S RA 0LmIMLL IIf4lMtlfixl O YEW fWlCf OETWL WPi CEX1ERE0MJdXl. PFFERR191£QFKRnp1 YCDM011W1. OS NER INSFIC MEMtlWNE 9YSTEN rERNHOIEMVFRMO19LPfPL60.991gWN WIEPE VERTW'LMQXCTKKR1 K W DTER K MMEIER WTERVL TERMWTETWYFlC M3M4E SYSTEM ON COVE SENNR. REFER M SMIFICAMN EEEwN 071 RV TYPICAL TRAFFIC MEMBRANE AT VERTICAL SURFACE 3 DETAIL TV NO SCALE O E441Nf COXCPETE9l8 Q ER9 RID WIL%EIEwOLLCR Eq.LMI. O] FPGAOErEMPVU9Y CWMEa9&ENITERVI IT WOMPMAR4TM%EroExEIPf EW LEEPE,SwT, M MER N . ROCKq IEE MShRV1roRGFiCE TEMG+MYWORMFWWARR aFDUR!MEIMIAi Q IRONOE FREE srsIpMJ OVF0.5®CWFE .. REFER Mtt kSWAM DUMMM wAmw sew Fw RBDIrMN+i rEORAawx Q TEmwrMTFmssFlccunlDaxcouEswnlc RummaPEcfrAnwsEcmoonmw. TYPICAL SEALANT(TFV FFIC COATING TERMINATION AT STANOING COVE D DETAIL 5810 NOSCALE O1 VHT1134VYICRElE9AR O Iff118FAMT/M PICKER RCO.F MCIIRXW MG\WT'AL O iLLNIREVM0R8KNILY CEFA PA4CCAi NN BNOIMILOE G Q MEwfmoEDETMmArcERRM Q IEWIPIFFEME\WWEnartM EYOFOR EENNRNRNTR CMEMEL E T'xP LM"xea lm THP IIXiEarI Fi'gLlh Mel Phone: �la.xR132xx Fu. cllpl,I`S81 xxw �hplldivm k' n TYPICALTRAFFICMEMBRANEATISIX VMJOINTSEALANT a DETAIL 5500 NOSCAIE CITY OF IOWA CITY Q FlbR60JGElEBLLL O E,®RMFEI.:PDET, Parking Garage O] PpOlpEraN mIESFNNR AT ICBTbsDREA9EPu1E REEERroIYPIaPLEFPWIT Maintenance Program Q oElAuwIMwRIomDPDRAMnRRAMDRM�,IML MNTW{ICaMMi9Y81Bl REFER 103PECPICATpISFCMNl Ox1[Q M.CCA1MgINh 2017 Project MIUM. NPICALSEAIANTaT FICCOATINGATGUARGRAILORBOLIARO —""" ""E �1 DETAIL MEMBRANE DETAILS S� NOSE INP m NDMER o. OI F)tIlON2RlE9.,6 O3 EIKiYLCM1R6MMI8E0l O TL�LWIMRx®ITLfEP 6l4Y NTJE&'MYr WIYIFLrOfM£Ci.pIICEEMl PFEFP r051ElAG DEfNLiWdUMW WY. O IETIMEEICCMTNJ 9YgrFAt gEEEPr08RLIMAIXRI ZCrpXM14A Q EIARNLMFIE NMa Q EAslso Nmmo�TMSNwsEM O E®IEOFlDM4]IIFNfIf/llm WlE1N1 RUKEmnxlwexL¢rcr xYwE SWort PN,wE,role,oEN KEExro l�MDEiNEIN LII/JIEU9 OS i1EE1RHlIFILfARMRKES, TPE[IFwN YT119RVFMANDLWiIQKEA MEI MVGEMLgILPkIEIMM EIOXY pJPPNGNO EHMRIIUlEp9PM WILPE O IENiMfiC WY111q BY8rW. PEEE0.M5FELIEG1pN5ECT0NOrf%4. TRAFFIC COATING TERMINATIONAT EXPANSION JOINT TRAFFIC COATING TERMINATION ON EXPANSION JOINT NOSING s DETAIL +o DETAIL 5807 NO SCALE 5801 No SCALE O1 EA91NiLpCIiIE RVB 0x rvNERE IaaAICD.XwDReRNnERLWr. waroDRnNNlmuoeRELENwTPxsEclNxmlw. O EIR5I6R9E CMr NtW KVp1FPWN1MNfWE MEED1E1 igIMFLMLPACI1NM NrEPE NN MEMBWIE IIE94YfOGL41V%} Qi sEcvsD eaRE cwr. Qs Ww lERUWnpx Eo�R°x RcesrrwcwrsTTMunpx Oe r TTO CaT. Q sEcaomlrm? Qi /�RNRE 1ENrPMRN,�TcsrsTExNrorff NINElI515GrP.MRC,X3rxNsslEK RmcEEDrs TwLwm ALUSVE NIEELAF➢NRJNLE WMVA WMJiF ttP AX1N FS0.H FA411XG 9E LMi. 3MEPPPE FIAIM PA9E pY.T EW MYEIC EpBN1{ Y W iKT.PEP RE0.IREMEM9, LPIEXRO.Y LWi0N1p FA41MJ 6lY CMi ML EALCEEp 02 WTEDIdINE TYPICAL TRAFFIC MEMBRANE SYSTEM TIE-IN +a DETAIL 5801 NO SOLE O1 EMIK+LGQFIESIH O} FISIRGGViMKECGECEIE Y'fi/WtDRRP/)UCIPfl Oi MQ'4£IENLWEEWMI. P6ER10rYlYI1 PFNN11 LF14b RIgUNMJBEYI KP MpUM1Gt O P DENENMNPFWIIIIOSYSIEEE REEERN9RCEIf/irRNTLIIMMIW O WSXRSrRNtlRIIIEIOrEPNWIEiPIFFCCMRG [x LIF®LP9LEXNXMSIRMH NLfrN. TRAFFIC COATING TERMINATIONAT RAISED CURB ++ DETAIL 5801 / NOSGIE Qi mlNRmxLCERvn C7 O1 FEHINDNNECW RON(YERiVLNOLCIA'M O mawElsn mYESENwrt REimromruaNlKrtoErrsoxdtegasIDlwR ii Kmc WpNMII(II1. --t �J O IENOEi01 LWifrANIM1EDIXILVh SIIMIr. PVEPip JI4cIEN' ThM18FC11}I Oltlm _ ; O HEWrRNEFCWTXG9Y91EM. REFF0.1p NFLfILP1KHYC1pN011 p1 ryi"f} nil TYPICAL TRAFFIC COATING TERMINATION ONI COVE SEbf 4r$, +z DETAIL THPi®EYYEd Is L[OF_BEbiX SMeN CAmW.01t,RM pI= �U3,1.1133 FN[ AplN lI ....legmam cjaaML 'Rear CITY OF Parking Garage intenance Program 2017 Project MEMBRANE OETAILB Be (LI ) Prepared by: Jason Havel, City Engineer, 410 E. Washington St., Iowa City, IA 52240,(319)356-5410 RESOLUTION NO. 17-54 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 7, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2017 PROJECT, DIRECTING THE 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 and the Annual Bridge Maintenance and Repair account #S3910. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 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 7th day of March, 2017, 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 February , 2017 C MOOR �\ Approved by ATTEST: W "*1111 DtizUZY CITYCLERK Vty Attorney's Office Z /7/1,7 Resolution No. 17-54 Page 2 It was moved by trims and seconded by aotchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway % Cole x Dickens % Mims x Taylor x Thomas % Throgmorton Cr edia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0001951398 2/27/17 02/27/17 $39.77 Copy of Advertisement Exhibit "A" 4'/_ Subscri d an I sw to before me by said affiant this C day of March. 2017 Notary Public in and for Slate of Iowa 1�, MIVUISCII nuut7t'IIUN COMMISSION NO. 753956 1�fY COMMISSION EXPIRES OF iotice is hereby given ty Council of the City of Iowa, will con -duct a hearing on plans, -is, form of contract nated cost for the I of the Iowa City Garage Maintenance and l3iidge Repair 2017 said city at 7:00 pp m. on ,y of March 2017, said � be held in the Emma J. ill in the City Hall, 410 gton Street in said city, meeting is cancelled, at meeting of the City ereafter as posted by the t' Ramp, Chauncey Swan gSrr Garage e' Street Bridge (adjacent tnc%SwanGarfie). d pans, speci cations, form ntract and estimated cost are on file in the office of the City in the City Hall in Iowa City, and may be inspected by sted persons may d meeting of the City he purpose of malting to and comments said plans contract or the cost This notice is ffiven by order o the City. Council of the City of Iowa City, Iowa and as provided by law. d ULIE VOPARI LEDEEPUTY CITY CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION sr RANDY R. ?; s I' crs; IMLSON �. u� ; 12311 11ri 10, PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project IOWA CITY, IOWA February 21, 2017 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: 4� � �� Randy . Wilson, P.E. Iowa Reg. No. 12311 My license renewal date is December 31, 2018. DATE: a SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICETO BIDDERS........................................................................................ AF -1 NOTETO BIDDERS........................................................................................... NB -1 FORMOF PROPOSAL....................................................................................... FP -1 BIDBOND........................................................................................................... BB -1 FORMOF AGREEMENT.................................................................................... AG -1 PERFORMANCE AND PAYMENT BOND........................................................... PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................. CC -1 WAGETHEFT POLICY...................................................................................... WT -1 GENERALCONDITIONS.................................................................................... GC -1 SUPPLEMENTARY CONDITIONS..................................................................... SC -1 BIDDERSTATUS FORM.................................................................................... BF -1 ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM ATTACHMENT: PLANS continued on next page TECHNICAL SPECIFICATIONS Page Number DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS (Additional) SUPPLEMENTS TO FORM OF PROPOSAL........................................................ 004300-1 SUBSTITUTION REQUEST FORM...................................................................... 004325-1 NONCOLLUSION AFFIDAVIT............................................................................. 004519-1 SUBCONTRACTOR AND MATERIAL SUPPLIER LIST ....................................... 004550-1 DIVISION 1 — GENERAL REQUIREMENTS SUMMARYOF WORK.......................................................................................... 011000-1 ALLOWANCES..................................................................................................... 012100-1 ALTERNATES...................................................................................................... 012300-1 CONTRACT MODFICATION PROCEDURES....................................................... 012600-1 PAYMENTPROCEDURES................................................................................... 012900-1 SUBMITTALS PROCEDURES.............................................................................. 013300-1 QUALITY REQUIREMENTS................................................................................. 014000-1 DEFINITIONS AND STANDARDS........................................................................ 014216-1 TEMPORARY FACITLITIES AND CONTROLS .................................................... 015000-1 BARRIERS............................................................................................................ 015600-1 CLOSEOUTPROCEDURES................................................................................ 017700-1 DIVISION 3 — CONCRETE CONCRETEREPAIRS......................................................................................... 030100-1 POST -TENSIONED CABLE REPAIRS................................................................. 033810-1 DIVISION 5 — METALS MISCELLANEOUS METALS................................................................................ 055000-f Page Number DIVISION 7 - THERMAL AND MOISTURE PROTECTION VEHICULAR TRAFFIC MEMBRANE.................................................................... 071800-1 THERMOPLASTIC MEMBRANE ROOFING......................................................... 075416-1 EXPANSIONJOINTS........................................................................................... 079000-1 SEALANTS........................................................................................................... 079200-1 DIVISION 9 - FINISHES GYPSUM BOARD ASSEMBLIES .............. PAINTING.................................................. DIVISION 32 - SITE WORK PAVEMENT MARKINGS .................... ............................................. 092116-1 ............................................1 099100-1 .........I ............................ 321723-1 ra c� <r'- r, i v in v .. O DRAWINGS INDEX Drawing Number Drawing Name S001 TITLE SHEET S010 DUBUQUE STREET— PHASING PLAN S100 DUBUQUE STREET — 1ST TIER FLOOR PLAN S101 DUBUQUE STREET — 2"D TIER FLOOR PLAN S102 DUBUQUE STREET — 3RD TIER FLOOR PLAN S103 DUBUQUE STREET — 4T" TIER FLOOR PLAN S104 DUBUQUE STREET — 5T" TIER FLOOR PLAN S105 DUBUQUE STREET — 6T" TIER FLOOR PLAN S106 DUBUQUE STREET — 7T" TIER FLOOR PLAN S110 CAPITOL STREET—TYPICAL LEVELS 1-4 FLOOR PLAN S111 CAPITOL STREET — TOP LEVEL FLOOR PLAN S120 CHAUNCEY SWAN — 2"D TIER FLOOR PLAN S130 TOWER PLACE — GROUND LEVEL FLOOR PLAN S131 TOWER PLACE — TYPICAL LEVELS 2-4 FLOOR PLAN S132 TOWER PLACE — LEVEL 5 FLOOR PLAN S200 EAST COLLEGE STREET — BRIDGE PLAN AND REPAIR DETAILS SEALANT AND EXPANSION JOINT DETAILS S300 CAPITOL STREET — SOUTHWEST STAIR SECTION AND PLANS S310 CHAUNCEY SWAN — NORTHWEST STAIR SECTION AND PLANS S311 CHAUNCEY SWAN — NORTHWEST STAIR SECTIONS S400 CONCRETE AND STEEL REPAIR DETAILS S401 CONCRETE AND STEEL REPAIR DETAILS S500 SEALANT AND EXPANSION JOINT DETAILS S600 MEMBRANE DETAILS S601 MEMBRANE DETAILS NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2017 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 30'" day of March, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 4"' day of April, 2017, or at special meeting called for that purpose. There will be a recommended pre-bid meeting to review the documents and visit the sites. This will start at 1:00 P.M. (local time) on the 14' day of March, 2017 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2017 Project focuses on work in four City operated garages. The Dubuque Street Ramp will have minor concrete and waterproofing efforts. The Capitol Street Ramp will include expansion joint replacements and repairs, along with waterproofing efforts in the SE and SW stair towers. Chauncey Swan Garage will have concrete repairs and expansion joint replacement, at the bridge entrance and exit to the garage off College Street, as well as roof system replacement and stair waterproofing efforts at the NW and SW stair towers. The Tower Place Garage will have expansion joint repairs and traffic membrane strip installations. Efforts in all facilities include minor concrete and waterproofing repairs. Additionally, add alternate efforts will be bid for traffic membrane recoating efforts in the Dubuque Street Ramp, bridge expansion joint replacement on the bridge at College Street (adjacent to Chauncey Swan), and stair tower interior finish repairs at the Chauncey Swan NW and SW stair towers. 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. AF -1 The successful bidder will be required to furnish a bond in an amount equal to one hun- dred 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 completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: April 17, 2017 Substantial Completion Date: October 6, 2017 Final Completion Date: November 3, 2017 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 the Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll -Free 800-779-0093, by bona fide bidders. A$50.00 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 is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 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. Posted upon order of the City Council of Iowa City, Iowa. JULIE VOPARIL, DEPUTY CITY CLERK AF -2 .:D 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 Envelope 2 Bid Bond and Bidder Status Form Form of Proposal M FORM OF PROPOSAL CITY OF IOWA CITY Parking Garage Maintenance Program and Bridge Repair 2017 Project NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder BIDS RECEIVED BEFORE: 2:30 P.M. (local time) on March 30, 2017 TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder, having examined and determined the scope of the City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , inclusive, prepared by THP Limited, Inc., from Cincinnati, Ohio, for the Base Bid Lump Sum of: The undersigned bidder submits herewith bid security in the amount of , ten percent (10%) of the Base Bid amount shown in Part A. A. Base Bid: (Total Cost for all work included in the Contract Documents, inclusive of all lump sum and unit price work efforts. Also included with the Base Bid is the Cash Allowance as stated in Section 012100 and Part A.1 on following page.) Forthe sum of............................................................ Base Bid itemization included on next page FP -1 1. Base Bid Itemization: (Total sum of Base Bid Itemizations 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 ......... ($ 20.000.00 ) Dubuque Street Ramp (S100 thru S106) Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere............ Capitol Street Ramp (S110 thru S111) 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) SE stair waterproofing..................................................... ($ (d) SW stair waterproofing.................................................... Tower Place Garage (S130 thru S132) Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. ($ ) (b) New traffic membrane strip installations at expansion joints.......................................................... ($_ Chauncey Swan Garage (S130 thru S132) Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. ($_ (b) Entrance bridge expansion joint replacement ................. ($_ (c) Entrance bridge concrete overlay work ........................... ($ ) (d) NW stair waterproofing and roof replacement ................. ($ ) (e) SW stair waterproofing and roof replacement ................. ($ ) FP -2 B. Alternate Bids: (Total cost for Alternate work as identified on the Drawings as an addition to the Base Bid). Alternate 1A: Chauncey Swan Garage NW Stair Tower — Full scope of interior finish work, as outlined on S311. Forthe sum of.................................................................... ($ ) Alternate 1A Itemization: (Total sum of itemizations must be equal to Alternate 1A amount listed above.) (a) Remove and replace drywall and painting of drywall ...... ($ ) (b) Prep and painting of steel stair components ................... ($ ) Alternate 1B: Chauncey Swan Garage SW Stair Tower — Full scope of interior finish work, as outlined on S311. Forthe sum of ................................................. ars Alternate 1B Itemization: (Total sum of itemizations must be equal to Alternate 1B amount listed above.) (a) Remove and replace drywall and painting of drywall (b) Prep and painting of steel stair components ................... Alternate 02: College Street Bridge — Full Scope of work, as outlined on S200. For the sum of.. rs Alternate 02 Itemization: (Total sum of itemizations must be equal to Alternate 02 amount listed above.) (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. ($ ) (b) Bridge expansion joint replacement ................................ ($ ) (c) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) .......... ($ ) (d) Cash Allowance per Specification Section 012100 ......... ($ 2.500.00 ) FP -3 Alternate 03: Dubuque Street Ramp — Full Scope of identified work, as outlined on S102 and S103. Forthe sum of.................................................................... ($ ) Alternate 03 Itemization: (Total sum of itemizations must be equal to Alternate 03 amount listed above.) (a) Membrane recoating efforts on Level 3 and 4 ................. ($ (b) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) .......... ($ ) Alternate 04: Dubuque Street Ramp — Full Scope of identified work, as outlined on S103 and S104. Forthe sum of.................................................................... Altemate 04 Itemization: (Total sum of itemizations must be equal to Alternate 04 amount listed above.) (a) Membrane recoating efforts on Level 4 and 5 ................. ($ ) (b) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) .......... ($ ) continued on next page FP -4 C. Base Bid Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) No. 1 — Shallow concrete repairs(1/S400).................................... ($ ) Dollars per sq.ft. No. 2 — Deep concrete floor repairs(2/S400)................................. ($ ) Dollars per sq.ft No. 3 — Full depth concrete floor repairs (3/S400) ......................... ($ ) Dollars per sq.ft No. 4 —Joint edge repairs (8/S400) ............................................... ($ ) Dollars per lin.ft. No. 5 — Shear connector weld repairs (8/S400) ............................. ($ ) Dollars per location No. 6 — Post -tension cable repairs (9/S401) .................................. ($ ) Dollars per location. No. 7 — Expansion joint blockout repairs (10/S401) ....................... ($ ) Dollars per lin.ft No. 8 —Tee -to -tee load transfer angle(11/S401)........................... ($ ) Dollars per location No. 9 — Tee joint sealant replacement(5/S500)............................. ($ ) Dollars per lin.ft. No. 10 — Wing compression seal nosing repair (7/S500) ............... ($ ) Dollars per lin.ft. No. 11 — Traffic membrane patch repair (S600/S601).................... ($ ) Dollars per sq.ft. continued on next page FP -5 D. Add Alternate Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) Alternate 02: College Street Bridge No. 1 —Concrete edge repairs(1/S200)........................................ ($ ) Dollars per lin.ft. No. 2 — Concrete spall repairs (1/S200) .................................. Dollars per sq.ft. No. 3 — Concrete curb repairs(3/S200)................................. Dollars per lin.ft. Alternate 03: Dubuque Street Ramp No. 1 — Shallow concrete repairs(1/S400).................................... ($ ) Dollars per lin.ft. No. 2 — Deep concrete floor repairs(2/S400)................................. ($ ) Dollars per sq.ft. No. 3 — Traffic membrane removal and base coat installation (S.S. 071800) .................................. ($ ) Dollars per lin.ft. Alternate 04: Dubuque Street Ramp No. 1 — Shallow concrete repairs(1/S400).................................... ($ ) Dollars per lin.ft. No. 2 — Deep concrete floor repairs(2/S400)................................. Dollars per sq.ft. No. 3 — Traffic membrane removal and — base coat installation (S.S. 071800) .................................. ($ ) Dollars per lin.ft. continued on next page FP -6 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) ...................... 3. Mason (Mechanic or bricklayer) hourly pay rate for work performed during normal work hours ......................................... Dollars per man hour 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 continued on next page FP -7 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. 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. Firm: Signature: Printed Name: Title: Address: Phone: Contact FP -8 Ml 191 *GUEN 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 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, Project. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this of A.D., 20_. Witness Witness I'M day (Seal) Principal By (Title) Surety By — Attach Power -of -Attorney (Seal) (Attorney-in-fact) 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 Contract dated the day of , 20_, for the Project ('Project'), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers attached hereto; b. "General Conditions of the Contract for Construction" AIA DOC A201- 2007 as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti -Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and AG -1 This Instrument. AG -2 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged 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 October 6, 2017 and final completion date is November 3, 2017. 7. CONTRACT DATE _ day of , 2017. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX -XXX]. DATED this day of ATTEST: Mayor City Clerk AG -3 20 Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office 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 and Bridge Repair 2017 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 default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination 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 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 L 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 IN THE PRESENCE OF: Witness Witness 73a (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) 20 I Contract Compliance Program I r 1 � . I i�lll'P Mitt � MIIM®��q CITY OF IOWA CITY 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 if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 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, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mgAassttcontractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their 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. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 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. mgr\asst\contractcomplianw.dx CC -2 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 Signature Print Name Phone Number Title Date mg Aassftontractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, 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. 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 eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of 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 12/01 mgrtassftontractcompliance.doc CC -4 companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgr\asst\contractcomplianm.doc CC -5 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. 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. CC -6 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) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and 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. �a F. The following are exempted from the provisions of this section: CC -7 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 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) 2. 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) 3. 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. 4. 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) 5. 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) 6. 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) 7. 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) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) i CC -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 age, color, creed, disability, national origin, 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 disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -9 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceotions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will Include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 WAGE THEFT AFFIDAVIT STATE OF ) ss: COUNTY ) I, upon being duly sworn, state as follows: 1. 1 am the (position] of _ ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 20_. Notary Public in and for the State of J WT -2 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 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 strke nut 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: 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials required by whishany part of the Contract Documents C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 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 reneiptei 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 the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the reasenable 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. 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 knewing4y failed to report it to the Architect. If the Contractor performs any construction activity kaowing 4 iavelves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume apprepFiate responsibility for such performance and shall bear an aPPFQPFiat8 amewRt of the attributable all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, materialmea material providers and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 Contractor. E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 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 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, Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall seMply 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. I. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs aitc butable to SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day "� 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 84148F paFty disputes the ArGhiteet'a detemaiRatiGA OF 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 currently to indicate field changes and selections made during construction, and one sepy ei afl approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. 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 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, defendand 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 heath, 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 SUPPLEMENTARY CONDITIONS DOCUMENTSC4 Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, 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, Gentraster and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and certify 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 hot to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties 4.2.11 The Architect will interpret and make recommendations to the Owner regarding den de 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 desi6iea6 of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations desisieas, 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 GAG Aims rendered in good faith. 1.6 ARTICLES -SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 for any breach of said warranties. 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrengfal4y 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 Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent (105,o) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his -the Sub -subcontractors, five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLES -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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 bin menits workers to such points and execute such portion of his -its work as may be required to enable others to properly engage in and carry on their work. 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, unavoidable casualties or other causes beyond the Contractor's control, OF by delay authepaed delay; then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. 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: 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, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. 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 amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. shall 60 Ratify the AFshiteGt. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. 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: SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous 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�ICE AND B - Change paragrapO x'.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11. 1.2 to read as follows: 1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of ility specified in the Contract Documents or required by law, whichever coverage is greater. overage whetheF shall be written on an occurrence er claims made basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractors completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. 'ange paragraph 11.1.3 to read as follows: ` W.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Tyne of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (If applicable) Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000 $500,000 $500,000 $500,000 $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: T he Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owners Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the 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 re; pect 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, there the Contractor must comply with the following requirements: A. if the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. 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 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. 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 of 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust 'tae aggregate lim;fs 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; include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and .7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damagacaused 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 strap be listed as an insured or additional insured. 11.3.3A11 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. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the OwnenArchitect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy andlor 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 donial of default as justification for its failure to promptly remedy the default SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. b. 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 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 delwered atr sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all 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 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. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15. 1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1 .2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has beeh 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. 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. 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 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: to / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I knovnthat my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the govemmental body requesting bids per 875 Iowa Administrative Code Chapter 166. This forth has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts anew Chapter 156, `Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also.questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these Hiles because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875 --Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, orl the labor commissioner's designee. r "Division" means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2)"a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership orjoint venture, more than 50 percent of the general partners or BF -4 joint venture parties are residents of Iowa for Iowa income tax purposes; C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of 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; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign ° country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a ; nonresident bidder if such parent were to bid on the public improvement in its own name. 7 i BF -5 A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint forth shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. . d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuantto the ITN merit system provisions of Iowa Code chapter 8A, subchapter IV. BF -7 f Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. Duringthe conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/141 [Published 1/8/14] EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. F -W. City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004300 SUPPLEMENTS TO FORM OF PROPOSAL PART1 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 A. Substitution Request Form B. Non -Collusion Affidavit Section 004325 004519 C. Subcontractor and Material Supplier List. 004550 Supplements to Form of Proposal 004300- 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 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: Principal/Officer Substitution Request Form 004325-1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004519 NON -COLLUSION AFFIDAVIT STATE OF COUNTY OF first duly sworn, deposes and says that he is (Title of Person Signing) 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. 2 M M Sworn to before me this day of My commission expires Non -Collusion Affidavit 004519-1 Notary public 2017 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 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 and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 011000 SUMMARY OF WORK PART1 GENERAL 1.1 SECTION INCLUDES A. Summary of Base Bid Work Efforts: The 2017 Project focuses on four City operated garages. Dubuque Street Ramp, minor concrete floor repairs and waterproofing efforts. Capitol Street Ramp, expansion joint replacements and repairs and waterproofing efforts in the SE and SW stair towers. Chauncey Swan Garage, minor concrete repairs and expansion joint replacement at the bridge entrance and exit to the garage off College Street, as well as roof system replacement and stair waterproofing efforts at the NW and SW stair towers. Tower Place Garage, expansion joint repairs and membrane strip installations. Efforts in all facilities include minor concrete and waterproofing repairs. B. Summary of Alternate Bid Work Efforts: Add Alternate 1A: Chauncey Swan Garage, NW stair tower interior finish work includes, but is not limited to, gypsum board replacement with moisture tolerable board, painting of new gypsum board, protection of existing interior elements, preparation and painting of existing steel stair components. Add Alternate 1B: Chauncey Swan Garage, SW stair tower interior finish work includes, but is not limited to, gypsum board replacement with moisture tolerable board, painting of new gypsum board, protection of existing interior elements, preparation and painting of existing steel stair components. Add Alternate 02: East College Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. Add Alternate 03: Dubuque Street Ramp, minor concrete repairs, sealant replacements, and membrane recoating at end crossovers with 4'-0" wide membrane strip centered over expansion joint on Levels 3 and 4. Summary of Work 011000-1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 Add Alternate 04: Dubuque Street Ramp, minor concrete repairs, sealant replacements, and membrane recoating at end crossovers with 4'-0" wide membrane strip centered over expansion joint on Levels 4 and 5. 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. B. Give required notices where and when requested. C. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on the performance of the Work. D. Pay all legally required taxes. Refer to Bidding Requirements, General Conditions for information relative to sales tax for which the Owner is exempt. E. Apply, secure and pay for all required local permits, fees, licenses and approvals per the General Conditions of the Contract. 1.4 NOTES 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 Con- tractor 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. B. Division 01 Specifications typically address items in a general nature and the Contractor must take notice that more specific requirements may be included in the Technical Sections. 1.5 PROJECT COORDINATION A. The Contractor has full responsibility and authority regarding the scheduling and coordination of the Work within the Contract time and within the requirements of Article 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. Summary of Work 011000-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 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, bi-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. Summary of Work 011000-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. 1.7 PROJECT SCHEDULE AND SEQUENCING A. The Contractor shall submit to the Owner a complete itemized time schedule and 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 hours must be approved and coordinated through the Owner. Provide the Owner a minimum of 4 working days notice prior to the requested time to perform work outside normal working hours. Such request shall include type of work to be performed and expected duration. E. Odor or fume producing work performed in the vicinity of fresh air intakes (or similar occupied building access points) must be performed at night after the - shutdown of fresh air intakes. At the Contractor's option, and if approved in' advance by the Owner, work may begin prior to air intake shutdown. If work is: Summary of Work 011000-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 2. From start of work through Friday August 18, 2017, 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 Garage — 50 spaces 3. From August 19, 2017, 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: Dubuque Street Ramp — 25 spaces Capitol Street Ramp —15 spaces Chauncey Swan Ramp — 15 spaces Tower Place Garage — 25 spaces 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 7:00 AM Monday through 5:00 PM Thursday. In addition, no work may take place during "Rummage in the Ramp" event dates and during the Farmer's Market hours of operation listed below. July 26 through August 3 (Rummage in the Ramp) Farmers Market days/times: 1:00 PM through 9:00 PM, Wednesday's (weekly) 7:00 AM through 12:00 PM, Saturday's (weekly) Summary of Work 011000-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 5. During the following dates, contractor is to plan and take measures to reduce lost parking to Dubuque Street Ramp and Capitol Street Ramp, with no lost parking in all other facilities. In Dubuque Street Ramp and Capitol 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 2 through 4 (Arts Fest) June 24 (New Event TBA) June 30 through July 2 (Jazz Festival) August 23 (Taste of Iowa City) September 15 through 17 (Cycle Cross) September 2, 16, 23 and October 7 and 28 and November 4 and 18 (University of Iowa Home Football Games/Homecoming) 6. Should work extend beyond the Final Completion Date for any reason, contractor may have access to up the same number of spaces for work in each facility as outlined in Section 1.7, Article G, Paragraph 3. In addition, the requirements of Section 1.7, Article G, Paragraph 5 shall be in effect for any additional 2017 University of Iowa Home Football Games. H. Site Restrictions 1. When work is performed which may create a hazard to persons or property 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. 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. Should the Contractor fall behind the approved or adjusted schedule in the performance of his Work and, in the judgment of the Owner, it appeats that the Contractor cannot complete his Work within the time established by the Contract, then the Contractor shall work overtime, additional shifts or adopt such other procedures with the Owner's approval, as may be necessary to restore adherence to the schedule while maintaining the required level of quality control, testing and inspection. The full cost of such work or procedures shall be bome by the Contractor, including the cost of additional services of the Owner or Owner's representative. Summary of Work 011000-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 J. 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. Work shall follow the sequence and phasing as outlined in Contract Documents or Pre - Construction Meeting. 3. The anticipated Substantial Completion Date for all Work, including Change Order and/or Add Alternate work is Friday, October 6, 2017. 4. 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 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 Summary of Work 011000-7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 gasoline operated equipment, contractor storage area, at membrane application areas and membrane mixing areas, and at each area of other work efforts with flammable components. Extinguishers to be 10 Ib. A, B, C Class. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Summary of Work 011000-8 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012100 ALLOWANCES PART1 GENERAL 1.1 SECTION INCLUDES A. Base Bid Quantity Allowances. 1.2 RELATED SECTIONS A. Section 012300 - Alternates. B. Section 030100 - Concrete Repairs. C. Section 055000 - Miscellaneous Metals. D. Section 071800 —Vehicular Traffic Membrane E. Section 079000 - Expansion Joints. F. Section 079200 - Sealants. 1.3 QUANTITY ALLOWANCE A. General: 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 (All Garages): 1. Shallow concrete repairs (1/S400) ..................... 2. Deep concrete floor repairs (2/S400) ................. 3. Full depth concrete floor repairs (3/S400).......... 4. Joint edge repairs(8/S400)................................ Allowances 012100-1 .. 100 square feet ..........100 square feet ............ 25 square feet .............. 50 linear feet City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 5. Shear connector weld repairs (8/S400) ..................... 6. Post -tension cable repairs(9/S401)......................... 7. Expansion joint blockout repairs (10/S401) .............. 8. Tee -to -tee load transfer angle (11/S401) ................. 9. Tee joint sealant replacement (5/S500) ................... 10. Wing compression seal nosing repair (7/S500) ....... 11. Traffic membrane patch repair (S600/S601)............ C. Add Alternate Quantity Allowance Items: 50 locations ........2 locations .. 100 linear feet ...... 24 locations 1,000 linear feet .... 100 linear feet ....100 square feet Alternate 02: College Street Bridge 1. Concrete edge repairs(1/S200)....................................... 50 linear feet 1. Concrete spall repairs (1/S200) .....................................50 square feet 2. Concrete curb repairs (3/5200) ........................................ 25 linear feet Alternate 03: Dubuque Street Ramp 1. Shallow concrete repairs(1/S400) ............................... 100 square feet 2. Deep concrete floor repairs (2/S400) ........................... 100 square feet 3. Traffic membrane removal and membrane base coat installation (S.S. 071800) .........................2,500 square feet Alternate 04: Dubuque Street Ramp 1. Shallow concrete repairs (1/5400) ............................... 100 square feet 2. Deep concrete floor repairs(2/S400)........................... 100 square feet 3. Traffic membrane removal and membrane base coat installation (S.S. 071800) .........................2,500 square feet 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 Form of Proposal. 1.4 CASH ALLOWANCE A. General: Allowances 012100-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 D. Provide signage to safely route pedestrians to the nearest stairwell. 1.12 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. 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. 1.13 CLEANUP A. Each Contractor or Subcontractor, upon completion of his division of the work, shall collect and remove all rubbish, surplus material, tools and scaffolding pertaining to his work, and shall keep the work area neat and orderly by periodic removal and cleanup. Crates and cartons in which materials or equipment are received shall be removed daily. Contractor shall leave each phase of the work broom -clean upon completion of that phase. B. Each Contractor shall be responsible for daily collection and disposal of rubbish created by his materials, men and work. If this is not done, the Owner may direct that cleanup be done and the cost of same shall be deducted from 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. 1.14 FIRE PROTECTION A. It shall be the responsibility of the Contractor to take the proper precaufions to prevent fires when welding or while other fire -hazardous work is being performed._ 1 Temporary Facilities and Controls 015000-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 B. Gasoline and other flammable liquids shall be kept in approved safety cans at all times. 1.15 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. 1.16 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, 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. 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. 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 to required interruption to allow adequate preparation to be made. E. Provide the Owner with emergency telephone numbers to be able to contact the Contractor's superintendent or project manager 24 hours a day. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Temporary Facilities and Controls 015000-6 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the; following divisions and sections of the IDOT Standard Specifications: - Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.01 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES. A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11/00 ,n.e.&.gin�\s,.iA0i 570.da 01570-2 a .�1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 015600 BARRIERS PART1 GENERAL 1.1 SECTION INCLUDES A. Partial height construction barriers and movable construction area enclosures. B. Dust barriers. C. Sawhorse barricades. D. Vehicle barriers at street level entrance ramp. 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. C. Section 055000 - Miscellaneous Metals. D. Section 071800 - Vehicular Traffic Membrane. E. Section 075416 — Thermoplastic Membrane Roofing. F. Section 079000 - Expansion Joints. G. Section 079200 - Sealants. H. Section 092116 — Gypsum Board Assemblies. I. Section 099100 — Painting. J. 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: i 1. Fire -retardant treatment for dimensional lumber and plywood. Barriers 015600-1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2. Fire-resistant visqueen sheeting. 3. Plastic Safety Fencing. 4. Caution Barrier Tape. 5. Enclosure construction details. PART 2 PRODUCTS 2.1 MATERIALS A. Lumber: 1. Dimensional lumber: a. Minimum 2 x 4 dimensional lumber. b. Fire -retardant treated (non-com) with treatment stamp visible. 2. Plywood: a. Minimum 1/2 -inch thick. b. Fire -retardant treated (non-com) with treatment stamp visible. B. Visqueen Sheeting: 1. Approved Products: c. Griffolin fire -retardant type 55 -FR. d. Midco vinyl fire-resistant reinforced polyfilm. C. High Visibility Safety Fencing: 1. High density polyethylene material. 2. Diamond mesh with 1-1/2" openings. 3. Minimum 4 feet high. 4. Bright orange color. 5. Minimum 2200 lbs. break load capacity. r'J U D. Chain Link Fencing: 1. Minimum 6'-0" feet tall. 2. Minimum 9 gauge galvanized with 2"x2" pattern configuration:. Barriers 015600-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 3. Fence to be panelized system, surface set with ballasted based. 4. Drilled posts are not permitted. E. Caution Tape: 1. 3" wide. 2. Minimum 4 mil thick plastic. 3. Safety yellow tape with black "CAUTION" lettering, minimum 1-1/2" high. 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 protection of persons or property. C. Remove barricades at entrances during non -working hours which will obstruct or hinder the use of the entrance. D. Installation and removal of barricades or barriers shall not damage existing surfaces. E. The use of anchors which penetrate the existing surface are prohibited, 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 orange 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 Barriers 015600-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 advance approval by Owner. 3.3 DUST BARRIERS A. Extend dust barriers from the deck surface to the bottom of the beam, joist or bridging rib above. Minor lateral adjustments are allowed to facilitate dust barrier installation. B. Do not damage the existing surfaces when installing and removing dust barriers. Wedges and braces are the only approved method of securing barriers. C. Doors may be installed in the dust barriers to facilitate construction access. Construct doors from the same material specified in Part 2 PRODUCTS. Equip doors with automatic, self-closing devices. Do not prop doors open except temporarily for material delivery. D. Construct dust barriers and doors to prevent the migration of dust from Work Area to adjacent areas. E. Erect dust barriers considering the aspects of the structure. Build dust barriers tight around existing piping and other existing items which penetrate or interfere with dust barriers. F. Dust barriers shall remain in place and maintained in a condition equal to that originally installed until work in a Work Area is complete. 3.4 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 inch thick dimensional lumber on the upper surface covered with % inch plywood. 2. Provide lighting within the enclosed walkway so that pedestrians may safely use passage at all hours. 3.5 VEHICLE BARRIERS A. Partial height water filled plastic or concrete jersey barriers, positioned'on-grade at street level entrances to the garage as shown on Drawings. .'i Barriers 015600-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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, 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 r Barriers 015600-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 017700 CLOSEOUT PROCEDURES PART1 GENERAL 1.1 SECTION INCLUDES A. Requirements for Close -Out of Contract. B. Specific requirements for individual units of work may be included in the appropriate Sections. 1.2 DEFINITIONS A. Contract Closeout is the term used to describe certain collective project requirements, indicating completion of the Work that are to be fulfilled near the end of the Contract time in preparation for final acceptance and occupancy of the Work by the Owner, as well as final payment to the Contractor and the normal termination of the Contract. 1.3 PREREQUISITES TO SUBSTANTIAL COMPLETION A. General: Complete the following before requesting the Owner's inspection for certification of substantial completion, either for the entire Work or for portions of the Work. List known exceptions in the request. 1. In the progress payment request that coincides with, or is the first request following, the date substantial completion is claimed, show either 100% completion for the portion of the Work claimed as "substantially complete," or list incomplete items, the value of incomplete Work, and reasons for the Work being incomplete. Include supporting documentation for completion as indicated in these Contract Documents. 2. Submit a statement showing an accounting of changes to the Contract Sum. 3. Advise Owner of pending insurance change over requirements. 4. Submit specific warranties, workmanship/maintenance bonds, maintenance agreements, final certifications and similar documents. 5. Obtain and submit releases enabling the Owner's full, unrestricted use of the Work and access to services and utilities. Where required, 'include occupancy permits, operating certificates and similar releases. 6. Submit record drawings, maintenance manuals, final project photographs, ; damage survey and similar final record information. Closeout Procedures 017700-1 - City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 Discontinue or change over and remove temporary facilities and services from the project site, along with construction tools and facilities, mock-ups and similar elements. 8. Complete final cleaning -up requirements, including touch-up painting oll marred surfaces. Touch up and otherwise repair and restore marred exposed finishes. B. Inspection Procedures: Upon receipt of the Contractor's request for inspection, the Owner will either proceed with inspection or advise the Contractor of unfilled prerequisites. Following the initial inspection the Owner will either prepare the certificate of substantial completion or will advise the Contractor of work which must be performed before the certificate will be issued. The Owner will repeat the inspection when requested and when assured that the Work has been substantially completed. 2. Results of the completed inspection will form the initial "punch list" for final acceptance. 1.4 PREREQUISITES TO FINAL ACCEPTANCE A. General: Complete the following before requesting the Owner's final inspection for certificate of final acceptance and final payment as required by the General Conditions. List known exceptions, if any, in the request. Submit the final payment request with final releases, affidavits and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 2. Submit an updated final statement accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Owner's final punch list of itemized Work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance. 4. Submit consent of Surety. 5. Submit evidence of final, continuing insurance coverage complying with insurance requirements per General and Supplementary Conditions in thesel, Specifications. 6. Submit a certificate clearly indicating that all outstanding bills for materials, services and labor, and all subcontractors have been paid in full { Closeout Procedures 017700-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 B. Re -inspection Procedure: The Owner will re -inspect the Work upon receipt of the Contractor's notice that the Work, including punch list items resulting from earlier inspections, has been completed except for these items whose completion has been delayed because of circumstances that are acceptable to the Owner. 1. Upon completion of re -inspection, the Owner will either approve the final payment request, or will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled, but are required for final release of final payment. 2. If necessary, the re -inspection procedure will be repeated. C. Schedule with the Owner a close-out meeting. Coordinate this meeting with the Owner. Provide a minimum of 3 working days notice prior to the requested time for the meeting. 1.5 PROJECT RECORD DOCUMENTS A. The Contractor shall be responsible to maintain at the job site one copy of: 1. Record contract drawings. 2. Record project manual. 3. Addenda. 4. Reviewed shop drawings. 5. Change orders. 6. Other modifications to Contract. B. Maintain documents in clean, dry, legible condition. C. Do not use project Record Documents for construction purposes. D. Failure to maintain documents up-to-date will be cause for withholding payments to Contractor. E. Obtain one complete set of Contract Documents, including: 1. Project Manual with all addenda. 2. One complete set of black -line or blue -line prints of all drawings not bound in project manual. 3. One complete set of sepia prints of all drawings not bound in project manual. F. Keep Record Documents current. Closeout Procedures 017700-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 G. Contract Drawings: Contractor may, at his option, enter required information on a 'Working set" and then at completion of project transfer the information to final submitted "Project Record" set. All notations on the "Project Record" set shall be in red ink made in a neat and legible manner, with additional explanatory drawings or sketches as required. The Project Record Drawings shall have marked the correct location of Work items and equipment where it differs from the location shown on the drawings, and any other information pertinent or useful in nature. H. Project Manual and Addenda: Contractor shall legibly mark up each section to record: Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by change order or field order. 3. Other items not originally specified. At completion of Project, deliver 3 copies of the Project Record Documents to the Owner prior to request for final payment. Accompany submittal with transmittal letter containing: Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Certification that each document as submitted is complete and accurate. 6. Signature of Contractor or his authorized representative. 1.6 OPERATIONS AND MAINTENANCE DATA A. The Contractor shall deliver to the Owner at the final inspection all operations and maintenance data as required elsewhere in this Specification. This data shall be provided in loose-leaf binders. 1.7 WARRANTIES A. The Contractor shall provide a general one year warranty for all work performed. - As required by individual Specification Sections, provide extended warranties Ion parts of the Work as specified. j C. Provide the Owner with four executed copies of all required warranties. Closeout Procedures 017700-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 D. Deliver to the Owner all required warranties prior to the application for Final Payment. E. Delivery of required warranties does not relieve the Contractor of obligations assumed under provisions of the Contract. F. Warranties provided directly by contractor are to be written using company letterhead documents. G. A warranty may require multiple signatures if specified to be a joint warranty. Refer to individual warranty requirements in the appropriate Specification Section. H. The warranty format shall be as follows: Name of Project Scope of Work We warrant the Work to be in accordance with the Contract Documents. We shall provide all labor, material, tools and equipment necessary to correct work not in conformance with the Contract Documents or that becomes or is found to be defective within years after the Date of Substantial Completion. We will bear the cost of making good any damage caused by the defective work, including damage caused by its correction or removal, to the Owner's property or to property for which the Owner is liable. This warranty shall not apply to work which has been abused, neglected or altered by others or to work for which the Owner has previously given the Contractor a written acceptance of the defect. The warranty period shall begin at the final and formal project acceptance by the City of Iowa City, City Council. Company Signature Date Title 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. The Contractor shall deliver all spare parts and maintenance materials as required elsewhere in this Specification to the Owner at the final inspedtidn. -� . u 1.9 CLOSEOUT PROCEDURES] t A. Removal of Protection: Except as otherwise indicated orNg vested bye Owner, remove temporary protection devices and facilities whjctj'were installed Closeout Procedures u� 017700-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 during the course of the Work to protect existing or previously completed Work during the remainder of the construction period. B. Compliance: Comply with safety standards and governing regulations for cleaning operations. Do not discharge volatile or other harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. Where extra materials of value remaining after completion of associated work have become the Owner's property, dispose of these materials to the Owner's best advantage as directed. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Closeout Procedures 017700-6 C n rn Closeout Procedures 017700-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 03 — CONCRETE SECTION 030100 CONCRETE REPAIRS PART1 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. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012300 - Alternates. C. Section 015600 - Barriers. D. Section 017700 - Closeout Procedures. E. Section 055000 - Miscellaneous Metals. F. Section 071800 - Vehicular Traffic Membrane. G. Section 079000 - Expansion Joints. H. Section 079200 - Sealants. I. Section 321723 - Pavement Markings. 1.3 UNIT PRICES A. Unit prices are taken for the work items listed in Section 012100,-fertheiquanIty— measurements listed in Section 012900. - c, -n M B. Include in the lump sum bid the quantities in Section 012100. -n- -� C. Final adjustment to the contract amount will depend on actual quantities -of repair :n Concrete Repairs 030100- 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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): 1. ASTM At 85 - Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement. 2. ASTM A615 - Specification for Deformed and Plain -Billet Steel Bars for Concrete Reinforcement. 3. ASTM A775 — Standard Specification for Epoxy -Coated Reinforcing Steel Bars. 4. ASTM C31 - Method of Making and Curing Concrete Specimens in the Fields. 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 t!_Offcrete' 11. ASTM C494 -Specification for Chemical Admixtures for Condr-2 12. ASTM C881 — Specification for Epoxy -Resin -Base Bonding; Systems for,' Concrete. Concrete Repairs 030100-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 13. ASTM C882 — Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. 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. B. Letter stating this Contractor and supplier are familiar with the referenced standards. C. Submit mix designs and test results conforming to the requirements of Section 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 preparation and submittal procedures immediately after authorization to proceed with the project. 1. Submitted mix design shall address weather conditions which are expected to occur during the concrete repair phases. Concrete mixes shall not only be designed for average temperature and humidity conditions, but also for adverse conditions (hot and cold weather), as applicable to this project. D. Provide the following in accordance with ACI 301. 1. Mill test for cement. 2. Admixture certification. 3. Aggregate certification. 4. Procedure for adding water to ready -mix at site, measuring water. 5. Method of adding admixtures. 6. Materials and methods for curing. 7. Ready -Mix delivery tickets. Concrete Repairs 030100-3 including of City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 8. Certificate of Conformance for concrete production facilities by NRMCA (National Ready Mix Contractors Association). 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. B. Contractor shall be responsible for restoration of other components of the Work damaged during placement of concrete or damaged during removal of unsatisfactory concrete. C. ACI 301, ACI 305R and ACI 306R are a part of the Contract Documents, are incorporated herein as fully as if here set forth and are referred to as General Concreting Requirements. D. Chloride Ion Limitations: Maximum acid -soluble chloride ion concentration, in hardened concrete shall not exceed .10% by weight of cement. E. Concrete testing and certification shall be as described in ACI 301, Chapter 16. 1.7 WARRANTY 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 limited to debonding, excessive cracking and surface scaling. PART2 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. 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. rn Concrete Repairs 030100-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. E. Water: 1. Mixing water shall be potable meeting requirements of ASTM C-94. F. Pre -packed Concrete Materials: 1. Horizontal Application — Typical Repair Areas (Patch Material Type A): a. MasterEmaco T430 by BASF b. SikaQuick 1000 by Sika Corp. c. MasterEmaco T1061 by BASF d. SikaTop 111 Plus by Sika Corp. 2. Vertical and Overhead Repair Areas (Patch Material Type B): a. MasterEmaco S488CI by BASF b. SikaTop 123 Plus by Sika Corp. c. MasterEmaco N425 by BASF d. SikaQuick VOH by Sika Corp. G. Bar Coating: No 1. MasterProtect P8100 AP by BASF y? 2. Sikadur 32, Hi -Mod LPL by Sika, Inc. i 3. Zinc Clad by The Sherwin Williams Company M Sr cst Concrete Repairs 030100-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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). K. Curing Compound: 1. Epoxy Water Emulsion Primer/Sealer by The Sherwin Williams Company. 2. MasterKure CC 1315WB by BASF 3. Liquid membrane forming curing compound shall conform to the requirements 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. New fire retardant material, grade and size to adequately form, support and brace concrete and to provide finishes that match adjacent surfaces. M. Epoxy Grout: 1. Sikadur 32 epoxy mixed with silica sand. N. Patch Anchors: 1. Stainless steel spikes by Powers Rawl. 2.2 MIX PROPORTIONING a A. General: 1. Ready Mix Producer, General Contractor, and those responsible fof placing and finishing concrete shall review mix designs and agree on modifications to the proposed mixes listed below required to facilitate placing and ach+eve the desired results. No modifications reducing the cement content, increasing the chloride content or the W/C ratio will be acceptable. Both the General Concrete Repairs 030100-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 5000 psi 2. Minimum portland cement content 611 lbs./C.Y. 3. Maximum percent of chloride by weight of cement 0.10 4. Maximum water/(cement plus silica fume) ratio 0.40 5. Percent of air entrainment (tested at point of placement) 5 to 7 percent 6. Maximum aggregate size 3/8 inch C. Slump: 1. Produce the concrete to have a maximum slump of 4 inches as delivered to the site. The maximum slump may not be exceeded except by the job site addition of High Range Water Reducer (Superplasticizer). 2. When superplasticizer is used, the maximum superplasticized slump 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. 3. Job. 4, Contractor. 5. Truck No. and time dispatched. 6. Concrete designation and cement type. Concrete Repairs 030100-7 N O_ J M -a cn City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 7. Admixtures description and content. 8. Time discharge started and completed. 9. Amount of concrete in load. 10. Amount of water in mix at plant. 11. Amount of material(s) added at the site and authorized signature. B. Site -mixed concrete is prohibited. C. High Range Water Reducers (Superplasticizers) shall be premeasured and added at 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 technician, 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 the superplasticizer and before discharge. D. Re -tempering with superplasticizer is prohibited. 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 t 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. _o G. Addition of cement at the site is prohibited. c —' H. Discharge concrete from mixer within 1-1/2 hours after the intriS' Piofpof mixiag water to the cement and aggregates. c-, M, I— I . 1. During hot weather or under conditions contributing 6� l.yid4ettinplf concrete, a shorter mixing time than specified in ASTM C94-6ipy tae.regtl. Concrete Repairs 030100-8 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 When air temperature is mixing and delivery time temperature is above 90' minutes. between 85°F (30°C) and 90°F (32°C), reduce from 1-1/2 hours to 75 minutes, and when air = (32°C), reduce mixing and delivery time to 60 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 receive repair concrete to determine locations and approximate quantity of material. B. Prior to start of excavations, perform an on-site review of the work areas with the Owner. Provide a minimum of 2 working days notice prior to the requested review day. C. Prior to performing operations such as jack hammer work, the Contractor shall make a careful and thorough survey of the underside of the level on which 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 vehicles from entering the area below hazardous work. D. During concrete removal work, Contractor shall not damage existing mild steel 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 removag may be required to expose undamaged reinforcing. If required, compensation will be made in accordance with the established Unit Prices. j j F. Concrete placement for patches or overlays on sloping surfaces shap�begip-n the low elevation end and proceed upwards to the high elevation end. i 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 placetbent of -concrete. Tooled joints are to be cut while concrete is wet. Sawed joints to be 64At within 6 Concrete Repairs 030100-9 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 using chain drag method and hammer survey to identify the limits of deteriorated concrete within the Work Area. Mark with paint each area to be repaired. Location of 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 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. 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"Pepth of sawcuts shall be 3/4 inch. Cut perimeter of removal area before te9inning 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 hammers. Concrete Repairs 030100-10 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. The following cash allowances shall be included in the Base Bid and the Add Alternates 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. a. A cash allowance of $20,000 shall be included in the Base Bid. b. A cash allowance of $2,500 shall be included in the Alternate 02. C. The Contractor shall include the cash allowances for all Base Bid and Add Alternate items listed above in the appropriate itemized line item and overall Lump Sum Total as reflected on the Form of Proposal. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Allowances 012100-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012300 ALTERNATES PART1 GENERAL 1.1 SECTION INCLUDES A. Add Alternate 1A: Chauncey Swan Garage, NW stair tower interior finish work efforts. B. Add Alternate 113: Chauncey Swan Garage, SW stair tower interior finish work efforts. C. Add Alternate 02: East College Street Bridge, replacement of expansion joints, and concrete repairs adjacent to expansion joints. D. Add Alternate 03: Dubuque Street Ramp, minor concrete and sealants, and membrane recoating areas on Level 3 and 4, as indicated on the Drawings. E. Add Alternate 04: Dubuque Street Ramp, minor concrete and sealants, and membrane recoating areas on Level 4 and 5, as indicated on the Drawings. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. C. Section 012900 - Payment Procedures. D. Section 030100 - Concrete Repairs. E. Section 055000 - Miscellaneous Metals. F. Section 071800 - Vehicular Traffic Membrane. G. Section 079000 — Expansion Joints. H. Section 079200 - Sealants. I. Section 092116 — Gypsum Board Assembly. J. Section 099100 — Painting. K. Section 321723 - Pavement Markings. Alternates 012300- 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 1.3 ALTERNATES A. General: 1. Cost for Alternates shall be complete, including all labor materials, tools, equipment, supervision, transportation, handling storage, overhead and profit and performance and material bonds. 2. The Owner may choose any or all Alternates in any order unless 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 Form of Proposal may be cause for rejection of bid by the Owner. 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 Form of Proposal for the following Alternates. Refer to Drawings for additional information. Add Alternate 1A: Chauncey Swan Garage, NW stair tower interior finish work includes, but is not limited to, gypsum board replacement with moisture tolerable board, painting of new gypsum board, protection of existing interior elements, preparation and painting of existing steel stair components. Add Alternate 1B: Chauncey Swan Garage, SW stair tower interior finish work includes, but is not limited to, gypsum board replacement with moisture tolerable board, painting of new gypsum board, protection of existing interior elements, preparation and painting of existing steel stair components. Add Alternate 02: East College Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. Add Alternate 03: Dubuque Street Ramp, minor concrete repairs, sealant replacements, and membrane recoating at end crossovers with 4'-0" wide membrane strip centered over expansion joint on Levels 3 and 4. Add Alternate 04: Dubuque Street Ramp, minor concrete repairs, sealant replacements, and membrane recoating at end crossovers with 4'-0" wide membrane strip centered over expansion joint on Levels 4 and 5. PART 2 PRODUCTS - NOT USED. j PART 3 EXECUTIONS - NOT USED. END OF SECTION Alternates 012300-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012600 CONTRACT MODIFICATION PROCEDURES PART1 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 the Owner in writing and shall be executed promptly by the Contractor. B. Contract Modifications: 1. Changes to the Contract that affect the cost/time shall be processed as follows: a. Contractor shall submit a written proposal, with a complete itemized breakdown, showing quantities and unit costs of the major 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. Contract Modification Procedures 012600-1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Contract Modification Procedures 012600-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012900 PAYMENT PROCEDURES PART1 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. E. Section 071800 - Vehicular Traffic Membrane. F. Section 079000 - Expansion Joints. G. Section 079200 - Sealants. 1.3 UNIT PRICES 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, equipment, supervision, transportation, handling, storage, overhead and profit, and all 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 and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. E. The Owner will copy the sheets and provide a copy of all sheets to the Contractor within 3 working days from the date of inspection. F. These inspection sheets will be the only basis for determining final quantities of all quantity allowance items. G. Measurements will be recorded to the nearest inch. 1.5 PAYMENTS A. For each application of payment submitted by the Contractor, a summation of all quantity allowance items shall be sent for verification. B. Differences in sum totals between the Owner and Contractor will be resolved by comparing quantity sheets to determine exact final quantities. Quantities NOT measured AND confirmed per Article 1.4 shall not be approved for payment. C. The difference between an actual quantity and a specified quantity will be multiplied by the unit cost for that item to establish a dollar value. The dollar value 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. END OF SECTION Payment Procedures 012900-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 013300 SUBMITTALS PROCEDURES PART1 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. 3. Shop work manufacturing instructions. 4. Coordination drawings (for use on-site). 5. Schedules. 6. Concrete Mix Designs. C. Standard information prepared without specific reference to a project is not considered to be shop drawings. D. Product data includes standard printed information on manufactured products that 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. Submittal Procedures 013300-1 a City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 7. Mill reports. 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 complete and detailed shop drawings to the Owner or its representative for the work of the various trades, and the Owner or its representative shall approve or reject them with reasonable promptness. 2. The Contractor prior to submitting the shop drawings shall review all shop drawings, check all conditions, check and verify all field measurements, and mark all corrections, sign and date each set. 3. No shop drawings will be reviewed without the signature of Contractor, which will signify that he has checked drawings. 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! Submittal Procedures 013300-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 of material before the receipt of shop drawings for that material noted "No exceptions noted" shall be at the Contractor's risk. 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. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Number and title of appropriate Specification Section. 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. Submittal Procedures 013300-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2. Provide special notation of dimensions that have been established by field measurement. 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. c. Coordination drawings are considered shop drawings and must be definitive in nature. 5. Do not permit shop drawings copies without an appropriate final "Action" marking to be used in connection with the Work. 6. Do not reproduce Contract Documents or copy standard printed information as the basis of shop drawings. Initial Submittal: a. Provide four (4) prints and/or Electronic versions of each submittal, as required by the Owner. Two prints and/or one electronic version 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 and/or Electronic versions of each revised submittal, as required by the Owner and based on the Engineer's Initial Submittal review. Two prints and/or one electronic version 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 materiaM, product or system with other work, and material safety data sheets. Submittal Procedures 013300-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2. Preparation: Collect four sets and/or Electronic version of the required product data into a single submittal for each unit of Work or system. 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. b. Furnish copies of product data to subcontractors, suppliers, fabricators, manufacturers, installers, governing authorities and others as required for proper performance of the Work. c. Show distribution on transmittal forms. 5. Installation Copy: 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 general generic kind, . color, pattern, and texture, and with other related elements of the Work. 2. Samples are also submitted for quality control comparison of. these characteristics between the final sample submittal and the actual work as if is .° Submittal Procedures 013300-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 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. c. Refer to Section 014000 - Quality Requirements for report distribution. PART 2 PRODUCTS - NOT USED PART 3 EXECUTIONS - NOT USED. END OF SECTION u� Submittal Procedures j 013300-6 C-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 014000 QUALITY REQUIREMENTS PART1 GENERAL 1.1 SECTION INCLUDES 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 elsewhere 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 dum. The Contractor shall employ and pay an independent agency, testing labdratory 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 and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 B. 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 Contractor as required. C. Retest Responsibility: Where results of required inspections, tests or similar 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 following: 1. Providing access to the Work. 2. Taking samples or assistance with taking samples. 3. Delivery of samples of test laboratories. 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 and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 or equipment meet or exceed specified requirements. However, if the items tested fail to meet these requirements, then the Contractor shall pay all costs of such tests and shall rectify at no cost to the Owner. 1.3 QUALITY ASSURANCE A. Qualification for Service Agencies: Except as otherwise indicated, engage inspection and test service agencies, including independent testing laboratories, 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. 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 and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 4. Designation of the Work and test method. 5. Complete inspection or test data. 6. Test results. 7. Interpretations of test results. 8. Notation of significant ambient conditions at the time of sample taking and testing. 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 Quality Requirements 014000-4 j Quality Requirements 014000-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 014216 DEFINITIONS AND STANDARDS PART1 GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. General: This Section specifies procedural and administrative requirements for compliance with governing regulations and the codes and standards imposed upon the Work. These requirements include the obtaining of permits, licenses, inspections, releases and similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards. "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 authority or not. 1.2 DEFINITIONS 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 elemenjs which are included in the Project. i 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 Definitions and Standards 014216-1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 reference, and no limitation of location is intended except as specifically noted. G. Directed, Requested, Etc.: Where not otherwise explained, terms such as "directed", "requested", authorized", "selected", "approved", "required", "accepted", and "permitted" mean "directed by Owner or Engineer", "requested by Owner or Engineer", and similar phrases. However, no such implied meaning will be interpreted to extend the Owner's, Engineer's or Owner's representative's responsibility into the Contractor's area of construction supervision. H. 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 others performing other work as part of the project. The extent of the project site is shown on the Drawings. I. Furnish: Except as otherwise defined in greater detail, term "furnish" is used to mean supply and deliver to project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance. J. Install: Except as otherwise defined in greater detail, term "install" is used to describe operations at project site, including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations, as applicable in each instance. K. Provide: Except as otherwise defined in greater detail, term "provide" means fumish 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 Definitions and Standards 014216-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 same unit of work. Refer to individual unit of work Sections for indications of which specialized codes and standards the Contractor must keep at the project site, available for reference. 1. Referenced standards (referenced directly in Contract Documents or by governing regulations) have precedence over non -referenced standards which are recognized in industry for applicability to the Work. 2. Non -referenced standards recognized in the construction industry are 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 Definitions and Standards 014216-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 notice is given to the Owner in writing of the discrepancy BEFORE proceeding with the Work. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Definitions and Standards 014216-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.1 SECTION INCLUDES A. Administrative and procedural requirements for temporary services and facilities, including such items as temporary utility services, temporary construction and support facilities, and project security and protection. B. Work at City of Iowa City bridge at East College Street. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.2 REFERENCES (BRIDGE WORK ONLY) A. Section 01570 -Traffic Control and Construction Facilities. Attached after this Section and provided by City of Iowa City Engineering Division. This only applies to bridge work on the City of Iowa City streets. 1.3 OWNER OPERATION, MAINTENANCE OF OPERATION AND SAFETY A. The structures are 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 public and other entities occupying the garages and adjacent facilities during the construction period. 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, inCludind Temporary Facilities and Controls 015000-1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 routes shall not be impaired due to construction activities. H. Coordinate Work Areas with the Owner to minimize interference with normal operations. 1.4 WORK AREAS A. The Work is divided into sections termed Work Areas. Work outside the closed 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. 1.5 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. 1.6 PROTECTION OF THE SURROUNDING AREA A. All construction operations shall be conducted such as to protect the surrounding areas and adjacent buildings. B. Fumes and dust shall also be controlled so as to prevent harmful or undesirable effects in the surrounding areas. All potential avenues for penetration of fumes or 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 Temporary Facilities and Controls 015000-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 activity. However, the Contractor is totally responsible for damage as a result of the Work. 1.7 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 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 garage services outside of the work area shall be reported to the Owner at once, and immediate, emergency efforts to restore the service shall be made at the expense of the Contractor. D. When performing work adjacent to building and structures, protect buildings and structures from dirt, dust and debris. E. Protect drain openings during construction from construction debris entering drainage system. Provide filter cloth over openings to prevent debris from entering pipes, but still allowing water to enter. Clean debris from drains as necessary to maintain water removal. Remove drain protection during non- working hours and reinstall prior to commencing work. 1.8 TEMPORARY FACILITIES 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 employes and subcontractors. Locate in an area approved by the Owner. Use.,of Owner facilities is not allowed. D. Job signs are not allowed. Temporary Facilities and Controls 015000-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 1.9 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 Areas. Coordinate locations in advance with Owner prior to start of work. 1.10 USE OF FACILITY A. Contractor employees are not permitted to use Owner and tenant facilities except as previously noted. Failure to comply with this restriction can result in the 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. C. Except for materials being used during a work shift, store all materials in approved storage area. D. Materials being used for work shall be uniformly distributed throughout the work area so as to not overload or otherwise distress the supported structural system. 1.11 TRAFFIC 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 hour$. C. Perform temporary traffic marking and striping that may be required during construction. a' Temporary Facilities and Controls 015000-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 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 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 excavations perimeter. Screed material flush with adjacent surfaces and finish with --a float or 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 A in accordance with manufacturer's written instructions. Concrete Repairs 030100-11 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. B. Engineer to verify locations prior to beginning knockdown repairs. C. Remove all loose or delaminated concrete. D. Wire wheel prepare all exposed reinforcing steel to an SSPC-SP3 condition. E. Blow clean with oil -water free compressed air. 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 repaired. Location of paint marks must be approved by the Owner's representative. B. Before removal of overhead or vertical 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 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 bothparties for their records. D. Calculate and sum the total repair area to yield total square feet -MSasureme 11 are the sole basis for calculation of final payment, based upon tK6 iteim's unit price. Refer to Section 012100 and Section 012900. Base unit pfice on" area Concrete Repairs 030100-12 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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: 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 comers 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 hammers. 4. 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 necessary to maintain required edge. 5. Contractor shall use due diligence to perform concrete chipping operation in a manner to avoid punching through a slab. Means such as utilizing wide chipping blades and performing chipping procedures on a low angle are recommended. G. The surface of sound, exposed concrete shall be relatively flat with a 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 orVee,coat of bar coating. Allow coating to become tack free before proceeding wit"econd coat. L. Apply second coat of bar coating to previously coated steel. Do not apply coating to substrate. Concrete Repairs rn 030100-13 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 A. Saw cut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be % inch. Cut perimeter of removal area before beginning chipping hammer work. B. 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 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 unless otherwise indicated. D. Mix epoxy mortar using 2 parts epoxy and 1 part clean over dried silica sand. E. Apply neat epoxy worked into substrate for positive adhesion. Immediately follow with application of the epoxy mortar. Follow manufacturer's instructions for mixing and installation. F. Do not allow traffic on epoxy mortar patch for a minimum of 24 hours. 3.7 FIELD QUALITY CONTROL A. All excavations shall be inspected and approved prior to placing concrete. The Contractor shall notify the Owner 2 working days in advance, of required, inspection. B. Notify the Owner at least 2 working days prior to placing concrete. n r I� C. Site Tests for Ready Mixed Concrete: rn Concrete Repairs 030100-14 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 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 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. 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 with ASTM C39 "Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens." 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 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. d. If concrete strength test results do not exceed required 28 daV...strength, the Owner's acceptance of the affected area shall be in acoorda{ ce with, 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. Unless better definition of the placement location of the concrete is provided, Concrete Repairs 030100-15 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 3.8 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. 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 N O Z- C-) 1 �. CT !r M CT Concrete Repairs 030100-16 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 03 — CONCRETE SECTION 033810 POST -TENSIONED GARAGE SLAB TENDON REPAIRS PART1 GENERAL 1.1 SUMMARY A. Section Includes: 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 anchorages. C. Submit calibration certificates for every jack and gauge used on the Project. D. Submit experience records of post -tension system installer. Records to include list of project experience of installer's superintendent. Refer to paragraph 1.4A below. E. Submit written certification that the plant manufacturing the post -tensioned material complies with the PTI Certification Program. 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 these Specifications and within Contract time. 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 and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 A. Pre -qualified Cable Barrier System Manufacturers: 1. Amsysco, Inc. 2. Continental Concrete Structures, Inc. 3. Dywidag Systems International, USA, Inc. 4. Post -Tensioning Systems International (PTSI) 5. Suncoast Post -Tension, L. P. 6. VStructural LLC (VSL) 2.2 POST -TENSIONING STEEL A. Cable tendons shall be 0.5" diameter strands. End anchorage sizes shall be selected by the Contractor and submitted Engineer for review. U B. Strands: 1. Conform to ASTM A416 Standard Specification for Steel Stro-11, Uncoated . Seven -Wire for Pre -stressed Concrete. Provide strand conforming too (GBS) Post -Tensioned Garage Slab Tendon Repairs _ 033810-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 "Galvanized Barrier Strand" or (GPC) "Galvanized Pre -stressed Concrete Strand". 2. Strand to have a minimum ultimate tensile strength of 270,000 psi. 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. Post -Tensioned Garage Slab Tendon Repairs 033810-3 N 0 a LOW City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2.6 CONCRETE PATCH REPAIR AREAS A. Refer to Specification Section 030100. 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 V-6" wide by T-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 3.2.6 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 -c depth areas and at the excavations perimeter. Screed materials flash with adjacat surfaces and finish with a float or light trowel. =' I L. Cure patch material per manufacturer's written instructions. r M a� ZZ (, END OF SECTION '` S w rn Post -Tensioned Garage Slab Tendon Repairs 033810-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 05 — METALS SECTION 055000 MISCELLANEOUS METALS PART1 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. Shear connector weld repairs. 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 017700 - Closeout Procedures. G. Section 030100 - Concrete Repairs. 1.3 REFERENCES A. The following codes and standards are hereby incorporated as part of the Project Specifications. These codes and standards including all supplements, apply 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 Bridggs, 2000 Edition. 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. Miscellaneous Metals 055000- 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 5. ASTM At 23 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel. 6. ASTM All 53 - 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. 8. ASTM 8209-88 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate. B. Structural Steel Painting Council (SSPC): Surface Preparation Specification No. 3 (SP3) — Wire Wheel Cleaning. 2. Surface Preparation Specification No. 6 (SP6) — Commercial Blast Cleaning. 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 A. Steel Fabricator shall have not less than 5 years experience in the fabrication of miscellaneous steel. B. All welders, welding operators, tackers and inspectors shall be fully qualified in accordance with the requirements of the American Welding Society for the type of work they are to perform. Copies of certification shall be submitted prior to performing that work. 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 tdAhe 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: 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 Miscellaneous Metals 055000-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. B. Support continuous lengths of material as necessary to keep from deflecting and bending. C. Store material off ground and keep covered and out of weather. 1.7 STAIR TREAD/RISER AND LANDING DESIGN REQUIREMENTS (FOR REFERENCE ONLY) A. Design and fabricate stair tread/riser and landing assembly to support 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. E2 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 det8rmined by the Owner, including but not limited to weld failures, rust formation at field Miscellaneous Metals 055000-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. PART2 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: 1. Stud type with wedge meeting requirements of Federal Specification A -A 1923A, Type 4. 2. Basis of Design: Kwik Bolt TZ Anchor by Hilti. F. Expansion Anchors (Stainless Steel) — Heavy Duty Sleeve Type: 1. Torque controlled expansion bolt consisting of hex bolt, threaded stud, sleeve, expansion sleeve, expansion cone and collapsible plastic sleeve, nut and washer. 2. Basis of Design: HSL Heavy Duty Sleeve Anchor by Hilti. G. Adhesive Anchors (Stainless Steel): 1. Injectable adhesive shall be used for installation of steel reinforcing dowels or threaded anchor rods into new or existing solid base materials, such as concrete, grout, stone or solid masonry. Only injection tools and static mixing nozzles as recommended by manufacturer shall be used. -J 2. Basis of Design: HIT HY 150 Injection Adhesive Anchors by Hilti. 71 { , H. Threaded Fasteners (Stainless Steel): 1. Steel Framing - High strength, heavy hexagon structLfOa[ 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 and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 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. K. Galvanizing Repair Paint: 1, ZRC Cold Galvanizing Compound by ZRC Chemical Products Company. 2. LPS Cold Galvanize Corrosion inhibitor by LPS Laboratories, Inc. L. Paint at Steel Connection Repairs: 1. MasterProtect P 110 by BASF. 2. Zinc Clad XI by Sherwin-Williams Company. 2.2 FABRICATION A. General: 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, inctuflN connections and welding of units, before start of finishing operations. c� Cl) 4. Mill all surfaces in contact bearing. Miscellaneous Metals cr 055000-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 or galvanized. Remove loose rust, mill -scale and splatter. Clean metal fabrications in accordance with SSPC SP -6. 2. Immediately after surface preparation, apply to all painted metal fabrications primer paint in accordance with paint manufacturer's written instructions. Use painting methods which will result in full coverage of joints, comers, edges and all exposed surfaces. No sags or runs permitted on steel that will be exposed in the finish work. Do not shop paint items to be galvanized. 3. Clean and touch-up with galvanizing repair paint all abrasions on galvanized items before shipment. PART 3 EXECUTIONS 3.1 EXAMINATION AND PREPARATION 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 verification 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. ^l 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 PfaOice -and, with specified requirements. Miscellaneous Metals 055000-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 connections repairs, and submit a report to the Owner regarding the inspection', including data regarding the repair locations, date and other pertingnt information. END OF SECTION t 3� Miscellaneous Metals 055000-7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 071800 VEHICULAR TRAFFIC MEMBRANE PART1 GENERAL 1.1 SECTION INCLUDES A. Medium duty vehicular traffic membrane system —Type A. 1. At concrete patch repairs and at existing membrane removal areas, where indicated on Drawings. B. Heavy duty vehicular traffic membrane system — Type B. 1. At concrete patch repairs and membrane strips, where indicated on Drawings. C. Medium duty vehicular traffic recoat membrane system — Type C. 1. At existing membrane to remain areas, where indicated on Drawings. D. Heavy duty vehicular traffic recoat membrane system — Type D. 1. At existing membrane to remain areas, where indicated on Drawings. 1.2 RELATED SECTIONS A. Section 011000 -Summary of Work. B. Section 012100 -Allowances. C. Section 012900 -Payment Procedures. D. Section 015600 - Barriers. E. Section 017700 - Closeout Procedures. F. Section 030100 - Concrete Repairs. G. Section 079000 - Expansion Joints. ; H. Section 079200 - Sealants.— I c-) I. Section 321723 - Pavement Markings.: Cmc 1.3 DEFINITIONS x CD A. The term "manufacturer's recommendations," or variations thereon it shall mean Vehicular Traffic Membrane 071800- 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 "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. 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. 1l4 -Ib. (±) 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: 1. Sieve or partical size analysis. 2. Grain Shape. 3. Hardness (Moh's Scale) 4. Moisture Content (ASTM C-566) ZC 5. Specific Gravity (ASTM C-128) tl 6. Bulk Density (ASTM C-29) 7. Chemical Analysis c H. If requested, copy of letter of approval per Article 1.5 Paragraph A. I. If requested, resume per Article 1.5 Paragraph B. -J J. If requested, Membrane Manufacturer letter stating membrane recoat areas were tested and reviewed, and are approved to be recoated with the specified membrane system. K. If requested, letters of Certification per Article 1.5 Paragraphs E, F, and G. Vehicular Traffic Membrane 071800-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 L. Material Safety Data Sheets on all materials which are classified as hazardous materials. M. 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. 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. 11. Upon completion of the Work and prior to final payment, provide a fully executed warranty. 1.5 QUALITY ASSURANCE A. The membrane applicator shall be approved by the manufacturer and shall have been an approved manufacturer's applicator for the membrane products, 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 of the request. B. The membrane applicator and its superintendent shall meet the following minimum requirements: 1. Installed the approved membrane materials as identified on the Bid,�orm in a traffic membrane system in three previous similar garage projects,, Each of the three projects shall have been a minimum of 50,000 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. M Vehicular Traffic Membrane 071800-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 C. Membrane manufacturer and approved applicator shall perform Bond Tests to certify that existing membrane surfaces in contact with new vehicular traffic membrane system are compatible and acceptable to receive new vehicular traffic membrane recoat. Bond tests to meet or exceed requirements in Part 3, Article 3.4, Paragraph A. 1. Any existing membrane system area recoated constitutes acceptance by the membrane manufacturer and approved applicator. D. Conform to the Field Quality Control requirements in Part 3 of this Section. E. Membrane manufacturer to certify that aggregate specified is acceptable for use in the membrane system. F. Membrane manufacturer to certify that sealants in contact with membrane are compatible with membrane system. G. Membrane manufacturer to certify that substrate surfaces in contact with any component of the vehicular traffic membrane are compatible. H. Field Samples: 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 400 sq. ft. Size and location shall be as directed by the Engineer. The 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 integrity of the covering. Neither foot nor vehicular traffic shall be allowed on the covering unless additional protective measures are taken to protect the cleanliness of the sample area. N Manufacturer's Representation: For installation of membrane materials, a technically competent employee of the membrane manufacturer, approved by the Engineer and -not associated with the installation crew, shall be on site before and during tire installation of the membrane system during the first Work Area plus one "2dditio )al Work Area which reflects changing environmental conditions, if requested by the Engineer. Vehicular Traffic Membrane 071800-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 a) If contractor is installing system for the first time, manufacturer's representative must be on site for 100% of the system installation. 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. J. 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. K. 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. 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. N E. Storage areas shall be heated or cooled as required to maintain the telTeratures within the range recommended by the coating manufacturer. '77 F. - F. The handling and use of toxic or flammable solvents shall -cohforrn to the, requirements of the applicable safety regulatory agencies, recommended by the manufacturer. Vehicular Traffic Membrane 071800- 5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 1.8 WARRANTY 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. PART2 PRODUCTS 2.1 APPROVED MANUFACTURERS A. Lymtal International B. Neogard Corporation C. BASF D. Sika Corporation 2.2 MATERIALS A. Medium Duty Vehicular Traffic Membrane System (Type A): 1. Iso -flex 760 Aliphatic System by Lymtal International, comprised of: , a. Primer • Iso -Flex Epoxy SF, Primer 750, or Primer 757. --r • Apply at manufacturer's recommended application rat£!. b. Base Coat -n • Iso -Flex 750 Base Coate r E • Apply at 40 mils dry film thickness. y Vehicular Traffic Membrane 071800-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 c. Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 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 70714/70715 • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/FC7960 • Apply at 40 mils dry film thickness. c. Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • 12/20 silica by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 3. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic FTP Lo-VOC Primer or MT Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 40 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca"texas:" ' • Install at membrane manufacturer's maximum application rate..' Vehicular Traffic Membrane -' 071800-7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 • Uniformly distributed with no bare spots. B. 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 • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. 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 70714/70715 • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/7960 • Apply at 40 mils dry film thickness. C. Top Coat • Neogard FC7510 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant suSface. d. 2nd Top Coat • Neogard FC7540/7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resista0t surface: Vehicular Traffic Membrane 071800-8 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic FTP Lo-VOC Primer or MT Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 40 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2ntl Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. e. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturers maximum application rate. • Uniformly distributed with no bare spots. C. Medium Duty Vehicular Traffic Recoat Membrane System (Type C): 1. Iso -flex 760 Aliphatic System by Lymtal International, comprised of: a. Primer • Iso -Flex Primer 750 • Mix 1:1 with Methyl Acetate • Apply at manufacturer's recommended application rate. b. Base Coat • Iso -Flex 750 Base Coat =' c • Apply at 20 mils dry film thickness. > _4 %o .-- Q C. Top Coat ter-, �f' 1 • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. Vehicular Traffic Membrane 071800-9 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 7795/7796 Rebond Primer, or Neogard 70714/15 epoxy. • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/FC7960 • Apply at 20 mils dry film thickness. c. Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • 12/20 by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 3. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic Recoat Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 20 mils dry film thickness. C. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. �1 d. Aggregate --J • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas 1 • Install at membrane manufacturer's maximum application ratea • Uniformly distributed with no bare spots. Vehicular Traffic Membrane 071800-10 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 D. Heavy Duty Vehicular Traffic Recoat Membrane System (Type D): Iso -flex 760 Aliphatic System by Lymtal International, comprised of: a. Primer • Iso -Flex Primer 750 • Mix 1:1 with Methyl Acetate • Apply at manufacturer's recommended application rate. b. Base Coat • Iso -Flex 750 Base Coat • Apply at 20 mils dry film thickness. c. Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Iso -Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. 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: Primer • Neogard 7795/7796 Rebond Primer, or Neogard 70714/15 epoxy. • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/FC7960 • Apply at 20 mils dry film thickness. C. Top Coat Neogard FC7540/FC7964 Apply at 18 mils dry film thickness. } Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to Vehicular Traffic Membrane 071800-11 provide slip resist ht suirraceq, --g City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic Recoat Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 20 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2n° Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. 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. E. 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 saturatipn. C. Aggregate •P rr% 30 mesh silica sand as approved Y the Y b system manul~ rer 7 777 Vehicular Traffic Membrane 071800- 12 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2. Neogard Systems: a. Binder Coat: • Neogard 70714/70715 • Apply at the manufacturer's recommended application rate. b. Second Coat: • Neogard 70714/70715 • Broadcast manufacturer approved aggregate to saturation. c. Aggregate • 30 mesh silica sand as approved by the system manufacturer. 3. Sika Systems: a. Binder Coat: • Sikalastic MT Primer • Apply at the manufacturer's recommended application rate. b. Second Coat: • Sikalastic MT Primer • Broadcast manufacturer approved aggregate to saturation. c. Aggregate • 30 mesh silica sand as approved by the system manufacturer. F. 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. < 1 �? • Pre -mix with manufacturer approved aggregate. C) • Install in multiple lifts up to 1" thickness total. x r �— Vehicular Traffic Membrane 071800-13 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 3. Sika Systems: a. Primer • Per Article 2.2 Paragraph A.4 b. Leveling Material • Sikalastic 720 Base Coat • Pre -mix with manufacturer approved aggregate • Install in multiple lifts up to 1" thickness total G. 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. H. 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. I. Intermediate coat and lock coat materials shall be U.V. stable. PART 3 EXECUTIONS 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 encounterep, chain drag area to determine extent of distressed or delaminated area and repair as indicated on the Drawings, and Specification Section 030100.' ?; -a w� C. Examine areas for slab cracks to be routed and sealed. :-'` �r _TJ P" Vehicular Traffic Membrane 071800- 14 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 3.2 PREPARATION A. Protection: 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): 1. Preparation and cleaning procedures shall be in strict accordance with this Specification, unless more stringent requirements are recommended by the system manufacturer. 2. 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 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- 15 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. C. Existing Coating (Recoat): 1. Preparation and cleaning procedures shall be in strict accordance with this Specification, unless more stringent requirements are recommended by the system manufacturer. 2. Locate and remove areas of deteriorated or debonded membrane. 3. Remove deteriorated. membrane with approved procedures until sound, intact and well bonded membrane is achieved. Prepare concrete and install leveling per procedures outlined in Part 2, Article 2.2 Paragraph G. 4. Degrease all oil and other staining per the manufacturer's recommendations. 5. Detergent scrub and pressure wash clean all existing membrane surfaces - minimum 4,000 psi with oscillating turbo tip. Thoroughly rinse surfaces to assure all detergents and residual degreasing agents are flushed to drains. 6. Minimum standard of acceptability applies to all surfaces intended to receive membrane regardless of surface preparation procedure or process. 7. Surface must be completely dry prior to start of recoating efforts. D. Membrane Removal 1. If existing membrane system scheduled to be removed, the c�eria for acceptance are 0% of the existing membrane remaining. --on iwrizontal surfaces. 5% of the existing membrane may remain on the verdT al jurb facds with no area larger than 3 square inches. 2. The membrane removal is to be done with a dry cutting proa6oSlonlyj ill -� Vehicular Traffic Membrane 071800-16 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 3. After removal, perform surface preparation the same as for Concrete, Part 3, Article 3.2 Paragraph B. 3.3 INSTALLATION A. General: 1. Install materials in strict accordance with all safety and weather conditions required by product literature and Local, State and Federal regulations. 2. Fumes and dust shall be controlled to prevent harmful or undesirable 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 F. 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 deviation from the nominal membrane plane, except where otherwise indicated by the Specifications or Drawings. 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 onto the deck by calibrated, notched squeegees. Squeegees` showing signs of wear shall be discarded. rr Vehicular Traffic Membrane _— �•....� 071800-17 - --J City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 5. Contractor shall ensure specified/recommended application rates of liquid products on vertical or sloped surfaces by the use of non -sag grade materials or by multiple applications of material over previous applications which are fully cured. 6. Each fluid -applied component of the membrane system shall be back -rolled to 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 507. 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 entire membrane system and no sooner than 14 days if temperatures fall below 40°F for two or more days. Contractor shall assume a total of (15) test locations in the Base Bid. 3. The acceptance criteria for initial tests of a Phase shall average bond strength of 200 psi for all locations, with no single location testing below 150 psi. Any Phase failing to meet the initial acceptance criteria may be retested at a later date by the Engineer. Retests of Phase shall include at least 4 separate test locations not sooner than 14 days after the initial lasts. The acceptance criteria for retests of a Phase shall average bond streriglh 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: Vehicular Traffic Membrane 071800-18 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 on 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 acceptance criteria shall be subject to rework, upgrading or replacement of the deficient areas, including necessary preparatory work, at no additional cost to the Owner. C. The Engineer may direct the Contractor to make test cuts in the membrane for testing purposes. Tests cuts shall be 2" x 2" and will be in partially -completed or 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 membranesystem individual components and will notify job foremen of discrepancies noted., Vehicular Traffic Membrane _ 071800-19 —' City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 removed during preparation for membrane application. 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Vehicular Traffic Membrane 071800-20 N 4 J -e r— Vehicular Traffic Membrane 071800-20 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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) Tem erature Data °F Start Enqendof Deck Air Relative Humidit Dew oint Note: Contractor shall estimate quarter points in time between the start and membrane application. Record air and deck temperatures at those times. Superintendent's Signature: END OF SECTION F-, Vehicular Traffic Membrane 071800-21 Y Vehicular Traffic Membrane 071800-21 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 075416 THERMOPLASTIC MEMBRANE ROOFING PART1 GENERAL 1.1 SECTION INCLUDES A. All labor, material, equipment, special tools and services to re-cover the existing EPDM stair tower roof system components, prepare surfaces, and install single - ply thermoplastic KEE membrane roofing, including but not limited to: 1. Provide all barriers required for worker safety and protection of existing building features to remain. 2. Provide weather protection for the project duration. Continuous weather protection includes temporary waterproofing sheeting over openings or other points of water entry, night sealing between edge of new system and prepared substrate/existing roofing, and temporary sealants/mastics that are compatible with the specified system and approved for use by the Manufacturer. 3. If necessary, temporary hoist/lift existing roof top equipment (moveable without heavy equipment needs), supply conduits, cap flashings and other assemblies intended to remain after completion of the Work. 4. Remove and dispose of existing roofing system components including flashings, termination assemblies, EPDM membrane, etc., as indicated on the Drawings and herein. 5. Maintain existing XPS insulation. Provide ''/2" thick high density polyisocyanurate insulation cover board. Mechanically fasten cover board and existing XPS insulation to precast concrete hollow core planks. 6. Prepare existing substrate and provide new roofing system including, blocking, crickets/saddles, adhesives, fasteners and plates, cover board, single -ply membrane roofing, flashings, terminations, counter flashings, sealants, incidentals, and other required materials necessary to provide a waterproofing roofing system. , 7. Provide warranty, maintenance manual and other close-out documentation associated with the new roofing system. T� - Thermoplastic Membrane Roofing 075416-1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 1.2 RELATED SECTIONS A. Section 015600– Barriers. B. Section 055000 – Miscellaneous Metals. C. Section 079200 – Sealants. 1.3 REFERENCES A. References within are implied to mean the current edition of each such standard adopted by the appropriate entities. The following is an abbreviated list of associations, institutes and societies the are referenced within this specification: 1. ASTM – American Society for Testing and Materials (Philadelphia, PA). 2. IBC – International Building Code (Washington, D.C.). 3. NRCA – National Roofing Contractors Association (Rosemont, IL). 4. OSHA – Occupational Safety and Health Administration (Washington, D.C.). 5. SMACNA – Sheet Metal and Air Conditioning Contractors National Association (Chantilly, VA). B. American Society for Testing and Materials (ASTM): 1. C165– Standard Test Method for Measuring Compressive Properties of Thermal Insulation. 2. C203 – Standard Test Method for Breaking Load and Flexural Properties of Block -Type Thermal Insulation. 3. C1278 – Standard Specification for Fiber -Reinforced Gypsum Panel. 4. C1289– Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board. 5. C1303 – Standard Test Method for Predicting Long -Term Thermal Resistance for Closed -Cell Foam Insulation. 6. D1079– Standard Terminology Relating to Roofing and Waterproofing. 7. D2136 – Standard Test Method for Coated Fabrics Low TemperatUrb Bend Test. 8. D3045 – Standard Practice of Heat Aging of Plastics without Ldadang:.-� ...,,: 9. D5635 – Standard Test Method for Dynamic Puncture Resistj4fda oi�2oof Membrane Specimens. Thermoplastic Membrane Roofing— 075416-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 10. D6754 — Standard Specification for Ketone Ethylene Ester Based Sheet Roofing. 11. E84 — Standard Test Method for Surface Burning Characteristics of Building Materials. 12. E96 — Standard Test Method for Water Vapor Transmission of Materials. 13. E108 — Standard Test Method for Fire Tests of Roof Coverings. 14. G154 — Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Non-metallic Materials. 15. G155 — Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Non-metallic Materials. C. ASCE 7-10 — American Society of Civil Engineers, Minimum Design Loads of Buildings and Other Structures. D. National Roofing Contractors Association (NRCA) — Roofing Manual. E. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). F. Underwriters Laboratories (UL) — Roofing Materials and Systems. G. International Building Code (IBC) — Current Addition. H. Indiana Building Code (IBC) — Current Addition. 1.4 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 in the general archi- tectural and engineering professions." B. General roofing terminology as listed in ASTM D 1079 and glossary of terms as described in NRCA Roofing and Waterproofing Manual. C. National Roofing Contractors Association — Roofing Manual. D. Roofing Consultants Institute (RCI) — Glossary of Terms. E. The term "Roofing System" refers to all individual parts and components that make-up the roofing system being installed as designed and specified herein. The roofing system includes all components installed by the Contractor, including but not limited to: temporary roof membranes, adhesives, cover boards, i"ulation, termination bars, flashings, counter flashings, anchors, saddles, cents, membrane and other components necessary to provide a watertight roof system. Thermoplastic Membrane Roofing 075416-3 y City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 1.5 SUBMITTALS A. Manufacturer's letter of certified installer per Paragraph 1.6.C. B. Listing of completed projects per Paragraph 1.6.D. C. Resume of contractor lead personnel per Paragraph 1.6.E. D. Roofing manufacturer's product data sheets and installation instructions on all materials of the specified roofing system including membrane, cover board, insulation, flashings, adhesive, fasteners, etc. E. Certification of Installer's experience with specified roof system — must be a certified applicator/installer of the specified roofing system. F. Certification by the selected roofing Manufacturer that materials and procedures specified per the Documents is acceptable for the in-place performance of the system and meets the requirements to obtain the specified Manufacturer's warranty. G. Sample copy of the roofing system manufacturer's standard roofing warranty. H. Shop drawings for insulation layout that indicate ridge lines (high points and low points), drain sumps, crickets, etc. The contractor shall include elevations, sections and/or details for terminations, flashings, field -to -vertical interfacing, attachment to dissimilar materials, insulation layout and slope, fastening patterns, etc. I. Submit samples of the total roofing system individual components, including: membrane, cover board, insulation, walk pads, termination bars, anchors, cap flashings, etc. Provide system mock-up per 1.6.B, below. J. Manufacturer's published maintenance procedures for the roofing system. The procedures shall include precautions for preventing damage to, and deterioration of the roofing system. K. If requested, provide full system mock-up of roofing system. Mock-ups that do not meet industry roofing standards, specifications, and the Manufacturer's written literature shall be resubmitted at no additional cost to the Owner. Only after approved mock-up can the Contractor begin roof replacement efforts. T,hq mock- up shall be attached to 2' x 2' OSB backer and include: 1. Insulation board (existing insulation consists of tapered XPS). 2. Cover board fastened with mechanical anchor through XPS into 2x wood. 3. KEE sheet adhered to cover board with approved adhesive. 4. Hot-air welded seam to demonstrate welding capability. ; Thermoplastic Membrane Roofing 075416-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 5. Similar mock-up of vertical interface, including: termination bar at base of vertical projection; vertical sheet lapped onto field sheet and hot-air welded; termination bar; counter flashing, etc. 1.6 QUALITY ASSURANCE A. No payments shall be approved for work performed unless Contractor coordinates in advance with the Owner for a manufacturer's representative to observe the work. The Manufacturer's representative shall make a minimum of three visits to review workmanship, including: Pre -installation — Manufacturer representative shall attend pre -roof conference. During this site review, the representative shall notify the roofing contractor of conditions that may require special attention or procedures. The general contractor/roofing contractor is required to schedule the meeting at least 7 days in advance of beginning tear-off/demolition or new roofing installation. 2. Initial installation — A technically competent Manufacturer representative, approved in advance by the owner, shall observe the initial roof installation, including surface preparation; insulation installation, cover board installation and membrane installation. Flashings and terminations shall be witnessed during this site visit. 3. Post -installation — Manufacturer representative shall review the completed installation. The representative shall provide a punch list that notes conditions that the contractor needs to correct to obtain warranty coverage and approval by the membrane manufacturer. B. The Contractor shall be responsible for meeting all special conditions required by the membrane Manufacturer including all policies, procedures, forms and notifications as required by the Manufacturer to obtain the warranty. C. The installer shall be approved in writing by the manufacturer for installation of specified roofing system, including obtaining the specified warranty. D. Work under this Section shall be performed by organizations which have success- fully performed at least three projects of similar size and type, in a similar climate within the past five years. E. All work under this Section shall be under the immediate control of a person (Con- tractor's superintendent or other designated person) experienced in this type of work. This person shall have supervised three prior projects of similar magnitude and type, shall be present during all operations, and shall be approved by the Owner. F. Installer's key personnel shall have successfully completed the Membrane Manufacturer's specialized training courses as required to be deemed a certified Thermoplastic Membrane Roofing y <r? _� y.•..j..j 075416-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 installer of the roofing membrane. G. General performance of all components of the installed roofing system shall perform and remain waterproof under actual in-service exposure, including: rain; snow; wind pressures (at specified pressures), and thermal loads. H. Work shall be installed per the Manufacturer's specifications and the Contract Documents. Work found to be in violation of these shall be completely removed and replaced by the Contractor at no cost to the Owner. I. All components of the roofing system shall be approved for use with the specified roof membrane by the roof membrane Manufacturer. The installer shall confirm the components specified and installed are appropriate and warrantable by the membrane Manufacturer for specified warrant in paragraph 1.9, below. 1.7 PERFORMANCE CRITERIA A. General system performance: 1. The roofing system shall have capacity to withstand wind uplift pressures, thermal loading stresses, and normal wear -and -tear without failure to provide a watertight roofing system. 2. The roofing system shall be fabricated and installed in accordance with this specification and the manufacturer's published literature. 3. All components of the roofing system shall be compatible with each component as well as with existing substrate intended to receive the system. 1.8 DELIVERY, STORAGE AND HANDLING A. Deliver all materials to job site in sealed, unopened, undamaged original Manufacturer containers/packaging. B. Each container/package shall be identified with manufacturer's name, materials name, date of manufacture, lot and batch number. C. Store materials not being used in the work shift in an approved storage area which is well ventilated, lighted and not subject to direct sun rays. D. Storage area shall be heated or cooled as required to maintain the tebiperature within the range recommended by the material Manufacturer. E. Materials shall be kept sealed when not in use. r "n F. Keep storage area neat and clean and secure from vandalism and theft. G. 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. Thermoplastic Membrane Roofing 075416-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 H. When toxic or flammable solvents are used, the 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. I. Store rolls of membrane lying down, elevated above the roof deck/substrate/pavement/grade and completely protected from moisture. The Manufacturer's container/packaging shall not be considered sufficient for protection. The Contractor shall provide necessary tarpaulins to prevent moisture damage. J. Store insulation, cover board, and all other components elevated above roof deck/substrate/pavement/grade on pallets and fully protected from moisture. The Manufacturer's container/packaging shall not be considered sufficient for protection. The Contractor shall provide necessary tarpaulins to prevent moisture damage. K. Materials damaged in any way shall be immediately removed from site and replaced at no cost to the Owner. Do not attempt to install/use product that has been deemed damaged. 1.9 WARRANTY A. Provide Membrane Manufacturer's 20 -year No Dollar Limit (NDL) Roof Warranty. The warranty shall cover premature wear and/or degradation and state that if a leak develops in the roof during the warranty period due to defective materials or deficient workmanship by the installation Contractor, the Manufacturer shall provide the Owner, at the Manufacturer's expense, with the labor and material necessary to correct the defective work and provide a waterproof roofing system that meets or exceeds the original design Drawings and Specifications. B. Warranty Period shall be fully effective for a period of 20 years from the date of Substantial Completion. C. Warranty shall provide coverage at same level as described above for hail damage up to 3/4" diameter. PART 2 PRODUCTS 2.1 THERMOPLASTIC KEE ROOF SYSTEM A. Basis of Design: = s 1. FiberTite by Seaman Corporation Thermoplastic Membrane Roofing 075416-7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 B. Alternate Products: Alternate Manufacturers/materials will be considered provided they meet the physical and performance properties of the design system specified herein. C. Roof System Components: 1. Recover board: '/Z high density polyisocyanurate foam board meeting minimum requirements listed herein (Refer to 2.2 Alternate System Components) 2. Fasteners: As required/provided and at spacing/intervals required by the roof membrane Manufacturer to meet required wind uplift calculations. 3. Membrane: FiberTite 50 mil XT Fleeceback 4. Flashings: KEE thermoplastic membrane as required and recommended by the roof membrane Manufacturer. Non -reinforced target at drains, field fabricated boots, and other penetration flashings. Same (50 mil) thickness/weight non -fleece back membrane of turn -ups and other curb type conditions. 5. Counter Flashing (where exists): a. Install at all exposed terminations at vertical walls, curbs, etc. b. Provide equivalent weight flashings at existing flashings used elsewhere on stair tower. c. Provide 3" long splice plates at each splice. Provide silicone bead between counterflashing and splice plate. d. Continue counterflashing beyond membrane termination - min. 2". e. Provide continuous silicone cove along top edge of flashing - Dow 795, color as selected by Owner. f. Accessories: a. Termination bar - Manufacturer approved pre -punched aluminum or stainless steel. Termination bar shall be approximately 1" x 1/8" thick. Anchor at manufacturer's recommended spacing. b. Preformed Injection molded flashing - pipe boots, T-joiq, covers, inside/outside corners, shall be like materials as manufactured/sudplied by the roof system Manufacturer. c. Membrane adhesive - FTR 490 or as recommended by,roof membrane Manufacturer. - r.,. Thermoplastic Membrane Roofing 075416-8 rr, City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 d. Fasteners — Magnum Series case hardened carbon steel with corrosion resistant coating as supplied by membrane Manufacturer. e. Fastener Plates — minimum 20 -gauge galvanized steel plate as supplied by membrane Manufacturer. f. Wood Nailers: (if needed) minimum 1-1/2" thick and made of No.2 grade lumber. Do not use asphalt or creosote impregnated materials. Use only marine grade/rot resistant products. 6. Sealants: a. Silicone: Dow 795 — color as selected by the Owner from standard colors. Silicone to be used at premold silicone sealant installations, replacing existing silicone cove damaged during construction, and other miscellaneous sealants not specifically incorporated in the roofing system warranty. b. Polyether: FTR 101 by Seaman Corporation or other sealants recommended by the roof membrane Manufacturer. Polyether to be used along terminations, and other areas requiring similar supplemental protection. c. Drain cut-off sealant; as recommended by roof membrane Manufacturer. PART 3 EXECUTION 3.1 GENERAL A. No work shall interfere or temporarily disrupt mechanical, electrical, or other building services except as noted on the Drawings and contained herein. B. The Roofing Contractor shall submit a procedural plan for roof replacement efforts. The plan shall indicate the sequencing for demolition efforts, temporary waterproofing measures, night -seal procedures, and unforeseen inclement weather protection measures. C. The Roofing Contractor is responsible for protecting occupied/finish spaces from water infiltration. The Contractor is fully responsible for repair/replacement of damages caused by inadequate weather protection for the project duration. D. Verify all roof openings, curbs, and pipe penetrations are in-place and secure. E. The Contractor shall coordinate and schedule a pre -roofing meeting with the Project Team prior to beginning roofing work. i F. The Contractor shall assure all tools, materials, equipment, etc., are secured to prevent accidental blow -off during the work. This includes off hours when no work is being performed. Thermoplastic Membrane Roofing 075416-9 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 G. Contractor shall not install roofing system components during periods of inclement weather. H. Do not use waterborne adhesives if ambient air temperature is expected to drop below freezing within 48 hours of application. Prevent materials, debris and other foreign objects from entering the drainage system. Provide drain plugs during active work. Remove drain plugs at the completion of each work shift and during periods of inclement weather. 3.2 PRE -ROOFING REQUIREMENTS A. The Contractor shall erect and implement all required safety procedures to provide safe working environment for personnel executing the work. The Contractor is responsible for compliance with all safety procedures required by OSHA and local jurisdiction having authority (JHA). B. The Contractor shall review the job site and building specifics prior to beginning demolition efforts to identify conditions that may need special attention or revised installation procedures. The Contractor shall notify the Engineer, prior to beginning work, if such conditions are discovered. C. The Contractor shall have sufficient quantity of material on site to allow continuity of work. Do not begin work until appropriate materials are on site and ready for use. 3.3 PREPARATION A. Upon completion of demolition efforts, the Contractor shall visually inspect the substrate to locate and identify deterioration that may require repair. Review findings with the Engineer and make appropriate repairs prior to beginning roofing system installation. B. Substrate shall be both vacuumed and blown clean immediately prior to beginning new roofing system installation. Ensure all surfaces to receive the roofing system are smooth, clean, dry and free of contaminants that may adversely affect the installation of the roofing system. C. Blow clean any surfaces to contact subsequent layers of the roofing system immediately prior to installing the next layer. 3.4 INSTALLATION A. General -' c� t" 1. Install all components of the roofing system free of wrinkles-;' mases, fish- mouths, or any other condition that may inadvertently compromisM. the-i6tegrity of the system installation. _ Thermoplastic Membrane Roofing 075416-10 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2. Install all components neat, straight and parallel to other system components and the aligning with a main building feature to remain (i.e. perimeter wall, penthouse wall, etc.). The finished product shall not only be waterproof, but also aesthetically acceptable — free of blisters, smears, footprints, material spills, cupping insulation, etc. 3. Install all components with mechanical fasteners at Manufacturer recommended spacing. Embed anchors minimum of 1" into substrate. 4. Use weighted rollers to ensure full contact of roofing sheet with adhesive material and cover board. 5. All laps (both end and side) shall be hot-air welded. Ensure proper use of silicone wheel seam roller for hand welded seams. 6. At locations where three individual sheets of roofing membrane intersect, the contractor shall provide Manufacturer approved T -joint cover/patch. 7. Do not deviate or alter procedures or materials of the Roofing Manufacturer's written guidelines or this Specification without prior written approval from the Manufacturer and Engineer, respectively. 8. Install each component of the roofing system in "shingle fashion" — install membrane sheets overtop or overlapping the previously installed (down -hill) membrane sheet to ensure water does not flow against a raised seam. 9. Assure that the surface temperatures of all materials are at least 5 degrees Fahrenheit and rising in temperature relative to the ambient air dew point prior to the start of any work using cold adhesive or liquid flashings. Record surface and dew point temperatures and general weather conditions at the start and end of all work shifts. Submit logs to the Owner's representative via e-mail with 24 hours. 10. Do not install roofing system components when weather that may be adverse to successful installation is imminent. Protect occupiedtfinished spaces below the roof by weather protecting walls, curbs, expansion joints, rooftop units, skylights, and other building features during installation. 11. Schedule installation sequence to limit exposure to inclement weather, construction traffic, and/or excessive wear -and -tear. 12. Night -seal or temporarily protect working/leading edge ofroofinq system installation when work is discontinued for period of time greater than 4 hours or when inclement weather is imminent. Protection shall prevent moisture from entering beneath roofing system and damaging or adversely jmpacting the integrity of the roofing system components. B. Insulation/cover board: Thermoplastic Membrane Roofing 075416-11 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 1. Installation shall be in accordance with reviewed and approved insulation layout submitted prior to beginning roofing work. 2. Mechanically fasten insulation at Manufacturer recommended spacing and embedment. 3. Fit insulation tight to adjacent boards, roof penetrations, walls, curbs, etc. Do not force insulation into place. Do not damage board during installation. Maximum joint width shall be 1/8". Joints greater than 1/8" shall be filled with Manufacturer approved material. 4. Stagger board joints a minimum of V-0". 5. Multiple layers of insulation board are acceptable, but must be designed by the insulation Manufacturer. System shall be submitted for review and approval by the Engineer. 6. Do not install more board insulation than can be completely covered and protected from moisture contamination in same work shift. Remove and replace at Contractor's expense any insulation contaminated during the installation. 7. No board insulation shall be installed that is smaller than V-0" x V-0". C. Membrane Sheet: 1. Installation shall begin at the lowest roof elevation (drain) and continue to highest roof elevation (typically along perimeter wall, ridge lines, curbing, screen walls, etc.). 2. Align membrane sheet and maintain uniform side and end laps at minimum dimension as required by the Manufacturer. 3. Install membrane with mechanical fasteners; fastener type and spacing as required by the Manufacturer. 4. Stagger ends of sheets a minimum of T-0" from previously installed sheets. 5. Clean surfaces and hot-air weld longitudinal and transverse seams using Manufacturer approved hot-air welding equipment and written instructions. 6. Test all seams with probe to confirm weld integrity. All seams completed in single work shift shall be completely tested during the same day. Make repairs, if necessary, prior to end of work shift. 7. At drain flanges, apply ample sealant (cut-off sealant) on "drain flange and secure membrane sheet in place with clamping ring while sealant is s#ill wet. i 8. Terminate sheet as approved by the membrane manufacturer. As a'minimum Thermoplastic Membrane Roofing 075416- 12 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 requirement, unless stated otherwise by the roof membrane manufacturer, the sheet shall be terminated using a non -corrosive termination bar and fasteners at 8" O.C. minimum. D. Flashing Sheet: 1. Unroll sheets prior to beginning installation to allow the sheet to relax. Sheet shall remain in a relaxed state for a minimum of one hour prior to starting installation efforts. 2. Laps and terminations shall be as required by the membrane Manufacturer. 3. Ensure installation is straight, neat and free of fish -mouths and other conditions that are adverse to performance. E. Corner Flashing: 1. Inside Corners: a. Install supplemental flashing materials as required by the Roofing Manufacturer to ensure a watertight condition at all inside corners. 2. Outside Corners: a. Install supplemental flashing materials as required by the Roofing Manufacturer to ensure a watertight condition at all outside corners. 3.5 CLEAN-UP A. Clean up and remove debris generated from construction efforts on a daily basis. All containers, wrappings, scraps, paper, loose particles, etc., shall be disposed of at the end of each work shift. B. Clean drain bodies and strainers of dirt and debris at the completion of the Work. C. Return areas adjacent to Work to original standard of appearance, or better. D. The Contractor shall take all precautions necessary to prevent damages to newly installed membrane, including spills, cuts, and other damages. At areas of marring from construction traffic (footprints from adhesive, flashings, primers, etc.), shall be repaired by the Contractor at no additional cost to the Owner. The repair shall be approved by the Roofing Manufacturer. E. All equipment, materials, debris, tools, etc. shall be completely removed 3rom the Project site at the completion of the Work. C-) 1 3.6 FINAL INSPECTION AND ACCEPTANCE -scc-> °' <r_,. A. Roofing Manufacturer shall inspect and accept completed installation ; - Thermoplastic Membrane Roofing 075416-13 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 B. Any failures in the roofing system shall be repaired by the Contractor at no additional cost to the Owner. Thermoplastic Membrane Roofing 075416-14 N O Q V � 41 F r �p City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 C. Final acceptance will not be considered until repairs are completed (if required), and a technical representative of the Roofing Manufacturer approves the completed installation and issues the appropriate warranty documentation. END OF SECTION Thermoplastic Membrane Roofing 075416-15 N f� J mi..+ ✓ f�J Thermoplastic Membrane Roofing 075416-15 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 07 - THERMAL AND MOISTURE PROTECTION SECTION 079000 EXPANSION JOINTS PART1 GENERAL 1.1 SECTION INCLUDES A. Wing compression expansion joint seal installation. B. Existing winged expansion joint seal repairs. C. Compressible expansion joint seal installation. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. C. Section 012900 - Payment Procedures. D. Section 015600 - Barriers. E. Section 017700 - Closeout Procedures. F. Section 030100 - Concrete Repairs. G. Section 079200 - Sealants. H. Section 071800 -Vehicular Traffic Membrane. 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. _J 1 E. Letter of approval per Paragraph 1 A.A. p ° F. Prior project experience per Paragraph 1.4.B. C-) =gy M -o i m Expansion Joints c g 079000-1 " r ` City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 G. Joint System Sample per Paragraph 1.4.D. H. Name and resume of persons per Paragraphs 1.4.0 and 1.4.E. 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 in magnitude and type to those involved in this Contract and three or more prior projects in a climate similar to that for this project. C. All work under this Section shall be under the immediate control of the Contractor's non -working 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. The Owner may submit material samples to an independent testing laboratory for verification of material properties and/or conformance to performance standards. E. A technically competent employee of the expansion joint manufacturer (not 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. Expansion Joints ". 079000-2 - _ City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 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. 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 leakage at repair locations. PART 2 PRODUCTS 2.1 WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEM: 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. N u C. Iso -flex Winged EJ System by Lymtal International a 1. Seal size— Field verify seal size during bidding. D. LokCrete Membrane System by MM Systems _ 1. Seal size — Field verify seal size during bidding. Expansion Joints 079000-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2.2 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM —TYPE A (GARAGE FOR REFERENCE ONLY): A. DSM seal by Emseal, Inc. Seal size — Field verify seal size during bidding. 2.3 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM — TYPE B (BRIDGES): A. Jeene —FW Bridge Series by Watson Bowman Acme Corp Seal size — Field verify seal size during bidding. 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. D. Accelerated curing by heating of nosing and adhesive material is not permitted. E. Do not install seals or associated materials over or on wet substrate materials. F. Cease installation of seals under adverse weather conditions, or when temperatures (deck or ambient) are outside the allowable temperature limits. G. Install seals as soon during the Work as substrate temperatures permit. 3.2 NEW WINGED SEAL EXPANSION JOINT SYSTEM INSTALLATION A. Preparation of concrete joint openings: 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.r o Expansion Joints r� 079000-4 �-� City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. Installation: 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. 2. Splice seal material per manufacturer's instructions to form a continuous length: Do not splice seal in drive lane unless approved by the Engineer. 3. All transitions, tum -ups, corners and "T" joints shall be factory manufactured components shall be approved in advance by Engineer. 4. Seal elevation shall be installed flush or slightly recessed from nosing/header surface. 5. Cure materials in accordance with manufacturer's recommendations. 3.3 NEW COMPRESSIBLE EXPANSION JOINT SYSTEM INSTALLATION A. Preparation of concrete joint openings: 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 Expansion Joints 079000-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 2. Install manufacturer's approved adhesive or bonder to compression seal and concrete, nosing or metal surfaces which will be in contact. 3. Install seals per manufacturer's installation instructions. 4. Install the seals in continuous lengths with no splices in the horizontal plane of 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. 6. As appropriate, provide heat welds or adhesive at direction changes from horizontal to vertical. Execute welds per manufacturer's requirements. 7. Before installation, test splices with a 150# axial tension load. 8. Seal splices at end conditions as recommended by the manufacturer if those conditions are not shown on the Drawings. 9. Install any supplemental cap seal materials in the same work shift, or no later than the next day if no inclement weather is predicted. 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 Expansion Joints 079000-6 — Gfl City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 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 r.� 1 -7) 7..`.,.a Expansion Joints 079000-7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 079200 SEALANTS PART1 GENERAL 1.1 SECTION INCLUDES A. Tee-to-tee/construction joint sealant. B. Crack routing and sealant installation. C. Tooled joint sealant. D. Cove joint sealant. 1.2 RELATED SECTIONS A. Section 012100 - Allowances. B. Section 012300 - Alternates. C. Section 012900 - Payment Procedures. D. Section 017700 - Closeout Procedures. E. Section 030100 - Concrete Repairs. F. Section 071800 - Vehicular Traffic Membrane. G. Section 321723 - Pavement Markings. 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 manusl. u , B. Letter per Paragraph 1.5.A. �— ••• ..,,..., C. Resume of contractor superintendent or employee per Paragraph h.S.0 ,7 .=r D. Manufacturer's certification per Paragraphs 1.5.E. y ;�o Sealants 079200- 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. Upon completion of the Work and prior to final payment, provide a fully executed warranty. 1.5 QUALITY ASSURANCE A. The sealant installer must be acceptable to the manufacturer. Provide written confirmation that the intended sealant installer is acceptable to the manufacturer. B. The Contractor shall review locations where joint sealant work is specified, and shall submit in writing existing conditions and newly specified details which would cause sealant material to fail. Failure to review existing conditions or identify details or procedures which will cause failure of sealant material to perform as specified, the Contractor shall become responsible for all costs relating to correcting the deficient work, including all direct and indirect costs to the Owner. C. The Contractor's superintendent, or another technically competent employee of the Contractor approved by the Owner and Manufacturer, shall be on site and supervise installation of all sealant on this project. Sealant identified as being 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 OVMer 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. Sealants 079200-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 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. C. Sealant 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 for maintaining the product 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 adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies. Sealants 079200-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 1.8 SEQUENCING A. Install sealants after any required concrete repairs. 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. PART2 PRODUCTS 2.1 CRACK AND JOINT SEALANTS A. Multi-component, unmodified, polyurethane. Approved products manufacturers include: 1. Sika 2c NS-TG/SL by Sika Corp. 2. Dymeric 240FC by Tremco, Inc. 3. Isoflex 880/881 by Lymtal International. B. 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 location is obtained from the Owner. Alternative use of bond breaker tape in size appropriate for the width of joint and approved for use by the sealant manufacturer will be allowed on a case-by-case basis. Sealants 079200-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 G. For joint edge repairs refer to Specification Section 030100. 2.2 SILICONE SEALANTS A. Approved for horizontal or vertical sealant installations. Products and manufacturers include: 1. Dow 795 by Dow Corning, Inc. a. Manufacturer's standard colors. Color to be approved by Owner. 2. SilPruf SC2000 by GE, Inc. a. Manufacturer's standard colors. Color to be approved by Owner. 3. Spectrum 800 NS by Tremco Sealant Waterproofing Division. a. Manufacturer's standard colors. Color to be approved by Owner. B. Minimum compression or extension of 50% of the nominal joint width without adhesive or adhesive failure. 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. PART 3 EXECUTIONS 3.1 EXAMINATION A. Prior to the start of work, the Contractor shall review all areas intended to receive the specified work and note conditions or defects that will adversely affect the execution and/or quality of the work. B. 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. -1:-� V) tl C%� F C, 1. Sealants D 079200-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 3.2 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. 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 1-112". E. In areas indicated on the Drawings or otherwise directed by the Owner, remove existing failed and deteriorated sealant, all existing cove sealants and existing sealants to be covered by urethane traffic membrane. F. Reinstall new sealant where existing sealant is removed. Refer to Article 3.3 for new sealant installation requirements in membrane areas and Article 3.4 for repair sealant requirements. 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. 3.3 NEW JOINT SEALANT N A. Refer to Article 3.2 for joint cavity preparation requirements. B. Blow down joint cavity and apply primer as recommended by the sealant manufacturer. C. Install backer rod or bond -breaker tape where required. Vary size of backer rod if necessary based on field conditions per Article 2.1.F or Article 2.2.17. Sealants 079200-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 D. Install sealant as indicated in details on the Drawings. 3.4 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 3.2. 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. 3.5 MISCELLANEOUS SEALANTS A. Install miscellaneous sealants around drains, pipe penetrations in floors, and elsewhere. Install per Article 3.3 and as indicated on the Drawings. 3.6 "WET SEAL" SEALANT A. General: 1. All materials and sealants shall be installed per the manufacturer's recommendations and requirements. 2. Do not install sealants during inclement weather, or when temperatures (ambient and surface) are beyond the manufacturer's recommendations. 3. Just prior to new primer/sealant installation, vacuum joint to remove all dust, dirt and debris. Complete vacuuming of all joint cavities within 24 hours of the start of primer/sealant installation. 4. Where primer is specified to be installed, mask all exposed, adjoining surfaces to prevent staining or discoloration of surface. B. Cap Bead 1. Remove existing sealants and residue. 2. Clean surfaces to be in contact with new sealant installation. 3. Install sealant into joint per manufacturer's recommendations. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed r, joint. 4. Tool sealant in a continuous smooth surface without lap marks and air bubbles. Sealant installation shall be neat and clean. Sealants 079200-7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 C. Isolation/Control Joint 1. Prime all joints with primer as recommended by manufacturer unless priming is detrimental to the performance of the sealant as stated in writing by the sealant manufacturer. 2. After primer has cured per manufacturer's recommendations, install backer rod in joint cavity. Size backer rod to be in minimum 25% compression, maximum 50% compression when installed. 3. Install backer rod to maintain a 2:1 width to depth ratio of sealant. Minimum and maximum depth of sealant shall be per the sealant manufacturer's recommendations. 4. Install sealant into joint per manufacturer's recommendations. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. 5. Tool sealant slightly concave in a continuous smooth surface without lap marks and air bubbles. Edges of sealant to be flush with exposed surface of concrete, masonry, or other substrate — or how indicated on the Drawings. D. Bridge Joint 1. Prime all surfaces with primer as recommended by manufacturer unless priming is detrimental to the performance of the sealant as stated in writing by the sealant manufacturer. 2. Provide appropriate bond break tape as recommended by sealant Manufacturer. 3. Install 1/8" thick foam tape along edges of new bridge joint sealant. The bridge joint shall have a minimum of 5/16" bond on each side of the bond break tape. Ensure tape is perpendicular and plumb/level. Do not haphazardly install tape. Must be neat/straight installation. 4. Install sealant into form created by foam tape. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. 5. Tool sealant near flat with top of foam tape in a continuous smooth surface without lap marks and air bubbles. 6. After initial set, remove foam tape and discard. Do not damage newly installed silicone during removal. 3.7 CLEAN-UP A. During the progress of the Work, remove from the project all discarded coating materials, rubbish, cans and rags. "- s Sealants ='r -i d.,,..➢ _;? 079200-8 r �.F� City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 > �; v --i P...,� Sealants 079200-9 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 9 — FINISHES SECTION 092116 GYPSUM BOARD ASSEMBLIES PART1 GENERAL 1.1 SECTION INCLUDES A. All labor, material, equipment, special tools and services for the repair of existing gypsum board assemblies including but not limited to: 1. Removal of existing gypsum board assemblies where indicated on Drawings. 2. New gypsum board assemblies where indicated on the Drawings. 1.2 RELATED SECTIONS A. Section 055000 — Miscellaneous Metals, B. Section 099100— Painting. 1.3 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM C840 — Standard Specification for Application and Finishing of Gypsum Wallboard. 2. ASTM C1002 — Stand Specification for Steel Self -Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs. 3. ASTM C1047 — Standard Specification for Accessories for Gypsum Wallboard and Gypsum Veneer Base. 4. ASTM C1396 — Standard Specification for Gypsum Board. 5. ASTM D3273 — Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in and Environmental Chamber. 6. ASTM E84 — Standard Test Method for Surface Burning Characteristics of Building Materials. 1.4 DEFINITIONS A. Gypsum Board Construction Terminology: Refer to ASTM C11-Jor defllitions of Gypsum Board Assemblies a 092116-1 y =.v City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 terms for gypsum board assemblies not defined in this Section or in other referenced standards. 1.5 SUBMITTALS A. Manufacturer's technical information for all manufactured products. 1.6 QUALITY ASSURANCE A. Notify the Owner in writing of all anticipated problems in the repair and replacement of the specified areas. B. Calculate structural characteristics of cold -formed metal framing according to AISI's "Specification for the Design of Cold -Formed Steel Structural Members 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original packages, containers, and bundles bearing brand name and identification of manufacturer or supplier. B. Store materials inside cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. Stack gypsum panels flat on leveled supports off the ground to prevent sagging. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent for environmental conditions, room temperatures, and ventilation. B. Starting of work will be construed as Contractor's acceptance of surfaces and conditions. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: N t-� 1. Gypsum Board Related Products: a. G -P Gypsum Corp.°-- b. Lafarge Gypsum Products. +� 7 c. National Gypsum Company. r� Gypsum Board Assemblies 092116-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 d. United States Gypsum Co. 2. Thermal Insulation products: a. Certain Teed Corporation. b. Johns Manville. c. Owens Corning. 2.2 INTERIOR GYPSUM WALLBOARD A. Panel Size: Provide in maximum lengths and widths available that will minimize joints in each area and correspond with support system indicated. B. Moisture Resistant Gypsum Board: ASTM C 1396. 1. Basis of Design: ToughRock Mold -Guard by Georgia-Pacific. a. Thickness: 'V thick b. Long Edges: Tapered. 2.3 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum coated steel sheet or rolled zinc. 2. Shapes: a. Cornerbead: Use at outside corners. b. LC -Bead: J Shaped; exposed long flange receives joint compound; use at exposed panel edges. 2.4 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 840. B. Joint Tape: 1. Interior Gypsum Wallboard: Paper. C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is; compatible with other compounds applied on previous or for successive coats. 1. Pre -filling: At open joints and damaged surface areas, use setting type taping compound. Gypsum Board Assemblies 092116-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2. Embedding and First Coat: For embedding tape and first coat on joint, fasteners, and trim flanges, use setting type taping compound. a. Use setting type compound for installing paper faced metal trim accessories. 3. Fill Coat: For second, use drying type, all purpose compound. 4. Finish Coat: For third coat, use drying type, all purpose compound. 2.5 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written recommendations. B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated. C. Blocking: Exterior -grade treated lumber. PART 3 EXECUTION 3.1 EXAMINATION A. Examine areas and conditions that work of this section is to be performed. Notify the Construction Manager of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Applicator. 3.2 PROTECTION A. Provide adequate protection of all surrounding surfaces from damage due to preparation, installation and finishing procedures. Repair damage at no cost to the Owner. B. Prior to the start of work, provide the necessary protection to contain all dust, dirt, debris within work area. Do not allow to migrate into building interior spaces. Protect finish surfaces such as windows, wall fabrics, carpets, furnishing, lighting, louvers, and all other finish surfaces. Erect barriers so as not to damage existing finishes and surfaces. 3.3 GENERAL A. All materials shall be installed per the manufacturer's recommendations and requirements. 3.4 EXISTING GYPSUM BOARD REMOVAL A. As noted on Drawings, remove gypsum board by cutting around area to the depth of the existing gypsum board. Replacement of gypsum board to ,extend to the Gypsum Board Assemblies 092116-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 nearest support to match existing. B. Removal area to be rectangular with 90 degree corners. C. Remove gypsum board and associated anchors. Do not damage existing supports during removal. 3.5 INSTALLATION OF NEW GYPSUM BOARDS A. Install gypsum boards face side out. Butt boards together for a light contact at edges and ends with not more than a 1/16 inch open space between boards. Do not force into position. B. Locate edges and joints over supports. C. Fit boards around existing items to remain. D. Attach gypsum boards to framing at openings and cutouts. E. Attach gypsum boards to steel supports so leading edge or end of each board is attached to open (unsupported) edges of supports first. F. Space fasteners in gypsum boards as indicated on the Drawings. G. Install edge trim where gypsum boards terminate at openings and tops of walls. 3.6 FINISHING OF GYPSUM BOARD BOARDS A. Finish gypsum board boards in compliance with ASTM C840. B. Treat gypsum board joints, interior angles, edge trim, penetrations, fastener heads, and surface defects as required to prepare gypsum board surface for painting. Promptly remove residual joint compound from adjacent surfaces and finishes. C. Embed tape and apply separate first, fill and finish coats of joint compound to joint tape, fasteners and trim flanges at board surface that will be exposed to view. D. Feather joint compound at joints between existing and new gypsum boards to provide a smooth and flat transition. E. Install new board with square edge against existing gypsum board. 3.7 CLEANING A. At the end of each work shift, remove all empty containers from the job site. B. Clean splatters, finishing compound and dust from surrounding surface. Gypsum Board Assemblies 092116-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 C. Touch-up completed surfaces to conceal nicks and damage to gypsum boards. D. After completion of surface finishing, vacuum all surfaces to remove all existing debris and dust from the building interior affected by the work. END OF SECTION Gypsum Board Assemblies 092116-6 N -ECS .li �v Gypsum Board Assemblies 092116-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 9 — FINISHES SECTION 099100 PAINTING PART1 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 existing steel painted surfaces of stairs and railing as indicated on the Drawings. b. Surface preparation, priming, and painting of new gypsum board as indicated on drawings. c. Temporary protection of doors, windows, roof areas, and interior spaces during construction. Refer to Specification Section 015600. d. Provide access to work area for Owner representative or Engineer. B. Related Sections: 1. Section 015600 — Barriers. 2. Section 055000 — Miscellaneous Metals. 3. Section 092116 — Gypsum Board Assemblies. C. Alternates: 1. Add Alternate No. 1A — Chauncey Swan Garage, NW stair tower interior finish work efforts. 2. Add Alternate No. 1B — Chauncey Swan Garage, SW stair tower interior finish work efforts. 1.2 REFERENCES A. ASTM D 16 — Terminology Related to Paint, Varnish, Lacquer, and,kelated Products. B. Structural Steel Painting Council (SSPC): SSPC-SP 1 — Solvent Cleaning. Painting 099100- 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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/NAGE 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. B. Submit complete line of manufacturer's color samples for each product. C. Letter of approval per Paragraph 1.5.A. D. Prior project experience per Paragraph 1.5.13. E. Name and resume of persons per Paragraph 1.5.C. F. Manufacturer's sample warranty. 1.5 QUALITY ASSURANCE A. The contractor shall be a certified installer by the manufacturer. B. 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. N 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 shell be present during all operations. This person(s) shall be approved by the Owner. D. Regulatory Requirements: .c- Painting 099100-2' City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 1. Comply with applicable laws, ordinances, and the Local Building Code. 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. 4. Manufacturer's name. 5. Contents by volume, for major pigment and vehicle constituents. 6. Thinning instructions. 7. Application instructions. 8. Color name and number. B. Storage and Protection: 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 Painting 099100-3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 A. Place coating or solvent soaked rags, waste, or other materials which might 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 SEQUENCE A. Prior to beginning coating preparation complete all gypsum board finish work, and concrete and sealant repairs including curing periods. 1.9 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. B. Tnemec Company. C. ICI Paints. Painting 099100-4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2.2 MATERIALS A. No lead-based products are permitted. 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. 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. 2. All biological growth must be removed prior to coating. 3. All efflorescence, lime run, and surface contaminants should be removed prior to application of new coating. 4. If 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. Previously Coated Steel Stair: materials and procedures are listed in order of process/application. Apply per manufacturers recommendations. 1. Surface Preparation: a. SSPC-SP3 Power Tool Clean to remove all loose mill scale, lobse rust, and other foreign matter. b. SSPC-SP1 Solvent Clean to remove all visible oil, grease, soil, and other contaminants. Painting 099100-5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 2. Approved manufacturer's systems: a. Sherwin Williams (Basis of Design): 1) Primer: One (1) Coat Macropoxy 646 - 4.0 to 6.0 mils DFT. 2) Polyurethane Finish Coat: Two (2) Coats: Hi Solids Polyurethane — 2.0 to 4.0 mils DFT. 3) Color, texture and sheen as selected by Owner. b. Tnemec: c. ICI Paints: C. Gypsum Board: materials and procedures are listed in order of process/application. Apply per manufacturers recommendations. 1. Surface Preparation: a. Perform preparation and cleaning procedures in accordance with paint manufacturer's instructions unless otherwise specified. b. Remove all surface contamination such as loose paint, dirt, dust and foreign matter, surface rust and scale from surfaces to be painted. 2. Approved manufacturer's systems: a. Sherwin Williams (Basis of Design): 1) Primer: (1) coat Harmony Interior Latex Primer (1.3 mils dry film thickness). 2) Top Coat: (2) coats Harmony Interior Latex Flat (1.7 mils dry film thickness per coat). 3) Color, texture and sheen as selected by Owner. b. Tnemec: c. ICI Paints: 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. Painting 099100-6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 receive coating from damage due to preparation, cleaning or coating procedures. Repair damage at no cost to the Owner. 2. Program coating so that construction dirt, dust, and debris will not fall onto wet, newly coated surfaces. 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. 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 Perform preparation and cleaning procedures in accordance with coating manufacturer's instructions and as herein specified, for each particular substrate condition. 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 -(dated, or provide surface -applied protection prior to surface preparation arid, coating operations. Remove, if necessary, for complete coating of Items and, adjacent surfaces. Following completion of coating of each spacer'or area; reinstall removed items. 4. Do not field coat the following work: Painting 099100-7 _ter City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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 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 into material. Remove film and, if necessary, strain material before using. Continuously agitate zinc -rich primers. 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, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 3. Generally, coating surfaces behind movable equipment same as similar exposed surfaces. Coating surfaces behind permanently -fixed equipment or furniture with prime coat only before final installation of equipment. 4. Do not coat over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to formation of a durable coating film. B. Scheduling Coating: 1. All caulking and sealants shall be in place and thoroughly cured prior to Painting 099100-8 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 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. 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: 1. Apply prime coat of materials where required to be coated or finished, and which has not been prime coated by others. 2. Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn -through or other defects due to insufficient sealing. 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. C. After completion of surface preparation in a work area, sweep and/or vacuum all surfaces to remove all existing paint debris, paint dust and paint chips from the work area and dispose of legally off-site. END OF SECTION :2 Painting ro r� 099100-9 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 DIVISION 32 - SITE WORK SECTION 321723 PAVEMENT MARKINGS PART1 GENERAL 1.1 SECTION INCLUDES A. Line striping. B. Directional arrows and text. C. Curb paint. 1.2 RELATED SECTIONS A. Section 012300 - Alternates. B. Section 017700 - Closeout Procedures. C. Section 030100 - Concrete Repairs. D. Section 071800 - Vehicular Traffic Membrane. E. Section 079200 - Sealants. 1.3 SUBMITTALS A. Manufacturer product data sheets. B. Manufacturer produced written verifications per Article 1.4. 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. Pavement Markings 321723-1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 E. Storage areas shall be heated or cooled as required maintaining the temperatures within the range recommended by the manufacturer. 1.6 WARRANTY A. The Contractor shall warrant the pavement marking media from chipping and peeling for a period of two years. PART PRODUCTS 2.1 MATERIALS — PAINT A. Acrylithane HS2 by Neogard. B. Isoflex 630 by Lymtal International. C. Color to be selected by the Owner. PART 3 EXECUTIONS 3.1 EXAMINATION A. 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 completion of the Work specified in this Section. 3.2 APPLICATION A. New Pavement Markings: 1. Paint shall be applied within 36 hours of completion of membrane top coat in 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. Pavement Markings 321723-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project February 21, 2017 THP #17010.00 7. New pavement markings shall line up with existing markings on vertical surfaces, otherwise, Contractor shall remove and replace markings on vertical surfaces. 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 Pavement Markings 321723-3 CITY OF IOWA CITY__ PARKING GARAGE MAINTENANCE PROGRAM VICINITY MAP: AND BRIDGE REPAIR 2017 PROJECT Downtown Iowa City 0 raT� aux IOWA CITY, IOWA PREPARED 6Y: DRAWING INDEX. 341E R+[E SNEEi .la TV.STREET-PN,L.P1AN SOS WBLvV11(STREIT r1ER ROOq 1tAV St01 WSWL.E lTPff l.]M TILII ROM M1AM StOi WRVIXIE STPEEI. 1. TER iLDYE RAN S10! WLVgIE STRIft IM }w[RNII RAN Stp WSWLR STREfI.IM:EI[fINRRIN 9tM WLLIOIR YTRLFI.eM IInI RCVI[RAN 91p gALXILIE IiR(R.IM LIRE RCGI RAN 5130 CV1}OL aTIEEIT. TYRICµ iJ HOCM nAN 9111 f RnR!(i. TI IFE RWIE RAM 5•]0 CN9lwfar 6N1N.DOlq RCp RIN a:]0 tOWFA RA4-ORQNlEYH 0.(X41 RA4 an owER n.EQ.rnuL[esRuaA nou RAN a•ss rown RAu.leatLe ROOIERVN "ll EAST ST.111-YSLOf REEYIIE OEIMY Sm UWRTCt SiREn aC1RINIErt rtM llel O HAN9 sslo ,,.D Ncfr BJIAN.NpTEM'Eal rt4ESECTgX Auo PUN, SIE1 CMIVNLEY SWAN.Ng1NW[l1nM R(:rRIEY SCY CCNLRETE AM nEfl RED. LANA 3q1 TEAM lRFR. RTNi uoo SfAVNTAM 6\fM9aNN'xtii oEiraa Saco NEaFNRN onNa Yo1 YBwNE OETNa GENERAL NOTES: tme L N'aUR SWucoMORnol1(RAR. wLwNCLOE.11[nrvLDlwu 911PRHEn. w LOLu No u[ osw P F wuwxm T, ME FNgNEEA9nLLL MIAINIu II)INN1,1111MIT L Euuan Mf wRREo�NEo •coeM.[T Fsw,a3NTM ww Mus As RE W>.ETO PY'1f [C.WKYq PM 3VMP LYiw s'WIRPFJEFSiRMlr E: m'IE F:[irEEP FM PE`RrLN Yvuft 1 RIw�ALL S1W,X yM Py o:1'5 �ECFeN3r LE/5'AENm wa. PFPJN! aw�EwXMOMa:'AM'W rC M0.M wMP PCFµ (MCESMPY PPUIIF laeEw:OMIM PEP3M(El 1 wOY�Ewt NEI wEwLOnRw ISHIll Sl Wtr WTH 1R � n M wE IMa1 ISHIll" wlE wA oae wr E[coLE E�Ew{IEgEIR4wEN1aEEgEf(YtllEwf LpgT[MFfw IERwE�TE�lfl�t ( mwawTawrrwaleMaruvnRouTRw RcoEo FEYJ(wws�wewwrwm.RN.aaTWTrW dvE sfcroN Aw OM1aw1LYE[EJ•RttUE\ E. �LwON Ei w ITT .1 1YlIL L LaEwna EaaLREleerlNl uEw.wmwa REe [dwew raR EM�EII mnnOl n M raaair arA1 Ell avgl NN onwm w rLf w�waw Em, a �wlaawlwwrraspElwEwwwwornn(EREsow &A.,P SMl TMwWG3NOFi[gKirXG MY wLPA. W.FLMTEV REPoPT »[r C6LPFPRXGE910rIL ENGNEEq l W CErY[ YKSAY64O.MTF e] `,I'iA. MF �1E. m w(1AR ra swA alusrua ruFmuE w1a cTEI c-nYw[. I .qT Y4E pUN1Ly WI Sil—^.vr'll MArtly 9GAp PPYFCT uuu4. ORTFO rtM W R, M, flww.Y/wI oE,1(LONrRAL. W[LNMY I;E.(P.1«,m,wwwr�awEwE nOLN FLFM3MFKLIMON 10. MO.FCrIMeaIIMTEa1EED TxM sELTW CAIO9TFN1 YnNRWRyw�� EEaE('artMNnrvR T. eE.w�wser LE�d iLu PeouvFSENr!n 5nROIEfECi( NWWL 9.1 rECf3VN.T06 WE0M WYE[RlllIW casmc+a4MEwm l <PL'RPCrM YMLLtWORf 4t WlNE11 11.1 TO fnOTE[l T!E WLK I.IFMp !)TRgIC V.POULvorN.CIaJN. SV[TlEWEsNWa un Eu1MTLefrEO T ITTA SMNw Ra cowm�cnoM..Ilw. 9fNidpNO %A`Aw, wFtt N[T[. 9'.MMT M99PMKi FW LPNEI EF, i C(MTPA[RNt 1i T19101M EVE10F YWlFLUYE PPMEP.IYpylf® PEMgO r0EE'MEn YO LM hVORMY MECRYI3.WAYE(1. uLNL R usE004,0 MONNE<rrM s.LENrI(rELS. asERVR11oxWEn7 0rra m n EN•xER sN[u Nor KLw[wRcmMa rIf .wW 1Tna 1 (MRMCRML YWLSLPEILNN MEIRINt Ti M.W Np4W,Lw3JIklV NEYMME F. Nl [CIFAICh]I IEYY. [FiKp,1EGMES YgECE[ Yp RI�MF1 . nKCUMc[wMmFRWY 111E®[OenLc1RMMG2F5 [lN1N.SlU I4 E 4X84 NO fN1(1gY RE(!!wE RI IXMT}0V RMiE� art 4n[ao wErr or wl FRIYa Aw rRoeEn o-Xac alawn a>w N4a n. raweesrtaLNMY ramAuaLr Aw 1[Ir R Ian®r0 KAML RRNIfi 9.ML \ ��a[wEXaaRmmpa+mwnLu ollESRaywxlPsroR4 NucE R rm INNreE o ro Kuv[ REvaw a wEweLr of GGMPARORSYRTf [FIPJNESNM, W r(M ME LLHSrXWIKKIy[F. CRT OF IOWA CITY Parking Garage Maintenance Program and Bridge Repair 2017 Project oII 1111£ TITLE SHEET CONCRETE PHASE 1 PLAN NO SCALE MEMBRANE PHASE 1 PLAN NOSCALE CONCRETE PHASE 2 PLAN NO SCALE MEMBRANE PHASE 2 PLAN No scN GENERAL NOTES: __ A MVIIaNCIXIRflIp5 UCILR IiD IC .. ALL CARME 110.aLEYW WAIVE VARIEWER4..., AND W3L ENIRMICES AM REWRW POAILLL n�AE9WLNnl'AgMIEDxaWMICEniMonlER AIUiCEFRCiE9GGNLLr PREMRED SGINCEDIREe1NGNV1PRnML94VIlrnh'G1CiMgi AYUD WGRR0AEA4 REFERMEPEC9FEAROREECTttI TLP IImXM ise R1xM. 1w RKA.W. meet CIRFRA .n. OW WAS2. R PRAI WURR TOFeeoNMODP1E CENT MpL6 nWFIL CMCLUTp1 ERECT EMRICPDE S AND PIFFLE PRCRESEIOWllY Pnme: SllSI UEa PREPFREDSrNP RECTNFTW3FICSRFELYMMO HaR WNDMO ARDS: ASREdMEDTOPROIECTPEREONSAND Pec S32413RL PRWERE,KXXMFESTOCTRCCRSASNECE$MRYTOPREPEDIRECRYDELMWOUAR & REFER TO SPECIFICPTON emr.,p w— YCLORTE 1WCAND01M ACT flW.4NG AND PROFCSED WORK ARES EWYI PE REFEWCD AND REPROVED IN ADVANCE EY MTER. COImt4CTO LFO c CRMMKLOWWNEx DECLw uPrA9NG • MIkMU IERLEaAE WIDiN-13tl • WWMLM PADEETRAx WALKN` NAE- RV • CLEAR NEAT,LECIAE PROFEEERNNLLY WEPA¢ED R. PoS1EDA40Q nYrn vmm�o nr i.i.rq . PP'HGNORANM CCMT IpN FENCE SOPFir A19RAIN"lE& KNF YRRM1I W111COTs�3Hri C. MRINCRII SINLL PROTECT Al WERENY ALL TWORNOBU1pIM FEAILR£sio AI.. OMNGE CONIRR"O' SAIL REFER CR NERIACE MNK(T FEATTREE EAS A IEYATM NADEaNR OR WEPER IPOTERTOWITO...A OMRGi ..A - . — O. WRERE REOURED, CCdpMTEwIMowNERNLPIx°F WlYU 60 1pmeAPYLEMSiaRTOMRSARECLEGFURIANY P�o �\� / \T w/ ro R. \IF M CLEEIGTNELNNRAI REFERiOSFELIF EECTKM0RWWW .I �`'JW /AF£' E PROI FLOKW FRMS ERM DaMM Aro DEERII MGNOP%. AERTEREEACNOWJxM ON ADJACENT TO WCRI OPFNro .FRACTIOWG CMMWIW AFTER EACN WORK DAY. a F. RM ALL WORK ON MWS.OREM CD0RpFMTEDAND PpR0..INA➢JANCE MY OWNER AND EIGINEE R ALL RAMPS AND / NI� AAEXCUTEDTRAFFIC ROW TO AND FROM RAWS WIN MY FE IRM NMMv TNI 300 M NNERY. OCR All IMPS OPENED FCR TRAFFIC ROW FACE! I W M FIRM TMMICN ROMAY. PHASING NOTES: 0. FNKKAREAFd(WHCRETEORRp.6WHE FLRAIRS TMMME WUICALES NDSMNMNttNIOWCEYTIR6PEPH NPTE9 ATDSPECILCATvs AREASANDCR0.SSOVERS L S KPA@IWG MNEI ESWLMWMUMEAMAOPLYRVSL A9RECUREDRMCM1CR CNWPINGNOREPNR AtINIIIES.PMKINOVACESWNIVEIANESWTAREC SYOVLYIPoMI MREKWNCPENAi PLL1ME,ALLAAEAII W WwMUARGARETODEREOPENEDATMEEHOME SER CE PREAKNCWNEPA MEDMCiNGEATT MSOFWCWAAEA9A9REMEREDTORCi£RYLJ PMDORMTVENELLES ..N= E PNVIDENRRICALESNOEPxVIATUARIMEEAflTMKPSMMKWMMERFEM9 TWRCMWNDACM MEV. NAIEIEYflCLOP1FESAi diCRAMEGIES910PTMR1CME0. i. IL WAAAP£FM0.NCEIM FMINF9 WNEREAP &E 4AWSEA➢MCWLPIW MMRE MDTOMV MNATLEASi O E EMPAMEAM WI WEATALL LER C0."NgM1E WAVCi FCAWM4P➢.ACEMNfNRNCHKRIOCAIpNSW11X OWMWAMNI MTMWEMINAWNCE PHASING LEGEND: WDWIaw NOTwmc. tLpIx1MLLMIPMUEA M.ACEMroWPIK AeE4 IWUTEDLDsr PAFuxGmow nuTKPREARoxcuTEREwuWswnn. RW. CITY OF IOWA CITY Parking Garage laintenance Program and Bridge Repair 2017 Project AmNO TTI WBUGUE STREET PHASING PLAN IST PER _ I EAI ICET IIWS TESSOROLIEDRC4... FNWi ExFWJCES£N4 RW➢i. siuAIDWE. ER310EI ASD MVI FLOOR PLAN EMRWCE¢. WC REONGNG PARIIRL E.E.REC...DII OLVAYCA NDI 0NIER ..FRADF W31W1Y LEGEND: G100 VIINORTH TNA LJIK die.. 41111111111 1 EM IlUEa1 III sen N.A. a RumxDMMnooaroNx BPYFNACMCCLLWCIERECT 'RETIRE DSIRECPNFRCWELYWOVORIXMG9 Pw.5 3 IWAID33C1 - EMATNGMELMLlEE31BABELO:i v,EpM1d- RJNSEL11kLPWl�MDPPoSEDW�KWBE£MEDAW _. FYJBTNGLGIEPER PdN BETON CA HuYE AINNONINADVANDEBYWNER LMi0EWOLLWCMENBEnWHENDnMWAH ENsnxccxD WAd ASTO ErN.A.1111 FITEICAP,E<. • EQgNN PEDERRRW1NALKINGA131E-EP - _..._..._ EmnwTRE-roT4TnN --.-.- vxnxDFxPMswmxrt FTJBINDI.B.IEPN£9YBIDEM 0 lg{unvAIDESFaxlx ISOMETRIC GENERAL NOTES: _ I EAI ICET IIWS TESSOROLIEDRC4... FNWi ExFWJCES£N4 RW➢i. siuAIDWE. ER310EI ASD MVI AEMRA4gPS EopIAIMPRX£PAWBpIAnEE Aro LMiRRVI EMRWCE¢. WC REONGNG PARIIRL E.E.REC...DII OLVAYCA NDI 0NIER ..FRADF W31W1Y „ PREPPRECSIGI I CIRECTNG RATE PAIxglg9AFEED.S DEW MOW S WORF0AF/S PFiFA IO RESECRERTp19ECMM TNA LJIK die.. INKS IlUEa1 III sen N.A. EO[ O1tiol1 BPYFNACMCCLLWCIERECT 'RETIRE DSIRECPNFRCWELYWOVORIXMG9 Pw.5 3 IWAID33C1 EWERLY,NONCKORRESEICLACCESS A6NYNAREAS DIRECTLY WWORK AREA4. FERENTPINWOREG v,EpM1d- RJNSEL11kLPWl�MDPPoSEDW�KWBE£MEDAW . '. •.. CA HuYE AINNONINADVANDEBYWNER LMi0EWOLLWCMENBEnWHENDnMWAH • MNNW ORNEOIEIE INSIDER- SSR' ASTO ErN.A.1111 FITEICAP,E<. • EQgNN PEDERRRW1NALKINGA131E-EP I! b �y . LIEMy NAi I.D.Ntl ANWINx[oAIDALLINER ... ..,.;m cn.e.la wlmin • YV HbIgNHI£cCNYiRUCiYAI FExcF.a.RwIQq�ISMItFMSJFFIF�[NRY 91p{gRl FFXCES.r�DG1I &dN14 c AWP:. -L IPIIG M1KN9RV RGK4N `�I'IOM I 1.' LgIIPKTM&WL TUIDECT. AS NECRSS6GY, All E4 N86ULSINO FEATIICNER HI RpWN DO NOI CMMI CONRUGIpi MID REAM M RERACE DA4AOED FEARNFg A A FAWLT OF IWOEOESTE IN KNNEAR NECRCREN) i0 EAT9FACIKKI EF :satx+oPNlBPEaxT s'rerd PEEEE�seErRLRTlmxcrroxxr.;3. ORppFEgg),)4 R NEEDED REpNm.CD%ERNME NOT OWNER ND REAKE WEAK B] NMT H9 TWID AIIAEEM STIR LC?ER$ ANE III AT AN! WEWRING71{H1OECi REEERTOEPEEIFCNpNSEET"INIR '- vIRgL1 �T 311 E flNRCICIMR0PM6FRp}SMWGEEAEIOE&g9pP1N1 1. RE6}WEFACMDR4OIiNINMiONUUMFAg IO Ol E RTDETAS TCWFR E-.- IANC1..ERAW�m„NmT TE:TA,1A-, ,. . .,.,.. FA fuLLV NNTCHYEIXGipx AFrtRCxlmwldY. N F. FCR ALL WORM ON LITERSCaPdIN1FD ND NMWED N 4➢VNGE BY OIIEI AND PQNER ALL WA69 NU .J I 0.RCCURDMSFICROXTONOFRd PMR VPN DWEI RElxn:MLVIED FRMMMNrTA[XKII Im AIR FEW DA, MIN ALL =,f LYRE n;.EAEP,N{eYsASMLLLrRW.PENm. ^[R( 3�:=.on t,;:x'x. PMB6 OPFI{S FM IDKARF FLCW FRaM gN. FPMY nNGKaI FM.MY. a W.RY [C 'SF}T'eNCEADEDA CNi HXIMP9'De1.rt61lO Pr f:R"AEC h'-YAT 4r. ;T _p_.,, KEY NOTES: 0 111 11 IT,,NA J, 111111. 1. "IRRETTEAC I tEllI CI .II^Wi-IINKI.E11^' , NOT IH.'IIIA E"ENN, 1. ills II11 F,. 1', ry.E7, k +. AI -1 Ell 1 ailNl'M 't iu 4t.4'Y IIi IN. IE . 'iJ!!1 _.f FGA Ch SK III U, PP.111IC bn MA INT 11111DOES, 111 1 1-" . OVER POFAIP!, IL 111I II I'll -._L I. IFll .I "111-1 KI 1� u.. I _< IIT IllLO VI.ti. 4!1 c.'I-N VAI ir:..III Ci X 'Ill A LC11 .IDP X w'1:-.Id.S L .I F,E-h -III' - ..,T-. RYOp[iY. )I. fti nr' 11111 -TT1IR 1SA'T"I x. Vutl ¢,'A4JAbW F N f. clfll 1.%.LW .. Y, vVOWA fI T " IYIIIIIIC Of FI'NI "I AN, if C, REZTAEWTt_..qFtOEKzF ANP EEI R RUDA WOES 9ININAII-AN.. -kl M. RTIA1.11 S,lI1PLp WlIMP1€I, OI IC .A M'IMh Ftit'f➢ F r, fu, _AI9ic,fiT rICIPEK11.3 9^.PL. r A Near N r.^.+wm P xcx.U. lr r In l EI ..N: r..c vNn xCERP .,aYcm_wDATKIENCI_ +.),,EE. Ar-" x R f x InJ-NI1E "I 11�TO ,.iCr'41TF FD 111-17C1111 I -, , "Il- -'.I. l.. Ev, It", 11 hi A iCFO C' N.PL D w d., A! r•A!0 X6'P n c n., ...n I.ATRAKI x Yrs.n 11 I n r cur`w.Alrl rw l.£.snr. Y. �s=E. 1u o-,. M1LIII ro v u! AIT �. .E uLwae.E �F_.I�li .. iF Y -II ,,..,L e), =.. e. 'Ell", ..If.3 E_T ..,CRary. FUsM."I J iaR�JFT F. YFF Y.n4GR R11 PA9[PC� .! J Y rc r <6M k' vE.._. piC. E tw LtIt s r<AAnRi I ,,T f#N Trr ,Ex E I'ESn F Io11X. ll.OlA4.r ET 111. -JCL[. n 1-Y. 11N.._31 i AYE IA 1, "E CAVA. t, e .:CFI I."WN"" : :Y'AaRNANTRMIIIAi M. NTl, C[IUl OI S 9,,AT ,.iF .., 9Pu1P 9NP1PllT P. yN6A IIR.111TR ETAItn ..L. SII:G'90VP F fMCJ1.IWIV f'rd h5A ;yLE# ..,1-.1F(OL .. iat9CP h+.=PL :llir•?NP"E P CxpLWRPY[ .y [C __AR4 M' A 9.'lti,AWINCSi41. DnNwuYLaD.Ax ETESP.0 Drl{RD[.lFRAL Cp61FMOLWMRELANp IOLARM'YIIIDWXENDINEF4 AEMRA4gPS EopIAIMPRX£PAWBpIAnEE Aro LMiRRVI i _ „ WRls usllGwxPS [Pp.I1nE La6HNTMiPIKE. N N.A. Rm: "'TO, =em:+ AD_-s-uaNs. x+sirun N;CC.EAR GJ. F hni% IRaI ENAIROAs ' .R(Mil� .SF 'L,'tWN[£ 4;6?6410-SIAL AI^x Or?C�7r5N!0 EH6 XEFR: . '. •.. CA HuYE EST ICiPTATE IICT"^TAT. PERrORN0..LWOMIXYA,WWANE0.WsurN''. ,NAA9tM,I,, M.xID1Y ENE. .1. ASTO ErN.A.1111 FITEICAP,E<. R.W. WORSE I! b �y I I WE RARET TO . ,IT B Rfl DIESSNSFACRRE TOIOPNIN' AllLi}'nR11.1C DINED". O[MSa6, IT N6]R EO` E GTi ACTe i^C^MMATr WR DAMETE 1£AP' NAI RV[V28'Yt P' . _ A TC:.rr ntM rEPP^ 4P xxYDC9rn. Av lftYlaR. ETE IFFMS SO I REA. rnu ani „srturl PPa+nro .1.-r xrBroxaauaNL AeJPnrrwau ,a�AI ..w c AWP:. -L IPIIG M1KN9RV RGK4N `�I'IOM I resc .Lawn rc+:TlwleFroR6cc nroD AN.n vuMePeu El»mz._J .LW'fi WAF(n54CYCCLLFS RAN9Y Lk"INMKRELYWTPMiCM M9 PLL1lCWLIhE ETIN A. :,.,1 1v-.... waw CITY OF IOVICITY :satx+oPNlBPEaxT s'rerd PEEEE�seErRLRTlmxcrroxxr.;3. -:::,,Nf --:A�P.AtDCXI�ARED�.mrl DAYEIW'-.J6P6FE-,FI„ Parking Garage ...,..Y.IDE AE.,-y:A1mPLN;39XMA,'a<ss`IYrDFRAEN 4M1E,T_:.<; Maintenance Program Ol E RTDETAS TCWFR E-.- IANC1..ERAW�m„NmT TE:TA,1A-, ,. . .,.,.. and Bridge Repair -JFifAEJN •Tr M.YL ]3-J 2077 Project =,f LYRE n;.EAEP,N{eYsASMLLLrRW.PENm. ^[R( 3�:=.on t,;:x'x. a W.RY [C 'SF}T'eNCEADEDA CNi HXIMP9'De1.rt61lO Pr f:R"AEC h'-YAT 4r. ;T _p_.,, DPPmNC TTIE It- _01111F.I IKNAT. WBUOUE STREET -1",1 moi, A.IDN'T. ACC 7:1 Ar 1I4 TI'S" IE 1.1 r.1 , .T.. ISTTIERPIOORPLAN "R6:Iik11R'i"pF!;TICN`r1XWt 1 0 0 0 ISOMETRIC xw RV1r1R161 _ + Q 0 GENERAL NOTES: mx ' r. survnesuN uo sxEnsFa valsaxmEmN.smx cxNwlaw+mr ao LaRmxwrrx ElnINER. ao RERRn Ifo is zmw� ExIPN+D WOPFPEwawvuiwnosl azcawwwJEpxrmwt mvnEwdEssrCM4 I I TND TIER WELY w¢ulEpsraucE pElEcnrlGAluLPamplrs,^OfELriNPw.lilpR,waroxpnll PxF/S IEI£nroaFpir.Erlwsfctla+ WER rxF l.4nx.61e<. y %� o1sxP, uoe.N �rnm suM n REREPllEpmWRrFIRIA 6ENdEAEEgRERJRMNRECTEC A pARCMTCR9E0 pErewoPnroXREPRES roCREEK cwamlmr�I ErwreExamxEvwxxs wxfciEowRirnEum l/niERw aws. usec fl RNY WLPR Tp KCpM1gpOn: CGMINlW9nWfICLIRCWIIgI ERECT NPPILIDE9Mq WOrrLE xlQE99pIWLY uwI,4EM FYxm'. a1. H+]!E EMPY/FYI! pWE[TNGiPISiC yiRYnPq]GHOP A4UWxGIRMFA9, 49REpUREO RFMRT.iPERMHSPXC rYP N]W RP .T`(9LCCI PRreERn. Wpcv. w vssrnciunvrs NCEssar roeuuowanraELox Wow a =.= wfcaipvxRNMnux .: emEuosPErnumxsEcroreol+mxam o+sem. aLPNSNGWMwW9EO W„g5avws sxw eE+EWEnm Iw I. xwRweoNRovacE EronrEa camWnoR swEfamxcvrERNe¢oWW�EPpEUELwr�NEvveux 1 i + wea nuvE as.E mCTI l � nP EErq RT sovoartotErus � IN 1i1 . new NEET II.0 GRofEsscewlrvuva¢p rEpu�lEvp/1®KukinE4 - .- . WOxw GNWE mumluP4r+1E1ie9Rc11EWr io ElRrEc�c[NRfeufomiErsEsenw.rtswcwc. E+mmm�n nWu ¢ III i I AS O ; I - A a Mfi1ERpIMFO tO]NYMRNIIIIbmFA NO MtlE EM. TRCMMy(gA nNP1LWEMME 0.0®/T a!! $ 1flE1E1Yf TEAAiCT. RsetroSEFBECW+IwxCMx4(ub,. wYp EIBRf CLM:PAE LrN E TOrECrRRA4YAxSEF�QE nVY[i ALCFY65irgVA p+E HG pWXNLA OUKEXrroWCM MIF/Jlp FlELYRIRCTAff CRC1ANMFA NCXNCPn � q I f fw NLWCRI1wFlR WE9BCRYWI NIp EMi+EE3MMMB4I i A RO WY0.AKI RRPEDRM P£I Nc1MYiNROJfM)W ryFlYWY,WfIXyL XII SUP YpiPw 0.MP9 CPEIEOfw MYrlciLOWFPCM] W W FP1pRY rKKgIFN Su1WY, $WEWOPM FLMFPWMW!FMMYT Ox 0 GENERAL NOTES: WIMMI r. survnesuN uo sxEnsFa valsaxmEmN.smx cxNwlaw+mr ao LaRmxwrrx ElnINER. ao RERRn W WERRxenrtxan uEmmEertoReassroRu ewnEwrwxEsvrta RxWn. mrn TpWPMewrfs Rre Ra. is zmw� ExIPN+D WOPFPEwawvuiwnosl azcawwwJEpxrmwt mvnEwdEssrCM4 TND TIER WELY w¢ulEpsraucE pElEcnrlGAluLPamplrs,^OfELriNPw.lilpR,waroxpnll PxF/S IEI£nroaFpir.Erlwsfctla+ WER rxF l.4nx.61e<. y %� o1sxP, uoe.N �rnm suM n REREPllEpmWRrFIRIA 6ENdEAEEgRERJRMNRECTEC A pARCMTCR9E0 pErewoPnroXREPRES roCREEK cwamlmr�I ErwreExamxEvwxxs wxfciEowRirnEum l/niERw aws. usec fl RNY WLPR Tp KCpM1gpOn: CGMINlW9nWfICLIRCWIIgI ERECT NPPILIDE9Mq WOrrLE xlQE99pIWLY uwI,4EM FYxm'. a1. H+]!E EMPY/FYI! pWE[TNGiPISiC yiRYnPq]GHOP A4UWxGIRMFA9, 49REpUREO RFMRT.iPERMHSPXC Fc aUS11NE NORTH .T`(9LCCI PRreERn. Wpcv. w vssrnciunvrs NCEssar roeuuowanraELox Wow a =.= wfcaipvxRNMnux .: emEuosPErnumxsEcroreol+mxam o+sem. aLPNSNGWMwW9EO W„g5avws sxw eE+EWEnm Iw xwRweoNRovacE EronrEa camWnoR swEfamxcvrERNe¢oWW�EPpEUELwr�NEvveux a EYnnc avw RwPnwx 0 wea nuvE as.E mCTI l ....,...,, ElB1EL EAFf/SIIFESIE11 ff3M • IWN FUESTPyV+FRIANiNRIE=PP . new NEET II.0 GRofEsscewlrvuva¢p rEpu�lEvp/1®KukinE4 - .- . WOxw GNWE mumluP4r+1E1ie9Rc11EWr io ElRrEc�c[NRfeufomiErsEsenw.rtswcwc. E+mmm�n nWu L. CCNIPICA&W1 RmIFLT 0.QIEECEadrx6 Nt WBIK@JWWEEPIEPE81p PFWJx LO xJt 4aN1JE D.M0.iClM AS O RE 91tlLLPFRVICA PFRALE pNW{O iFPME9118WPE91Atpf EN[EgN1Ew EPiQ'4 xglECIp111 rp M119FµiNMOi CmER dEWil - off' a Mfi1ERpIMFO tO]NYMRNIIIIbmFA NO MtlE EM. TRCMMy(gA nNP1LWEMME 0.0®/T a!! $ 1flE1E1Yf TEAAiCT. RsetroSEFBECW+IwxCMx4(ub,. wYp EIBRf CLM:PAE LrN E TOrECrRRA4YAxSEF�QE nVY[i ALCFY65irgVA p+E HG pWXNLA OUKEXrroWCM MIF/Jlp FlELYRIRCTAff CRC1ANMFA NCXNCPn � q f fw NLWCRI1wFlR WE9BCRYWI NIp EMi+EE3MMMB4I A RO WY0.AKI RRPEDRM P£I Nc1MYiNROJfM)W ryFlYWY,WfIXyL XII SUP YpiPw 0.MP9 CPEIEOfw MYrlciLOWFPCM] W W FP1pRY rKKgIFN Su1WY, $WEWOPM FLMFPWMW!FMMYT Ox KEYNOTES: 0 0 IS mflaBpx ELE CWWR MWaI{G TOVA4YLr LOCxrECOXCREIEFPOIIRWMpREApflERKAAIICN P.LMAIMWI1xEWWEAnMUMRMWECTEDoxRUPPICEP ORFnWWM Rik P64spNHTRYNU IEINGEUMSfROWiNEc0.5NULOWRMF n. WHERE wECCEII &tNE SYSTEM mU UNDER WtaWMY. RERAr nM ERRIES TO GWIFPIEMiNER, CITY OE IOWA CITY Parking Garage laintenance Program and Bridge Repair 2011 Project —Rl- nnE WSNOUE STREET ?IID TER FLOOR PIAN r. survnesuN uo sxEnsFa valsaxmEmN.smx cxNwlaw+mr ao LaRmxwrrx ElnINER. ao RERRn wxREcxnwWixEa.MwpENxmsrER mxuEaa aorwo wmXc sao. TND TIER y %� /� FLOOR PLAN L , LEGEND: n REREPllEpmWRrFIRIA 6ENdEAEEgRERJRMNRECTEC A pARCMTCR9E0 pErewoPnroXREPRES roCREEK cwamlmr�I ErwreExamxEvwxxs wxfciEowRirnEum l/niERw aws. usec 5101 ili8'=1'-0' L J EMPY/FYI! FMS FECIR FIR09EPw REC0.W RLLOMPXCE. PFSFAry9CECIFMATW BECTwxIE1W. NORTH a EYnnc avw RwPnwx ....,...,, ElB1EL EAFf/SIIFESIE11 ff3M _. E>NIEELdRREIE nEw mw E+mmm�n nWu — EIUSIIMTEE-TINTEE. 11T _.�.._�._ EA9TM 1.TRwTNN'.CMTR0.lE. �.�.�� FYHIIMEYAVIGTIJCW! EIBRf CLM:PAE LrN ExmxoLeNruE srnarolaxx IS mflaBpx ELE CWWR MWaI{G TOVA4YLr LOCxrECOXCREIEFPOIIRWMpREApflERKAAIICN P.LMAIMWI1xEWWEAnMUMRMWECTEDoxRUPPICEP ORFnWWM Rik P64spNHTRYNU IEINGEUMSfROWiNEc0.5NULOWRMF n. WHERE wECCEII &tNE SYSTEM mU UNDER WtaWMY. RERAr nM ERRIES TO GWIFPIEMiNER, CITY OE IOWA CITY Parking Garage laintenance Program and Bridge Repair 2011 Project —Rl- nnE WSNOUE STREET ?IID TER FLOOR PIAN rI------- ! P BEAt LOW A n� �RM1AHEEL ' 1YP A Els s I —.--.---.-----' I E I •TxT�TEDLNIE O Y I■ M ISOMETRIC A/I PAT SUPOORTE41cvELL NADP 11JA1E19 nFR � r WPwRTEDIEvas 3RD nER Tw A MVIINxN 6ROLRO as MNL YoaLGNKORSE"A 3 FLOOR PLAN I^ , LEGEND: 5102 1/16'=1'-0' Ive. NORTH EX9RNGMFA RCMdWN QLuKum CmawNOMoiap2 EUSTNDPRECVTTwR"ERAW dA,11123a S roPPORCTANDS"'Mb IXI611XG CONCRETE BEAR BELOW, XKMREMICTCFM$aFBLYINRxIGH.M .WII.LGSFRPEgIREO FRAPPXEO IACPEFRW-OCFORRESTPILTPE111DR.011.3YroME OWEcnr PELnrvwgU 0.ffA4 P£EwrO PIN9lGOROwINa RD,ul—1 wvw.+M1vea.avm WBIINOCMI XAll APmaveDlNAwAxcE ar OwER mxTRNmisIMLLrauwvcRRdwaELcw wnExoEUELwwPrwrvc PIN .—...—..— EVBIIRSHEED.M.ND EML9RNOELEAND .gM DEASSER GC.E. CURB EYJSRNDNFl63RIEdYaT HRELMPI � / /^ AYBRHGELBiAIE WS EN TO BE 0.EWFTm NEWPNTEECOtTMFaNELUNNG2NrovcaFT GENERAL NOTES: Tw A MVIINxN 6ROLRO as MNL YoaLGNKORSE"A WORKPMNJRWWESRV L BE O 1. AWI9.RMFa DBRttPNEADAIDE EN+ Ea IPU ELAR THRODS ORAROUNP0VANCEMSE REFER SHEIREPMiR SEETIYLY OFEC7REQUIRING PPwPNFDSIChAOEdPECINGMNL PPiPpA WELYnIRCLGM0RA40LfUNpU Wb$PEFEPIOSELIFG1KK19R'RM1i1RLImINQ Ive. O+SPW E{bW Sueet QLuKum CmawNOMoiap2 a FM9EMCPJImPCLWMOOPiE CCMIMAll 1RVf1CCIRCWTKK1, wFer GANLMEa P'q PdMOE HIREs5H." dA,11123a S roPPORCTANDS"'Mb Eu, ZARL XKMREMICTCFM$aFBLYINRxIGH.M .WII.LGSFRPEgIREO FRAPPXEO IACPEFRW-OCFORRESTPILTPE111DR.011.3YroME OWEcnr PELnrvwgU 0.ffA4 P£EwrO PIN9lGOROwINa RD,ul—1 wvw.+M1vea.avm 90+o NOSPECDVANNE 1YLn01Aond9 AN0o+sWk. Nl PIVSNGatl FPWPSEOwOFx MFAS&NLL M REYIEnEOFxO APmaveDlNAwAxcE ar OwER mxTRNmisIMLLrauwvcRRdwaELcw wnExoEUELwwPrwrvc PIN MlrARLU DRrrt NSLE `IOTA = rza MMM. PEDESTRWI INKING WERE =BL' . CLEAN, IFPr, LEd&E EFECRE KK1NLr P1EPPPED 91DN44E FOHTEDNIO I{FO FrPLLrMA% PL'KKN CRANE ITS,j=x Fl*NMGIIPT OST IBNR ALFFOIE YaWWRTFEICwnIlMXI1PMMi. O c. coNIMCroRB1W1fxW41; 0.4rvE..NLEA$�BRLESWFEAnMESMREMNx FPN00x01 WHWE LOxIMGig1 sxV1RR4RREflACE.V.F B{RBRRESIILT%MEWPTEORNMMRPR4TEL WTOaxnYxC .OF OWNER. _ 4 WnEPEFECLIPFDFRE. INTEWI1NMiE A F]VSEYM• xa011NS NJ MOOONCENFBFNPIOXERBa1ECLOBED wiNW TME WwNGTEIROE<T. REFERroYM AnpysEwrononm0 E PPOTECTFO DRSN4SF DMPJJEaDOEMUBdNNG�REsrCPEFXNTERAR xEAROY&ENrro WMBARFFSTS FWLr FUCNEACOCRIKKIAFTw FAWIWOPX Wr. FORPLLWCPRd1 RSWa VNLEIDCPMpINFEDND MrTIwm NNWN10EBY ITER NOEMYIIIxNtPfLIPSNp PB.92uFED10.YFK RMIroNDFRgINAP9 VAr IXAr YIx1ERRlFlEDFRCN LSXOFr T1AU AIIN W RUMr.1ME. RAMI OFaED F W TwFK ROW FRLN Im d.I FRdiY TMTDIKN Nxoay. KEY NOTES: Q L IxscEDWED MEMNwE RwWTAEacdnRFCTORro ERFOMaAcwuxoRw BLWvwaAu wsr-rellsrol+Fn aaowlx GaUGEroIttNNFr DwMFIRCHAVAEINTEOCgUwE NNHRM LOCAnoMaE+UM ECABENOTHO EERaEI DEATHNISKLRDO NIFIXRPPoLEG4s RAFAORII. lsT3.PNOJ4n OPAWIHG91[Q TMECIPE WTFO LWM£ Pos.TElsrowx4TEroow WFMTOFREPaRwxx. L WNNOCOWR ERRAdLBCiETLREPiF,.W E NEEROFWix4CEO4 MMENFE S@BHEa MREPNR BRMENTE XWNS VMRE NAEREO W LWT FREE ME FIR OETWL0 MDRAWING MR, PERFORM OPER REPAIRS DMNOE D TO WOIR OR SHIELDING AS DIRECTED CN F TME PND NAT SAKE Nll C FUNDS FROM FIDE CASH FuoWNCE 3 FOLOWINO CCMPLEROINp FDEpMTE CLRW Of ALLCONCRETE REPAIRS, PREPARE SURFACES AND REFLOAT WINES VEHICIA.OR TPNFF MELBWJF sERWII. WHERE IMKATED, VEM. IWINEMS TO BE W.. RD. TCP CART IN OWE FARES. REFER mVIBRANT LEWIS ON OROWINDSYW AND SUN. AS. OF NEW"'BRAE RECWF'r l. NEW LWEIWV .110 MENERALAE PRIOR. CIXFRETEIIERVPS W ML WE COAF R6TALLOTpN MR (FDNCREH MTCHEs. REFER TO&4CIFlCAPCN SECMX DT+ Y4 S. REPLACE NI SEAVNRNO INUIE AND SEAL ALLCRACKS INCIDENTAL TO TEE WORK PwTYFCasENNIf DEFNIS I IKKO<M DMWRIDWAR, PERFWN All WORK AS PART OF LUMP SIM EFFORTS s. WAIN MET WEEKS R STMT OF WEAK AND AS PMT OF LIMP 9IM MFARRANE RECWT WFORK cMR4Y7OR M CWWx4R WE vISN0YNYMdWF NAWfALTIRERro RwIEWALL ExlsnxccWnxcFFFASAM FERFORRYX0TESTSro YENFY MRX.RBINY CTRECWF. NITMDTESLROMWTREIYTTNw9w Br CWIFRANDEMEER REFERM&ECRKAMNMO7RX4 on WD T ."WEE.EnNSaOBOFFRSFOi S, .ANTIETEMOUTRx cWFMNIMWIRtt ANG LCGTRNWIIXEM#IEERMDPEHJR REDENETEDMATMEiaDMATERIALEASISPEROEFALLs<. s, A,MDTONCR ... B. SURVEY REC EMLr II6TaLEI1WIx4CdFRFSEIMSFNWPREWLDSFALUNDERWMPNRr AMIREPORFWJ M OETwroRRP]N REPNRS TO EVRER CONFWIWIM ENGINEER aW RwaR AS DIRECTED ON ATNF AMI SUAUALL WERB. MW FUMBFRO.ITIECASHALLw1ANCE REFERm9F£dFICAn0NSECRDN0121W. 31. ASPMT."LAFNORS EAII.I MPNUFACTIREIT.IDEMIFYLLLLO .A .R.W ..... Y£MAIN1EI.FO1 WAS' MWM TORTOCOORDINRRWITHOWNERMOEWi RFOIF LMYMEM&WIEREMWNMF MAI EF I5. REFERTOSPECIRCAPONSECPONS012100a NlIE0. CIMTRGCIG WHEWLEMDCAM%ETEALLMEEMRNE REMWALTHROWMUFCFPAOEPRIORTOWSIUDWMRIFEFORSTM NLREIMMINOWMll M. FEEWLNATwW THIS DRAWING APPLY WRMO MEMBRANE REMWN 33. PFIgi TO START OF WANK. NMROCTOR TO RECORD MOSUBMT M OWNER ALL METING UNE STRAND AND PAWWART NEWRNDSIN AN FAS SCIEMAED FOR NEW MEMRRWE RECWT SHREW tllarNL NEW URE RAIDING AND WVEfMAVAFIXG9ON KIMR= RECWT SWROW WE R TOYECI REACTOR HECTOR 321723, R WHERE EIRECTE4MEMRWJIE SYSTEMSTLLIILERWMPPMY, REPOPTANIMSESTDOWNERWRONNER. SC aLW KEFE TSs WNSWEOMONPNwTs ME EO MEro REPERFORMEOASADOALTER'MTEM.N. Rwwro SPEC6IGTKODEAR MOIO]W. CITY OF IOWA CITY Parking Garage 9aintenance Program and Bridge Repair 2017 Project AWNS TIE DUBUQUE STREET DRD TER FLOOR PLAN r) 0 000000000 808 u s s rT 7 - - -hy— i -- - - - -- - - -.° I I I /YMSRRDIE\£L9 1 B pypiD . i, rVPniSWMiDlEVF15 I 1 B 1 � ' I I I I i 3z I I P I - z s ro]RDna I I �x R I r r 11. / PNREOFM N swvoxED WrN. W.ar I riv,ergP Eouvua �� I W / I FRM]1XTEP ��LLV6s � : ] F 1 s e a I_ — -.— --- _-- -- -- — -— L- - - - - - - - - - J L - - - - - - - - - - \ 0 ITH nER 4FLOOR PLANLEGEND: 4 51P3 1n8'•7'fi' ExfPrlExW NORTH � FnlsnW WRGROMDPHx Fl RTW PiEfA4ilEE 61BIELDW Elb11W ¢Ml#lE E.W mGN FlE11HGCM1YW1 _..._.__..._ Enanrora.rorEE OWW • — FFWTIW FY➢NCUNAMM OE4911XGCgLMEIEEUPB FSI911NCREMSRAIE 9YS,F FF6RXDRFMSPPIE 9YSlE 11/ I.EABWW PECO1rNVAR ISOMETRIC GENERAL NOTES: W MwrwmWxaWM�mmcED rosssroHLGiw;EumrueeswrawPaswraYERBwnaFSPw NVL ENIPM68. IIM PEgIIIC WMNL¢091PE9W3 EL�WEpMNNNCFMMD11161 FAMf KRESWIN{LY IIBWI®8�lNE LMLLMr WYLPFIFG.39YELYTIAf91 CP YNAONGG MFA4 EFEAro N£fJYA,EMI ECM1M RneoR a PXUE woMlroRccWMDDWE coxnxuDsmusccMzuTIDx EPER eneavaESPW PxanaENraE9awLr PPID IIWk.W ppEClPiDiPOEEC..CEWM11CfIMMD WCYMFgquPFOLWEDUFW0 CrERB. wMERrr. NDCRMPE9IRIC,NSE990.9ECF99MYroMFA9 MEcnv manwoW PFFnB MFERroPXeswaPnYrw b1 WED*L61GMMSELIp16D11[W NN 01]]W, PLLNµBINGNp FnCpDEEDNpU PPd39WIl EPEVFNb NO PPFIIDVb MOWNICE BYGWtE0. Lgi1ML1pYBIN1L FDLLan CPREPNBELg1WEHDEYELORIGPW4M%AM -Oq MNMLM.DDRUID. EWIDM_1S4 • MN MEDESIPMYWN.[wcP4ttF=eP . ¢rnx,E,r. LEaEEPWFESRWw3rwUMRm RLRVOE PDeEDNnMMWwca WruLnREs. . fP N]1MAVDF @SIRIIWEw3iE1GE 9.FRNiq}M}0.WEro8ViFCFNRY SLRp(i FFNLE9W111gYr YGU4 .O --c wxlMcroPRMUNwraT,uEaEwr.lu earraaemn Enrqusro RUwa MxW Lwas¢minwcran � MLLLREPw MEwEOMw�o RNn1RESPsn ESLaroFM•nEOWEMMrMLmzPRWE<lwgrovrLaRWWxa oMEn D. MfPEEWIFD 4R'MM,EWIIIIGMn NN 4WW bnNiIAINJMYLExr5Fw1PE%MR CLC®WI Hq' TaE WwW rENmEcr. REFFProMEcnEwrMxsErnM W 1Wa E NNFECr0.0.P0PYGiFp]RWl(i_p1p0EBPEgfM WM11.pEBiM[HiMNVMNMODYLEMiDYKAPIAFA]ro FI/yF111CAY11G LCIgIRM ylEq FXX Ngtt GV. :'kMLWMR W 0.YV9,IME9BCDCIWIMiED4D PRPWFO NILVNtEBYMEPN9 d31fF0. NL PIYP9 Ntl M9D.'M,EDr RCRMMWFPMIR61F4WYplYBE1xIFPA1fIEDFPMw YrHl0 3MMMMY,MIXHL PNRB WDFMi FILILMFRWIW MFPoGYnMM' MDVMY. Oe KEYNOTES: O N.4E%PEDELBPNEP D PIfHgNRNLrgIro RANE1n CIWNMI4 aAYEYMNIIWI-1E19C1fDP.dMtYx GPN.£QlMDD ANK ECE1pW\rEDEp91ElE @iWILLSi rkIB NO VYMIEBIWMENiffPNp PEMWWIEPNRMPIMPPCE PANS REPuro ETMal.1N01MMNIND96. rWEwrtxorro DESLE FMi rEMYIF RMG6I3 PMT Ci PEDw RV R. 2 gMNGLpSPER R0.V MbiRI EPPAS,IORYEI�EFRMDYNGEDM pRnIENrpRN9M81GTW.PEPw BhGIEHRr[OW YMMgIFLhD W 4VIR NEE a6gSiERErHL9MpUMN69tlt FFRFdMar1EXREPMSro awMFDreIMge MmEnrMlDasaFFCTEDMRT9E wo WTEwLewsuwcFlPuv FPMwE wxPUDWN3LE. B. FIXLDw916cP8LE WQEgA4 WXNLLMLREEREPQU NiEP1AE 9MFPLESMIDPEL E W YEXCIUR FCME9 SYSIW. WXEREIIACPIED, MEWP SYSn BWKWEMVL MWRx ELMDRP 9T cMrMaNME IUEs. RNERramNcu DErNlsoxoaewlWsseoo Pla ED1. a ..TL.*REI.A0.NIERECW AMx.wsTPLLWWVETIW TWMMEMEWEPRRXa2RCM EREPUR9]o MIl EdELCR1HTHlWMR1aEPCCHLPER PPiLXE& PERP iDmLIRGMM 9FLrpX6]1R0 S PEWl4Hl EIUMONO O pLNENp9IIITIL PLY.9NLLfNFMMnf Wpq RRrYFTId SFNNR LEF1191 TNV00A WurmcsWD. NSPaMwxaMUP,wrMLLwaMUFam � s wmMlrM MaeM nurM WaW uouPPmaLIaPBME]sv<REcarRaRRcanwcmRrocaawlWTE v�I. vMr MLB®ME Wx.FPn1EFRm E,�W H9 EWSEocarwaRFuao P]PraN®rortsnrovEPsr IYAOMEWYMREmr NR,MOE9EGMm EMWEaBEDEMEPNOEWNEP ESERrossErnunMm,o. 9NED 1. 9lPVEYPFM 4N0EGiNTBEPY9PPLL4M0EhNMAIILµ LdFpIpW1111Y4D L0G1IJNEn1 EwEFRNOREPyP IS gRECFED M P ICE01p VgiEP1LL 6L4S FEP LErP19l ]. S. Np I M MAWYfi 901. R NRVEY RELEWLY IWruRD MW LG KME S MMP DE g RwMRM1VFl 0.^O UE TD MM DErEPp FMM P£PNPSm CWWR. LD WfflMEWWER"PEPNRMNRELRDMRIMEMOWrER44R0991 FUWSFRWT.L YFLLaWPNCE REEF Mro FI "SEC11Mo121W. 3i. 35 RNrE qµ WEE. EE9WE WHEICnIE0.b WREFNLlCG3MlS IZp1EGFWM1G1Fw1NEPFMNH FM PN/i RMWCICPro LgMgN,EN1111g11St.VOEWIEEaFMM1 ErRB6/IEF9Y.YU OPENMP WrCMI mn PEPEarosrtasrwlw ELTWre Mzw9NoorWW caxrwcTMrosaE,xRFNOwwEiEHLLanrE lawumnMWnn DMME NeMrovxmlulDMSEFMnurraru PEwxcsNM.nE9n Lsxw WTEeM T1e DPrMmwTar WIPO LB601EPE1RNPl M PRURrosruEErmaR.mmucTonro REcaw No ssnroowEnau EruTmuE siNwn WW PnREREM MY MBNMFI9bRDV. EM EEE1PMRELGiBYBEM.IX9rHLIEW DW BINRG NO MVESEM WPFINDBM EW EI6U1E ECWiBYTM EM EFMN SFFC1ikP1KK1 EC11CH 331133, a HLWwW nswE WcwsWnm.Nn MIIMLam NEWEEo waroERMDNmurmHnwMEWWRUERro sPELWrw1EMEGaLPnm. M NLR.M 6PtRletlOwNYG®.Np MRN WISOgIINED NEroE RPiC9Fp 0.9NA HENME W.0 PERAm sPECE¢Rnox Ecnox9lnoa ra 1rM.n d wew ryMM SW... iss.®.u, Fxnazs PEme: UNIIIE WPM1d s3nnn�mr. nywa CITY OF IOWA CITY Parking Garage Maintenance Progralr Ind Bridge Repair 2017 Project WWOUE STREET 4T TIER FLOOR PEAK e�. L - - - - - - - - - -� — ONIONS FMNM.. L _._= FNSRCCCNCPEIE— IXNTNENELE.WrEsrsn ISOMETRIC GENERAL NOTES: ST A MVNrwx CCMN.gIS W.ffiIM1CiE0 ACCESS TO OLL SASSE ENTN4NFESExxs. ORMS CTaN TOWERS BRUISES, bO KOLL r5,\ FLOOR PLAN RENSFEO BNHM£ SWERETM ES LPATRONS WELV MROI1Pil OR AROUND WORK AREAS. REFER TO SPECIHCPAM BEOMIN LEGEND: 61W 1116'=1'-0' � m NR n PMPAwDUTDACDp FCONR ERECTb vnoue NORTH Fu' 'MOURN, RP SMGTR YW DID CMYKLA W PROPERLY.BLOLXOTIONFECTONEGOBSIANDHESagr TOMFA9OWM BELODWORKaR REF BE.I ER AD DmXG rr PLLRP cgw.lnphytm FSTSEDAHMPECI NHOErvY OWNEST SONNSWNDo1OE0]. CRMpEK OWN WHEN DERFASSNMWWNWNEwsOaxO wAMEDMAovwrcE rronNR Wx1RACTegswxLFaLowcRlTNua OWN WHEN DEVELORN RWaNRax a EA5IMJMFROAMNx ..Un DRrvEwsLE mom =rso 1F MRVEYPRECASTLE OOFGMAOETOI ATELFMINOTEEJ]IMSaxDM]IEO WS, COKIRR OCAT1ORREHOREPMi . PEOESTRwTwuXmGNNE-ra CTEANKATLESIEEFRaESSNXWLY MEPARED9C#YO "K DMo Mw Foam MEn F%ICIIMFPEd .E51F1... . rawcHORaxGE carsrMCNxFWNCEsuFRNn ArowrucErosuFFlcDrmrslivromEETNCEsnnwlrts+c�cE+G. E%161WLEpICPE1E YiM D10W C. MII0.xLFgl9TWLpIDiECi.ASxECEssNv.aLLEp31RG WJIgNGEFAlINF3 io RPWx CWNWTDAa COMIUCTOR SIMILRPFPP1l ORKE E6 DFFA1 SMARESULToFIW➢EOWIEORRSRCPFAFSmE1.'RN�roS4RSFAC OFOWNE -_� ESISTROCAUWML D. WNERERESEMED, CWRNWIEmT ERNLp NgRglmpTMttpaDYEEMSNRro MEC DATA TNF WWNG THEPFOJEGi REEERTOSRCIRAIKKISMTMNIM er FpY R. r?`= —.. ..— EYJSIINGTEE-R.EAMM — ONIONS FMNM.. L _._= FNSRCCCNCPEIE— IXNTNENELE.WrEsrsn ISOMETRIC GENERAL NOTES: A MVNrwx CCMN.gIS W.ffiIM1CiE0 ACCESS TO OLL SASSE ENTN4NFESExxs. ORMS CTaN TOWERS BRUISES, bO KOLL ENTRANCES. WORK REVARNGSKNiML 0.OElPE ENROL OE BWROWED IN A)ONNSE mM OWNEk PROVUE MOFINSSINNSLY RENSFEO BNHM£ SWERETM ES LPATRONS WELV MROI1Pil OR AROUND WORK AREAS. REFER TO SPECIHCPAM BEOMIN CCNFPMLOCAMp ANDREPNROUAMITIESWITHEWINEER, MDREPNRMHWC ONAUNTFRFERARISPERMR IISRO ,.i „nen n PMPAwDUTDACDp FCONR ERECTb vnoue AJ PREPARED HCMG' WELYMFFOCIHORPW SAORRQUREWIDEPRO TPNNOur EMMELYE R R REOUREO TOPRTOTHEONO..ID Fu' 'MOURN, RP SMGTR YW DID CMYKLA W PROPERLY.BLOLXOTIONFECTONEGOBSIANDHESagr TOMFA9OWM BELODWORKaR REF BE.I ER AD DmXG rr PLLRP cgw.lnphytm FSTSEDAHMPECI NHOErvY OWNEST SONNSWNDo1OE0]. CRMpEK OWN WHEN DERFASSNMWWNWNEwsOaxO wAMEDMAovwrcE rronNR Wx1RACTegswxLFaLowcRlTNua OWN WHEN DEVELORN RWaNRax ..Un DRrvEwsLE mom =rso 1F MRVEYPRECASTLE OOFGMAOETOI ATELFMINOTEEJ]IMSaxDM]IEO WS, COKIRR OCAT1ORREHOREPMi . PEOESTRwTwuXmGNNE-ra CTEANKATLESIEEFRaESSNXWLY MEPARED9C#YO "K DMo Mw Foam MEn 'wK;b vNe� L.N. . rawcHORaxGE carsrMCNxFWNCEsuFRNn ArowrucErosuFFlcDrmrslivromEETNCEsnnwlrts+c�cE+G. L. C. MII0.xLFgl9TWLpIDiECi.ASxECEssNv.aLLEp31RG WJIgNGEFAlINF3 io RPWx CWNWTDAa COMIUCTOR SIMILRPFPP1l ORKE E6 DFFA1 SMARESULToFIW➢EOWIEORRSRCPFAFSmE1.'RN�roS4RSFAC OFOWNE aTw D. WNERERESEMED, CWRNWIEmT ERNLp NgRglmpTMttpaDYEEMSNRro MEC DATA TNF WWNG THEPFOJEGi REEERTOSRCIRAIKKISMTMNIM er FpY R. r?`= MFER TO DETNLS I NO s ax NNWRIG ss00. \\' E PROrtCTFLWROMNSFRq.IWMGEAWDEMSDUMNGwOP➢, RESTOREFWHOWJNINRNa EMEA MWORNWRs10 NLLr FUNCnoWNG FORMOxATER RICH WORK COY. R. LIRMSFWM'f RERA4EW,NTIFY ENi1EEKSKEROERNi LE1ERpMlE.. LCINFGICAS.OR .g.... F. FORP WORKONPNRB. IMEBSCXRNw TECMDA MEDNODVnNCEOY ..RM'DENNTEENwLPMIFgAND � FRW Kar ONLYBEIxIEPRWTEDFRgAMDIOav THRWf lw R1 Fl00Ar.mmeLL T/ DFOR TRWITOFLOD 3 IS M RANNSS OPENED RFMsOVEFEDFMTRAVRC FLOW FRwIxm FMFRMVMON[iYaxar. KEY NOTES: Q 1. NSCIEG.YED LELSIRME RECWT APNT CCNFWtIW TO RENOWN A C1WNgLGi 9FVEY OR M MST TNCkfED ROAN RI ENUGE TO IDENTIFY DERANGED OR DEIMNOTES EgLRE1E CWIWM LOSSOOS aro NVHDDES mm E AEERNA RENORM REPN NOON A (HOT PLACE YS8 SEFER TO DONNA 1. z, MD S ON HISSING SIO. TME GRE HOT TO WSNGF WBT1EMRgNNGTENWNS M.. OF RFPM SCgK I OUNNG CONCMETE FLOOR OR MITH REPGRS. HSTIN EHAEER OF gWME0 OR BROKER TENDONS CR OIEA MRENNR RIONERTENMNS WHERE NI RECTED ON A INT PPoCE N995EW.14 M pUmNG EM 1, RRFORN RHOS SHRINKS TO DMNOEO TENDONS OR SHEATHNC M OWECTRO OR A TFE MD MIIEIWL WN UUNG FUNIS FROM mE CASH AIDOSNLE 5, FMERNIND MRP-RFON RHS WKMSaTE CURING CF ALL NNCREN SENSORS THEPME SIRFMES AND REPl1i ERISTRO VEHICWR TRWHO MEMBRANE 6YETEM. WHERE INMCa1ED, 'I' 5v5RMB TO N WFMBAAH:EO SRH SEOURA ttP CGT IN DRIVE IAE5. REFER TO M'S L DENIS ON ENSHRINES SONO MT ESD 1. 1 MFAST 6NOW LEM&WIE RECWT WORK, INSTALL NEW METYAIE 1 W IT MEMRIVNE RUSH OWSR CgfAETE REPwM W ML 014 CGi 0STMIMKN WER FMCK EPATCHES REFER TO SPECINGEMN SEC TION 071&Y. 5. RERASE WLSFAL.MTS WNS RW1E W SFA. ALL CRW&ECUENTh TO THE WORK PER TYPCM SFMMT DENNIS I OMO a ON DPAINNEWE0 PFgRMNwLNWRAh4 P0ATOFLUNNMEFFORTS u PFRICO&LIIYOFRECMr. WWW31MW9IREmRESSEDMMWRMOE1 EER RERRroKECFFAIIM:SECMY! NnmS. T 0.RVEr PFN9 AN B%FnSFNISPALCMD OETERINUIKKI CON—NOWNnYAII"N""HW11HMiNETWONERVR MNRECImwATFEunAwrvu.L fllasPFA OEraLs<. S, W, Wm TOx ONOWNSSLA. 13. MRVEYPRECASTLEVELSOFWRAGEFORS UEOORVEIBLYOERRIOMIEDWNCRETEAIPWRS IIPSIXR HERLOUTIpR CCNFPMLOCAMp ANDREPNROUAMITIESWITHEWINEER, MDREPNRMHWC ONAUNTFRFERARISPERMR DETNLIONDRATING I 1F MRVEYPRECASTLE OOFGMAOETOI ATELFMINOTEEJ]IMSaxDM]IEO WS, COKIRR OCAT1ORREHOREPMi OLLWIIIIES WHENRREER, MDREMMEMDREPISCETWREDSFAVMIxiC£Rx3S ASDWCTEOMAUWP EIRW0 MFER TO DETNLS I NO s ax NNWRIG ss00. R. LIRMSFWM'f RERA4EW,NTIFY ENi1EEKSKEROERNi LE1ERpMlE.. LCINFGICAS.OR .g.... PTNEBIffiMCgFC1FDNRonARsOx AAWKAsaN. H. OWNS SENINR REMIKKEN£M, MIYY ENiNERC£ WORKER ENDED MKIR AT SHEAR NRES7OR AND RETNL SJPRBIEMM � lOW 1M'HERAVGLEOHP MWPRICE RESSM SNECTm PER CETNL 11 M CROONS SII, IL SURVEY FOR HANGED PREM0.D E I PANSIM JRN7 SFIL MO HOURS.. CONFIRM LCCAMNO M9 WARTY WITH BORROW WHO REPARMATMENODAN SENBNNS. IRINGFUTDSFORN7-ECaSNNLOWANCE REFERTRTALI20NNUmN6SSPoMV SPECIFI. BECMN0111W oWw er: G.J.6dmHz wcNEm: CA H.6 cNcm Nm. .,... ,........_._.,.. R.W. WIBM I ' 1a. i �lu�y �L zi.ASPART CFPWr NTEe, NMWOAEWJKA WRTOIDEMI A LOG SREWMN ExISONOMEMBIUNEREM WERSWOO WBS. REFER TO SPEMCINroCA Bft'IOM'2m%OMWNS 071YEAWRWrARR1UCIMro6WLEAHO cpNl£TEMArMLK`NSNMNE T R.THHOICTOOr EiAYERYNroN]WuiWGMsnEFaRsrMTOFGIRFRVxIXOwOxxTM. OERER4NmsSON TrSB MAmNs rvRr DURNG WE RAw?iM 3+��+Er 1 r�'�� R M MSTWRWw .CM MRMREG OMDSUR MMNRAUFA MUMBTJF1S Atl MYEFEM RAWKxxxRARURSIESMEDFDRxEwxExERMEREcwTsvSTEM. M OOLNESUNEmNFnuo wNNI PAVEIANNGSM wy— CITY OF iOLYA CITY XENM3.SWTE fECMi rrsrtM RWERTDSPECIFEATroxsrrnoxunn ' - - Parking Garage Maintenance Program and Bridge Repair 2017 Project M ML NOW FSIgHS SHOSIN ENCED MD w NNMS IXrInfIEO. ARE ro SE MMERNED M n D kTFRNA1F N. W. REFER TO win SPECFCOCw RO1IOx4IDm. WSUOUE STREET L. N All WORK EFrgO1SSHOWN SMLm WHO mmNNMS SENTRIES. ETON FENORIEDASADD ATERATEN. W. REFER TO TIER FLODR rxAN 91£IYGMMSEKTION" AA. ISOMETRIC _r BTN PER A MRrrt,MxmrnxuaLxmsmucTmwassroAULavMrt ExnrBEesEurs. RARss. nPATawsa. morESAw LMu �1 FLOOR PLAN 4 LEGEND: T@EquasF, orf6. M1OEYBEIN Lew � EMAYIEI'I! M REPA"D row aEMs NORTH RECoartcormxJOlsmuFCCHORAn PREPRPED SIG AKRl AS PEOtPINYIDEVROFESSwM1Lr .ns RE roPRTOPHRFRL3 MO YTOR i¢fIJZeE.ME .. NREc1WGTMEFFsn�EECES EMRTnc011 MDOIB YTLM DAEcnrxLDwwoxxnRE REFEBEREIl.IC DRervw ENRECR�KLE EAS nwr.Drywdaw o FRmwuEAFIDM LA.MX MmovEswwvuucE BY orvIER coxmxTM sxw FDuow cxnEAw BMDwwxEPDEVEiDMw Plwvw Pux .............. Erssnw PREVSTTEE9IBIBErw MIwMIM, RDEsrRBwwuuw Rlu-Ba CLEAR FEAT LFawE moFFssawMcr PREPexeoswe avosrtowowurtuaoniuLrwwa � I•�w �.✓• %ew�n"r,LT••r.�"" FunwrowurE BVMBEiDn Emnw Lw wau —_—___ E}6@GrEE-mTEE rtTrw N115IIW FWANSRMAM OAISnwLDXCPkIELIPB ERS ..I.. EsrSRM TORE.. FYASnw MEMPoUIE SY. TO BERElW1FU �� NEY6PMERECOiiMFAREgPIBOMTOP4di •B • T_' • Ftl wW OMNOE CCNSTRxCIAxFFHF A IFTwsi>wEro9UFFIC4MLYBIRVAIEENLESwnFM. ® C. 9WLRE SVRLTRCTOF&Hk PROTEREENEOEEEA,WFHSPN6tlAl➢Iw FFpPN6LOR9MM COwTMNiL£ LMDVGIM E rMwACED Funas vs A FEART a ewMowrE M RwRwm RmrERrpo ro MRYADIICw M D NfAE AEp1RED[D.M[MiE WxH GMEPNORREwpU 9C IMTw MDNNEMSlMG1CMA5/AE LLDREUAIMry irvE ESAIRGTHEFRDLLT. REIFETCYET'SX.YCTRH.H.. E vRDrtcTawRDMwsFROM DRRwcE aE OEBPa DxwcnDRII. REsrDRE Bw-EDPwxwMwrcEMrDnoRlr A+wro FIALY RRSTMC'LMDTMAETEA EFCEwDRA SAY. F. Fgg11RW MW SMLESSCODi M1 DNOA EOHMv46EBYMYM EWWEAPllW Me A4WI nDM RMTOMDFRMRAWSVP MYYIMERRIATEDFRMMDOPYTEwUCAIPoMMPo Y,NIM W ORWDFMTRAFHCH,Ow ERMJSSMFRpYiM0.pISL. GENERAL NOTES: A MRrrt,MxmrnxuaLxmsmucTmwassroAULavMrt ExnrBEesEurs. RARss. nPATawsa. morESAw LMu ExRN4Ex wCM xEWRW vnalNLarv91ME 9wLL RCOLPDFM1EDwNIiNLEwIIrI PAq�E Fg6ESV RETR R®.MEo sr+wEEDwECTwwu vnlxwrssuEirrrwuuuroRyraRuwDwsRFas REFERrosrtcFrwnoxxcnox . T@EquasF, orf6. M1OEYBEIN Lew Ga•w[M, M REPA"D row aEMs R :S�J RECoartcormxJOlsmuFCCHORAn PREPRPED SIG AKRl AS PEOtPINYIDEVROFESSwM1Lr .ns RE roPRTOPHRFRL3 MO YTOR i¢fIJZeE.ME .. NREc1WGTMEFFsn�EECES EMRTnc011 MDOIB YTLM DAEcnrxLDwwoxxnRE REFEBEREIl.IC DRervw ENRECR�KLE EAS nwr.Drywdaw SO PNosPEaFlcnnPlsECIRN6on W]0.xoarssW. nLE RNENG.rvo FPaPOSEowMR MFRS SWLL RE REn[wEOAxo MtSPROa DS'EOFICA MmovEswwvuucE BY orvIER coxmxTM sxw FDuow cxnEAw BMDwwxEPDEVEiDMw Plwvw Pux . wMMM DxrvE asEE wlmx=rzo wM `,.r:x�! MIwMIM, RDEsrRBwwuuw Rlu-Ba CLEAR FEAT LFawE moFFssawMcr PREPexeoswe avosrtowowurtuaoniuLrwwa � I•�w �.✓• %ew�n"r,LT••r.�"" KEY NOTES: Q rx SIIxvEr WPGE ECA MMI W WOE REMRSory A UWS P IEM W.SeG. REFER TO LOU.rMAnoDWNnry wnHErn'.MEEA nrO FERFIXW FAPN6IXIAMN]SING REPMRRM ADM�PRILE PA6F9. REFER TO CFInRi CNnRPWING55Po. n. wRVEY PRECESr LEVELS ORG E FOR EPALLEDM VIv4Y DETERIORATED[ONCRETEAT PDIIRETRIPSCP OTHER LOCATONS .. L.RQ Aro RE POR DIMMInES WR EFERREER. nw REPA'R FS DRECTEDQY<VNT PAC E P1v515 PE R FyuR WE rDx CA ,Ex . IA tlAV MECABTLEVELSCG4NDElOLOCATEI MM EARRMO DAMS CWIPMSDSSIONBMDREPM LUWAROSTNL El AkN05A4xDRFMTE A'OREROLEiCO1EDYIlAV1 W LMA!'SW,0.3gREC1EDMR W! PRICE SlL6 AEEERIOCflWL91 AbSM WAMw4W. r5. DWw SFNNrt RER I.Rff.wTEMi1EERMBICRFNM[f1FMMhOBFM 4UPN:IpPAw RF➢µ1M1 Wf PRCE B445ASWEREDPERC£rwLBOEL N & r6. RMWi9FNAtt RERKEKM wm EMirF£RRMOKEN\ MTEAT}FKCCMECIDIMOYHINLb.WIB k LWOmutiEP AKyE pl A Wr wcE at$0.5 oPFCRDFER EETNII M[Mwx:Eor. CITY OF IOWA CITY Parking Garage Maintenance Program and Bridge Repair 2017 Project WBU STREET 6TH PFA FLODR VIAN GENERAL NOTES: A. WAIN CIX11MVJI131MC851N 0 XCE5.S TO ALL CEN[E E.I.E&E ,PYP ..1. &G..AND W1L ERIRYLE9...I REgERNISNMNL WE ISE SINE EE FOSSENATEO IN W AVOIF MM DIMFM1 PdMEE PROFESSIONALLY ANEMIAS WCAIRES EIRECRIS NALL PPISONS SAFELY rNFpAI W MOM WEU AREAS REFER NE) SR£CIFIGTIXI SECTION! 41" — I FYAY.ITT PCCWgOPR CtM1.rRNFIL CRCLEPTPt ERIOT.RKMES Ny PROS. PREFF SKKWLV F REPPREO SYS NCi gRECRIS TRAFFIC SAFELY INRO W R OR PR W ND VAPORS AREAS, . REOLPED TO PROMET RE MAN AND PROPERTY. MOCK ON REEFFIF i NECESS PS NOTINFARYro ARFASD"I' SELOF MIN AIM REFER TO PTAS W DRAWING .1. ANO SPECIflCPMN.1.. 11. AND m MW. NL IONONE PNO I.. MALL SE ENEE ANE .NE NPMANCA SY ANNE I F.IFFAR.FS. OFFER. GELOW MR. CfVELOgM. MKNspWt Oq • MINNLMORNENSLEYFEM_l3tl ,5 AM.. PEOESTRL.N WuxINO AISLE -sa aFM'.fFA1. 1EGIME PROFE551ONulY PREPARED NNLYE FORTED PFb NMTP9EO R ALL IME&. PLI. ORWGE WNSTRUCnON PINES SUPPORT AT SI&IANEE N SOFFIOIENRY YHORI FENCES WITHOUT SWCi#NG CIXrtPACTOR. PROTECT , PS NECESSARY, NL FY15Nfi W. REASONER iD RI CO 1M WAWIE GP'lI0.Y.TCR SHRLL REPAIR OR PAP ACE FANFOLD FEPNMF9 X45 A SPIRIT OF NYEMNIE M I FRMR PRDRCOpQ TO SAIRPACnM OF owIER. D, .HERE REQUIRE D, COCRMNSiE MIR OFMER AND IWLtE WORK SO NO TYRO MNLEMSTMMYERS At CWSED AT ANY nMEDURINGMIIIIJOr, REFENMSPECI1ICATINSECPW011W. E PROIEEFFLCORDRNNSFRCN gMYEAM SEPSIS WPINGWpU{.PF&ICPF FACXPNHMCR AIANCEMR111ptlIME0.9nl FMLr ForanaErlDcoNDITIIINAETEREFsxwoRx mv. F, fCANLWpYlox0.GPs.IMFSSCMNFANATEDPW PPFRwEDIxAMIJCEBYg11E0.MO RErYNEE0. ALL WUF9 MA 0.4WCNRDnE4FFICRO Mi FPCM0.GPSMAYONLYSEINIERR DFRCNM.MPYnMUG113WMMMW ALL RLPSOFEFEDFp11POFRCRCNFAOM3m MFNMYIIPDEQOSMNY. KEYNOTES Q 7TH DER 5� FLOOR PLAN NORTN ISOMETRIC lHP LYnM1ed Ix. INEa FiNµ Speel C\naiOEw<SLQ PI.SS<t FAA:Y RE ' R.: YNOROYAR AIII wnw.µitlld¢m m�min smalr e. re r.nln LEGEND: m EYBDNGAAGRCCRCAtlH _ E}HONSPNEC0.5STEESTENSELOX J. •.. ._ < ._ -: E.PTN3CdFAEIE pF/MRFION r x ., .. EIHTNGMJWNL ... — EASDNSTESTLLTEE XMM - - E.(BIIHGCMbiRUC11CN RMMRCQEDAMM ------ RNINGiPy19 ASN' R%RVEYOPPAGEFOROWMDEDWIIGEDEKPNl510NAMn5Y8rMN NG CWFIflMLOCAPENNAOWMRYWIIXENC#NEEP NOSICREMua ALertsuEMP SPERTIMNLIMDPnMNs&oD. OMDPERFORMElPuu90xlWn FIACCIDHS .CO. 11SUROEY PRECasT LEVELS OF GN4SE FORS GORE OR vLLYr DERR1OMTED CONCRETE AT w.MSTROM OR DIMER LOrANWR dR11NONEk9NfESaIM.... LFEEPS AREPA R OwnnIKIE SB PER SUR CMFRM ONIA xES FIFTH EERNL REANR M DIRECTED ON A IMT RULE FAM DETAIL 1 ON OPAMIT S4N. ATRIT.NfW FFIFIFMTDMREFOSME, lE 6WVEY PIETIST LEVE LS OF GNUSE TO LOCPR IHJING FEE RMMAND TOOED.gMS OSiRV LMANCAN AND REPAIR TTTiI MFMDRANE PFWti ARREA RING]NTOPLWi ,LL�J OWNTTIES IMMENGINEER, MDREMOYEPNDREftM£TRTEDPEAUMINTCPFIAM$0.5CNCIEDp AUWIPPICE& . REFER TO DETNLS I NA 5 ON SPAWNS SAS. 15. DLRY.YEWNT REMCEME M, WllY ER9YEER CE BROKEN IM DETERIORATES MARRCdMFLiCA9 PND FERRY ON A UM RIDE WASS AS DINECrtD PER DETAIL BM DPAISNID V. 9 M WRING.SEAAIrt REPIPCEME IT NUnkY EMiREER OF EARN MEED RATE AT SIIEAR CDMECRMi AND INSTALL&UFRMEMAL LNDTRANSFER OGLE ON A IMI FREE WIN PS DMECIED PER DETM rI ON ORAwIIGSWI. � P11.1.11 l.i "TP a : bF D 1, IR.l_ Itl"IS1,t _ a tiAS LGNf ��V n tr'FE A4 LON rOr GRAM I Gr: m 1D�ET-ASR Drn,Mrnar-s-sra nTsE=aNlulm NUAPtPaR f, GJ. Schnvp "I FIT ,F,, & .rA _4- 1. .FSMIrs. IA �bEF M«Fbrt .DfwxDl. Iry rLF el,DN� rx � ,N OSSIFIES CA HaFB : clrpFfV U(P.CF;ffi TIS. CEE .. PIfYiNM.I.WOP}�NSL eG9M PAY^sUhY .f, f.'iCNE'. ENEE SY ]S n)SNI PLk .11 GSRnv.. R.PI. WII&R 'RAIN r UR3 S4XIrALRR`..ASCDE416='2LL1 A'KN. 1E 1111 I1IS7IFO FIFS. IV,- 'I _ F Ott' rY!Tf f0^.R" 'E IL Wf£ SHL itEIrPF P 1P2 'T.N^Nh 3}YVN 1.1IFAL r ^ j! -vP 1 -, rrom Dr sn rnwruc^R nm Rk e:r I� rrN , r,..-ar.PW910�U'�Dx WEPAIR AAS LPRNuaesw mlr .xFRn1 c YII�-�4 i .,PtAl KL'S 5rrR5Rv£ .Mwu 11WN1TO REESSE O&UM1ro W'E 11EJRIIO rD1 uwses s.L D.IEn rPx*KWBNEiMwxErtEuvT&RTM Ps LNExLmcslrl'E= oP.�Er : CITY Or IOWA CITY FE:Y <£N9ANE 0.C:4i DYrTEN kt fi6PEf'FDR'iRMYCIX)NSE!::d. lTOlIA-I "m14"IERI, Parking Garage rPTL'E.74. , E .KTO`: NIp RAMS ttR RwSK.E S,IDFU x LMC .:f« R,F. Maintenance Program ERT: NR OVIE-"l:ANDPrA RAM. T. r,D ,.,.,,PNDIr . �... = and Bridge Repair x11 Nfaw . 'Ill, zM. 2017 Project Ifl,T'.,.RF.- 'E. 111191E 19EAFFAI' ANTY. RE ,fl L � 1 Kn4 ....._.. N At. SFE- as'r9wf9uN. w+n n'1a LFrLl£lmrmn..vr .-R. E:'�'FLA ra En. ,,R ._,_ RP OSTE 1111;IIA 1 .1 1rM m.ea DUBUQUE STREET Arr •,., ... . re:a "ISADI.D. NLYSTYPILINISDENTP.SI:. a - .... ., TT5I TER FLOOR PLAN —1 1aTi'. `S—N.R z3^.r. run na YlluoCo n.rr + FLOOR PLAN li]� LEGENO: 5111 1/16'=1'D' " EuaTwB°nGRwLDRVR NORTH -.-... ETSRG RECAMTEESId BELDAM GETMBcorCRETErRMAeEWn _..._... _..._ Fus11.1EE-NTEE.gM GENERAL Tw MMIJI OPATOWERS,,PROrwIX A MAIco FROIwSLFFBI RAW I D xLEWESNArAWGEExIPNKEN FYJ1s,CE DPAR WEIR EMI (REDS WORN RESVIRAFIREFFGPPRTIIN WAESWll ONAEUD SHEER RNOW ROLON1I1 CRAWCINAOVANLENIM WARNED UECFVIDE PREPPREDSrcSWGE DIRECTXG W3LNTIdB YSELYMP01KY1 plOM`UIDMLRAP4FAS PFEFANSFECFlGTLH 92iM NATION i1F-WIWIlc RIE6pp. RAN ElCAN EReI RAA cTn®e.q omo<Bxve 8 PINSFWORXiOPLLPRAM1ECdifIMp119TWFIL LIRCUAPINL EPfC1BtaROPOERECONEVRDANOREWRNW.RY PHANl5BlAtO$] PNVFARER P9 RFOLMEDFUUTOCrARINDDDNO F63IlMI— ELC OIEDIRECTNGTVVMSVFEIYMROWXORtaWNDWDPRARFAS. PROI CLrcORREs1PILrFCLESS WqU AREAW AI INKED vw.WgW,aa MDOSDNEc RE ERVED WEA AND DFA. IEWEOPIO DED AND nevRwEE NNO INOAND F IN ADVPXE YOWNE CONTACTORSHA ULMWrvEN DEVS%SWV PYRAMID d.OVAIUE nrownea coxlWEroxdwRFouowcRllERwazLCrvwxsx EEVELORW PrNAxc Rex usLFmX-Itl . MINMIIM DRrvE m n+mx • MINMW PEDESTRWIWALRINDPISLE-OC' • LIFI KAI LEOIBLEPRLFESSKKWIYPREPME031dW3:19nROMgMV11MEDATNI MES. pIN. c^fm •s of rolmv�e • fp HDHOPANDECdISFRUCIUNFEEGE311FPoRT Pid3lPNCEiDSLiFN:EHILY n'ANgFFFHCE3WRMJI1F54C13L. ECFL C. mmaACTCRMwu FROTEcr, FsxEwsawr,ul ENsnxcsdLDIIGFGnRESTOREMvx DDrm wvaNE mMWnaa OWIL RFPwRpt RERACEGYPCc'DiGTREB{ASAREWLi OF INNEDGIEDRNFkMEAFRDIECIIL'NHD9gFHFPLIVIIK �YpOFE3ggF4 DWNE0. X WERE WQJRER LWRDRATE WITH DWHERMq PINSEWDRFWTMF MDPDYL WONRIOMRneAE DAFe RPMY R, i TMEDWlW HEMWCT REFERTDSPECNCAMNSECTI Np11WJ, IE3LdjF E PROIELTFLWRDMMFRpADAMADEANODESMSDLFWG , RESTMEMHDPMNNdIADpCEMFOWCPEMF M F't, FVICTDNND CONdnW AFTER EACH MRA DAY, H My E FOR NI WORK ON NAMES, UNLESS COORDINATE D NO XRNIED N ADVANCE BY OWNER AND SHOWER ALL FARES AND Pn9SKFE0TWM FLOW iDAND FROM IUWSMAY OWN BEINIERRVPTEO FRp}MdCAY MtWtN l: W FM FlUDgY, WRNNL RAMPS OPENED FOR TRAFFIC FLOW FROM IW RA FRIIMY TIPMVH SNMY, KEYNOTES Q T. WRVEY REAMS AND SCEFRS FOR SPALLS AND DETERIORPnox TOWN OWMRY AND LLCATpN VOTH M ANEER. AW, REPAIR AS OIRECl EOCN A NNEANTN YBFANI MOD PER YE ALS4 S, S. AND I M OPAmw SMA E. (MERE INDICATED. KNOWN LaATPDN OF WVM£D WIIGLGiPFSNW EYPNNON AM SEAL AS NET OF LWPgM WORc CCMNETELY REMOVE DIETING EXPANSION ADM YSTF/A, BEEN SURFACES, AND Ns1PLL NEW WIND CCWRESBpN ECPANDON ..E. RIONDE EPLICM MREAED TPANERTONSAND TA1WRPSMREFQA PS AT CVAND SPALSON REFER TO DETAIL 6. S AND ID ON 0.1. SEW W. AS PARI OF EKPAMIOR qM REMCEF£N1.&IRhY BLCMABO NOR N. NEARBY EIRIEER AND REPAIR Al CRESTED ON A MU NEEDS WARMS PER CEFNL 10 ON DRAWING BRI, Ix AND NARROW DEYNNWMMO OmICWREFINESO A NM-NWM BANDS,. EN TOOENCPT IMMCOINMIAYMn1ENf�EER NOFERFORNFWANYdIAMIpSING REPNRSMAOMFRICE BANDS, REFERi00ETPIL ION ORAMING3A4 Il SURVEY PRECAST OVEIS M GAPAGE FOR SPATE D CP VII DEFEACRAI WXLRER AT PWRSTMPs ON OTY RlMATICWl CONFIRM LOOM ICAND REPAIR OLPNIITES WRx ENGWEER, AND REAR AS NFACTED M AIMIi PRICE MAE PER SWIM F., I ox DRANI NO .1 It WRVEY PRECAST LEVELS CE GRACE TO ROOKIE LEONIG M JOINTS NO TOOLED MMS COWIN LXATMNS AND REPAIR QI WEN ENG'NEER. AND REMOVE NG REP.ACE TAIEC 6nWM INTPRNB Y>B. AS dREDMO ON A VAT PENCE BgNB REFER TO EF7AAM I NND S ON FORN. SSW. IS. CVRXGSEAWIF REONACEMENI NOTFY ENGINES R OF BROKER OR CElFA1pURC SNFM WAECFDRS AAI REPAIR ON A LM PRICE RAMS AS DFECTED PER DUAR. 8 ON DRAWING MW. In OVRm: EEA REPT NNNI. Wll YSHOWS R ON SRaEW NNAU MTF ATs�EnR MANNECTCR AWHARTAFL EMNUMEAVAL L DMAWNERANdEONAMT PRLENDSIS AS ERECTED HER CROW n ON CINWR6 SEN, 19. &LIMY SFNRTCWFR FORRa05ENJSINGdi DETEWdUTmTRFi➢NNDREERs. ENE1RMWIMENGINEERWLREPA1R15 dRECTEDMATMEnNCMGFPNI .=MN NWFWMEGVWAIIA E. REFERMDETAILMONDMmNG9WIANC WECRGAMNSECnONOINIW CITY OF IOWA CITY n. FEFMTOS RTMERSFLMNANDRPNSCNDINm WF EPSENOWOMEFFORTS. Parking Garage Maintenance Program, and Bridge Repair 2017 Project TnE RAmCAPITOL STREET NPICAL LEVELS 1-6 _. FLOOR PIANS GENERAL NOTES: Tw 0. ANDW ENFRAMES, FNDIDE{NNy Parking Garage 'REEEOONKKMNEEELTIFNMF0flMgAfdFEflfiARESAC. &RM A.IMIN Maintenance Program HINT, I,D-TgNed5luxn1 [AMR'TOH I PWEWOGiOPLMNHlO1ALQRUPM ERECIFFRINAE9MOPf4NERME99FHLV .ILiZSN,M PREPMK C££OIRTEYIXROLGxL0R0 XO1dP M.."AFTENENERENNO N FAA '13.241 -9l P .EESMCCWMNEXY70MEDIDRY6OWRONT OPHANNOTAIW mmwoubxm s14AREN5&NAAWllDNA.H.AMIHRNE%KSROASSWWWWWHADINE ERED. TOP LEVEL FLOOR PLAN hwR0VF01NATENANTEYOSNNEEL LIDNEl6TIONSALFELLOW CREFRAVELOW WIEXDISTALCRMNFANINGRJA W, SENSEM E AWLE mX- ISO' M�INIWW PKESTRAN.111. NYE_ I> ELEASHEATLEGELEFROFESRANNAL rEAEPMELLOHME.ANDWMNmgi PllTflEG • aaxlcx ORVUEI TRLCTI0I1FEI1LE.suPPoR ATUFu ErosumcmmralRORE1 5WnwlnsONNI SEAL, C. cIX11PPCigI SHALL PROTECTW .MNECESSARY. ALL EN61WEENIM FEATFES TO REAM. W NOT pVMMRAGIORGE LL SIMLL REFF.OR RE%AEE GAWLio FEArvau ISIS A RESIST OF µNELWRW WIRLPER PWIFLIIRII W SATISFACTION OF OWNERo. WHERE RELINED,EOORDINATE NTH OWNER Aro RALE WORK 9pnwrxoTwo eARLEMSIOHI TONER ARELLORDATIAWq$v MITSI WTH"NOSEI. REFER TO SPECIFIEAWANSO1pX MINAXE PROECTFLWSSEARS FRRMW pLEAro EERRLS OIIRN3 WOFIX.AREFOREGLFORMiNOWADNLEIRTOWMARE0.9TOEMENTENLTOMNGEON.TANN F ARINRNMYE 1.W.WEU MRAAVs. UHLF55 WAgNATED Aw REI IX AMNFE m ONE a AM FEEL IEER,uI RMPA AND 4 MTEEN TRATHE FLOW TO AMMAPS WroNr BEIxIEWRREOFROM4MOAr T1RODEX]W PN FPoDRVmTINl RMPS OPFIE D FOR TRAFED FLOW FP0.1 l W W FRIDAY T INgAi1 AM IN. KEYNOTES: Q + FLOOR PLAN LEGEND: 5110 1116'=1'!Y EDSTNLAPFAFLOLIi DRARI NORTH _____ DIDT ,"WOMTTEERTWSELOw ._ --: ENsrNDcaxcuTElENn mow __._..._ ENsrN]TEEIPIEEANf FNSiWi IXPA�NDXDM LOMMx OMMTY AND LOCATION WIiX DAMSEL AND REPAIR ANO I ON DRAW NG SAIN 4 WHERE INDICATED, IRAN EIX'AMNOF DAN.GK WINO EOAARFR9OI EXTENSION FMI SEAL AS PAST OF MR AM WCRN. WAP,EFELY INSANE NOTING FIPNWCXIOW SYSIW, PNEP FORSWEAR AND NAME ANT.FOOMPRER9pX ESN13pR .OM9YSRN ROAM NOTIFY WISHED TMNs1 OM NO TWNFUM AT DOM AM MANOREW W ENIREFER M EATON. O, 0 AND 10 ONDRAW. NNE, 10. MPoRr M IXMXtlN SMFPEP.KEIENl.9UNEY&CCIIWF FOR SEEPopUTNN NOTIFY ENEMEER NO FIRM. ppECTFOCx RIMFRCEbNi PEfltffWL100N WPWIW NOt I',— _.. c 11, I'—A 1 41 11 SRVEY PRELASi LEYEW OF GAMOF FOR SPAILE O OR VIGIBLY DETERIORATE 000MEEIE AT POLIETWPS OFF OTHER LOONEDHfl NNEEN LOCATION AW REPAIRMNNERIES WnR ENDLESS AND REPAIR As EFFECTED ON A UR FALL E&W9 PER MM DETAIL 1 M DIUWRN NONE 1t bFYEY FREG3T LHEUT OFGRANDE TO LOGTE IENRNO TEE SEA MS AND TOOLED DOM WNERN LOCAryM4 WHO WEAN DENSITIES NTN PkWLLR NO WNEWE AND IERACE TRIED SENAM IN TOFflMi 80TH AS O,WCIED OR AImm PRICE SAMA REFER TO SEEMS IA DSONO KING MAE 11 STAND SEALANT REPEILELEM. MOST Qg1EER OF ANSI M DETERIORATED ALM C0IECNR9 AW NEAR ON A ME FROF RAWAS AR DPFLIFD PER DETAIL ed DFN"D SW. 1d DIIRWASEllMRERIACENEW WTEYEWNEER Ci WINNER RAISED RATE AT NEW WINKIOR ND EMN INSTALL SUPPLE LOM TRANSFER SMILE ON ASND PACE DOM Aa CRESTED PER DEIN 11 ON DRAWING W1, 10. 9AVEY STWRTOWER FOR LOOSE WNW ORDEIEPoOUTI:OIPFAD ND AffREL CONFIPM NOTWID EMEER AREPAIR AS MRECTED W AIME AND WRPoW VANDS, IdM FIDS FROM THEE RERRTOOETN 14M DMmW ANN NET sPKFTN,N.sECRON NI. IT.IOOEEL PERrMWNL WORN qRA IWI WN .'I I ISI mrtPL^^F 1161 MA ITAT, ,:n. NWIRKRYA. ""EHW "A 1 I:NBREIXre�DE 6NDMfyvT,4W NaGMW f ..i 'PJ.11ME ASNl ANRDAAEEATFPECRM'1 M41.!' '4L RTAIIML0.PRSINA441E=F LATER 11',111 11 ttO SEN41lXDP£COFORDSMINE PJTN Eb1M1 1,1NPlII n"HE sl-Ne"I LLWIa+MNNFEFFIATIOTTPl 111 rNF"FRASA AIIIINVIR"'OTL CIIYOFIMACITY P. REFERTOUARTOWERMCTILWMDOAXSOXLAAWINGSSWEWS EWMw EfiDM Parking Garage - Maintenance Program ., .. ,. . , _. .:;1i , E F E : EJ"0'^" OFF ,. r,. 1., xn. ra and Bridge Repair 21)17 Project lrlro xRaleNFTFNFEFIMCERWRRWT, I'll ,.16111HN 1"I a(F.rsVE9} RICacNC. 11 -.7_ 1111, IllmTE"AAl SEATS AW I.LmITS iSEATTLE .RE `G_ RA WNC TILE _z._ewr'.."Xw Mam ` CAPITOL STREET N+^W LUNE, FTI I P ._'F I rc1. E.�.,_ TOP LEVEL FLOOR PLAN WM0.h"IOR FLL PALATEatNCAK AIDING. AND cL W DPEs "MnE CR! PPCA DO CCMnENLMC FORK. WARN"HOSMroSE CCMPI£TEO IN I$I PNSE]WIfXI1111FE{N CLMRICEEILHRNBF. CONCRETE DECK LEVELINGANO BRIDGE EJ WORK z N PARTIAL PLAN STA 1116'=1'L' NORTH 2ND PER �\ FLOOR PLAN / \ LEGEND: SIA 1,16r=1'-0' +M ENIRIIENT _.___.._._ ENNTW CONSTS xNNNT NORTH a EFA411W MFA RCORpWx —.—.-- E%LflWLE:PN4CNFN! -"" FYISIIW PREVSiIEEeifMMLgY O F%ISNE'GMCREIELWB -.-.. EMIRIW CONLWIEBEIM PIIpY FYJBIN]'MMNIC 9Y]1EM FNsnWLw wuL KEY NOTES (FOR PARTIAL PLAN AND SECTION): O L EAJSMNGM D)PONT OGNM. OFRR ALEDUM DINE OF LpWRETE REPAIR ENMERWS, INSTALL NEN SWNR ON A1L\V ]LM SAN] PER DETAIL a M.. MM. L EIUOTNO ME AMNT SENNFE MER ADENNME CURE OF CONCRETE REPAIR MPMERA9, INSTALLNEW SFNrWI MPLIMP9lM BRAS FEES DETAIL E. DRamNG SOW S EVRFAE NANCED WANERM AWT SINEpIAES FM REPW@IEM. MER ADEGMME CODES. OMNE,INENN. WM£D R FXPAN$]NIWMSYSIEM PFP DETMSCH OPAWIW SEW ONCEFACMMFE RYRERVFFCNS piAT CURBNAMnWNIRSAT SMK[AFLSq(WNLENAN. MFERMDETMS9MU10MpLgmNGS°Ao. 6 EmBRCEKG9iSUPPORTEF ryEY FMCCNCREMEDETERIC0.4lpNNNFlRMpIYJ1111ESmMENANEE(nEXR ASgP£OIESMAMRPRILERM S, NEMRMDUNLSNNOSM DMmW YW E W D]BING...RSDVEREAPN$pNIMMAM FACXENp IOff PFMNIDYDPtO]EM]11MEIXPMOXMJIEM iIW4A3 S EADEMM VENIILDL LMLRETE FACE R STEEL SIFpWF mRI1Ll11NE ON Wip. RMD/IPr B Mi. PERFORI WENKAD COKREIEREPVRA PER ARM. NERLRS T EwsnWCxtlICIPBN1111EU8o0ECslEEi b%WIM REMpVECURBNg LAROSWII1NCp RER KRUMFRFA AT T£CpSUEAYi CE CICRETMC MMR%EINBTULIEWMWRMCMR EYRRWNJIIA MMRCN ORKE.. TJN 0. E NGCp1CPETE WIYNYPYWAVIRCMDgI£VFNCUTA4 MAVMAYttIGMPGE MPoRMPMFCASSNOETEpELR REPAIR A 6. wI1WNsvAOE. MEA PERFC ... MNG wREY OF NNLNEM FON SEIAMWTWB M DEAN, REPORTpVH IS EWWEER, AND AS DIRECTED PENFORM CONCRETE REPAIRS ON A UNIT COST NOUS SAM TO CETAILI ONDPAFIW SAR IR DECK NEICM AND EXPANSON F DIFFERENNt EIEVAnp4 EYNT. CURRENT WAI DRVNM{SDDPEE 0WAROSINE EXPFROON ANT FFCM DOFF DR£CM1NN5, ARMS OANCRRTEpELWINThMN9 M DECK ARE NEAKDOESD, VANN WEE91 RpWNG MFATOREMOYEAMNIMJMOFLPRCICNETEFMMXEENUREA6A.NANO. ERRMECONCREIEW.- MD INSTALL EMKORl10 CONCRETE WEAIAY gAMWJFKIWENRECgME1N4lNNlA FMYADEA W WRAF .OY%'.RETE911Pf/CE MOBLOLKONNINNi SLOPFSCOMINAYALY }p RMDWpV PIUCGE 1 1 Foe— — r1 1 I 1 to IYP. $ 0 ; A CONCRETE DECK LEVELING AND BRIDGE EJ WORK i1 SECTION STA 1116'=l'L' GENERAL NOTES: 0. MWRNN CMNAV'AS LK9FIFFURYE➢PCLE .011. OFTOCESEAM, 4MPtl, BiNRiOWFA9 SR.M NOIMLL ENTRAINLE0. WORK RELUPoNGPPI. CDONKNE SIWLENJRCMNRD INODVPNCE O RCANDER, PNLICE PRCfES9PWILY KIDNAPED SNiNGE DIECTNG MAL PP1ROr0 WHY1MfMGLR FROCND WCRX MEAS RE. IS SKCIP..EECMI amsoL. 8 PXVEWpU MPCCA{CLUR ..S FIRE NMI ERECT ..IF AND FRR1GE giRESEKKNLLY PREPARED gC"I DRECTNG TRAFFCYSELY TTRDUGN OR MOUND YARN ARFAE. AS REgARED N PROTECT PER9"AB AXIPRCPEMY.BLDIAgt11E811CROLCESOASNECESOg4YlOiAFA9PPECRYpFLOW WJMAGU3 REfERTOPM9NGpUWNG RN.AAAS CSICATW YC EII.ANDoF. NLPIK WMMWDWMNAxEA9gMLLME MEDND PgROYFOm WYNCE BY GXHR Lgll0.gGigi 91WLFOLLgYCRRFRNSFLOW WIENDEYELOgXGPIM.9XGflA'$ • MMMT DPMAJERAARDTX-lzC . MNMMPECESIRPA".. 9E -6a CIFON KRAFT IEGDIE PROFE09NWLLY PREPARED svACE FCOIEDANDMWIFINNED ATAUTME& • ra MONO ECGNSTRNET FENCE A9FCRT Ai wLTANLE M SIhM4MLY SIgCgT FENCES WInCVF ENCNI C. ttMRACTCO] PROTECT, 0.N NEEREARY,ALL WS@IG OMLNW fEATIFES N REANK W NO WMpGE PNCOXKWtTCA SL REPAH ON REPrRC E DMVf£D FAMES AIS A REEUT OFIN S LACTE OR MMM9I PNORCTDNI TO OATNANT)ONOF gY1RA. D ANNIEMOUSE D, C ONSRUATE MTX GRATER AW PHASE WORN SJ TINT W TMI PARLEM STAIR MINERS ARE CLOSED AT ANY TAEpNNGnff PRDIER. RFFEtTOS1£61LMMxYCIRM Fll.. E PRAMOMMARO.FRANA.NOCEHPLSWRNSMORN. RESTCPEEACXDRN..CP FEMNYI .M, FCILY FUN:MMfNi C.,FMER EACH NCAN MY. E, fgiMLMASCA PNiS, NILE99cWRdKARL qcU pKRWEONPDVANEDrY MRPWENGP HE WM4 Y, 0.49ttN1EOMVi1LiLDWMOM'OfRI1 P]Lpi 1.AY0NLY BFINIERRURIEOfRW MJWPYiXF WGX) W MiPNAY MIMAI1 WMPRCPEIEOFgl10.NMFlGYIFPIISW qI FPWYnPgNA1 W WPY. KEYNOTES: Q N -A £MF " 1.r611 eWF. S.c.T. INK,v ...,1a _ I .,.. NIr A11-1 ,IN7 m iV M'I'ISO n SVRVEY PRECAST LEVELS OF GARAGE FOR SPAUED OR VISIELY DETERIORATED CONCREIF PM POFFS11UPS CA OTHER LOCATORS Cp6RM LOCAIpNSAro REPAIRggNNTEOWIIX ENGINEER . AND RERNRASaMCTFDONAINTRCERANTS PER NILAR DETAIL 1 ONgUmW BWo. Il WRVEYPRECPSTIEVEVBRONNOEroLCCPRIEMIWTEEDWSoxDi EDMMSLVKFlRVL ONSMDRMR OWNInffSm EM'#NEER,ANOREM MDRERIACETWIEDSFAIANIMTIERWY MMEMDMATMTRILE& , NEFENMO LSl ANEsplDRAWNG%m. IS LIWND]FIINRREWAC£MEM,N]n ENYIEENCFETN'.ENMLEIEMO DOXWWMECTMSAWREPN AUW PRSEEAEKEANmRECMED PER DNCSLOnx DMMWOW 10. 0.WAOEPIWRREMCEMEM,WMRYEWII£ERLi ENEMREDgAM SHF] MMECRRANDINNTALLSUE KRAL L TRNNERN UMAWITPMLEWBASOIRECROPERDETNLIIMDRPWINDSWI, N. SURVEYS£NR7MRFORLWSEWNS MDEIWpUIFDMRFPD MEM.CCNRNNm MNEFRPHIRE M NRECVEOMPRNEMDPARRmL U91KrRM8FR CMHALLOM1ANLEPFFERTORTNI4MOMm MIMD 6FECYFIGMNMSEC@NN31W. M ACIERE OEAMOANO FIRENDANDASE. .RIVCPNPllWOPN MplILP9W Nl9S V.H0. CCMMClORW6i AWMNN AIZEMTS ExmrAIDENRFPIIGMNF AEN - IF .rM ..11'1I_P. fe. S LULL : r/. 111 A'Ir(. rE... ,,,y ..., AVFtrNI .H .SCr"I RK CO. '.£#LEY [ _m DFUI. RAI SL='Rill! rot ARfh ON PuAATC,::..T EAgA RE.'r.M^ KRARRN�CNt'O.W.SkDLLE4bJ CM.AN'LIRML WMI!NPNF REMCVP1 TrC3irIJUT{{N£1PCR9AC�TD atIFM eTANi OFALL IT}{M1IA4Ui YY.RF T45. :zNF.NgL N::'... lY-S1AAWLIICAPR:DLWNLr1AFS.R@N l L N*J lF!@NNIOF. 'A.ttgO ID.1'V4+M'1C �fYPPLLM1rNRWGU NE11FIN1,FIV'4NL . SEN.'S NrSc yrq-cr,f} lµ -i1 r.rc. ryE SiR Li PNDP FMEn r', M REFER TO STAIR.. RCICMAHIgMSM ORgmWS SIS FOR RISE NO DORI EFFORTS. KIN R£FRIO STIR RIWEN SECTION" gnNO M DRAmW SN I FOR NTERINMES NO RAND IS WORE FFPoRn REPEATS RPELRIOPTION I. Al. i i� THP LkuM IN. INEWES'. Ft IT1PA—N ON"SN$ P'eme: JI.I VE Fx N,pIRL_'Wl wrv.Wplldrm CITY OF IOWA Parking Garage Maintenance Program and Bridge Repair 2017 Project CNAUNCEY SWAN 2ND TER FLODR PLAN 0 1 2 3 M s e T T T N e t0 11 12 13 1I 1r 1! 1e (P (30 Pxx 15 16 T!—% fIi HCS tfh IP-IIY IP'11'x Hd1 Ifh 1fd1 Hdi Ifd1 H -11'x IFItt 1Pdi IPPS IfdS HC1 Ifh fiVs 1 PSS i iSi II. _. 1i Al I Ad ww>Dom1 rvP a ll I ri I ............ k i _.__. Le s s nP I I I N GROUNDLEVEL �+ FLOOR PLAN 5797 V16'=TV NORTH LEGEND: = Er3srecMuxav °R.A ELBRG LMIWNL MDBTNG&UN WBTNG WMatPIFTOI YXI! - WBTXGFYPNFJCH %XM ® WBTHGMFM&WESIIUP 1111111111111111 IEW LEM&Vlf b"IRIP GENERAL NOTES: q 1.WIRgxN1M UYd91RLC1F➢A2ESS i00llGNWi EH10.4CFBFYJi& Wf1,aTNS CDBVaEWBMxMLNDIVA V SERmNLEaH.N0.CRPROVIDE WPREpDORCGMRHV Y ThPMgN1 q AROUN AflEfER.RP6CirvPKPNI0W a F 11OKTDgcNWDp OO10XKkKI WFFkcWCLUnDx ERECT aM W COGEe NO MPI MOREs9JNY1r MEWED WRIARE OaECTING TRPRIC MOM , R.Ra+nMUNL EURS. ECRESARYTO MEAD A ENOI MERG ROPER NNDNOAA9WDRPmNGPNIa RxDSPECnLEERWPE.AND11NY PNDDIYW. NIPWCIxDFxDPRDWs[DttVan naEgssWLLlaE 0EVIEwEn NN aPRRDVEDIxwvnxsE Br owrvER cwmucroflslWl rouDW GwrERxaElow YiNENDEVELORNGVPASINGPWI', M DNVEMsfE mora fro MIxMW R°ssrflwxrvmNlw PwE rd AT RLL 9LN4Lr PItEpPgEp£XRW'd 405Tmnw H43`N. WDE TMEs • PYHINP'UMsEWWTRDCIpXfEN.'E, &IFPoMgiOaiMLENFFFE.ENILY XeP➢Rr FEHEa mrlwr sPcrNxs C. ODNIMn swu vRDTECI. M NECEEWY.. AL EruixD BHnlw FunxEsro REHVL DS NDT MWS'f CgITRtl.IOI EH LLNEW Ok RE. dY4iL fEA SM R REsui OF IW➢EOJAW OR OMPPEN PRI=lDB TO S4MFXTON Df—" D. miERE REOMFD,OUgLM4TENIMDRNERNONNSEYKKIX DCTIMT NO. OD.WCENT f RNMMARECLOEDPi PNITNEOWNGTEF ,REf°lN sPFcvlunalsECTwx"I.. E MOTEUPLPORDWVNRMNNIIW ANDDMft DURxGlKpR. NEETME EOLN DRvxlxon PDrnEr+rronvNXwEurowrFlgcuoxwcolulruxurEN ucN F. woRx eqr. FrW PLLwa6xox R<LcslwE,vecma"xruTEDxnroPRaEDxwvacEer ..MOR.. xelPS@CR1EDT FFCELDNT3NgfRCM RMIPE1 O RE MEMPIIED FNDIA.r11ROd1INF FRNDAl MMALL RNIPBWEHD PORT C0.°W fKMSW MFNMrrMOJO1.WNMr. KEYNOTES Q L K9A 1ARYEY NN'£ 1. DMLLED. N.Rl DElENI1 OCDNORETE Ow. XPONS N9 OLWTD Es MITI EMiIrtER AND IN PRECRD ONE UNT PRICE NFCR PER WN DUO 1M DMmxG 9tlp, E REWS ON F UNrCgICE a . RE ER TO DUNL 1 M DIMMING DEN, I BU .EWA. FNRS Ix GPMCE POR VILD11 lPALI.AO.NCENR 1. D. OD.ENITONNN1. LVNIRm...nx0 DUPM . IMTN ENGMEER W1ERE D�ECIW, OIPUI1, PNCE NADEI PREPME S..E AND aMEN09ELL C0.4CNNL REFER TODETUL i ON D.. ONO 1 c TP I fL t n !f rt R . REO£NTLYINR LLEDMEMRRM'ERWUNDRWMRAHn. REVMWNOREPMr ISOMETRIC XMF-TIXIE XEY XOTEB 00 XOT PEROfIN TO TM80MHB`M. TNI llnMd I (ppu RINK, NE3@ '!13.M1J3R e BnzNLBMu wPlla..w CITY OF Parking Garage Maintenance Progran and Bridge Repair 2017 Project O 1% O O zD TYPICAL LEV s24 r FLOOR PLAN sLsr ttl6'=1'P r+oerrl LEGEND: E641FGMGAfL0.R pUW EDBIFG IXADIEiE 51RC,VEYIM FA41NiMM WVl FWTNG86R ..�. �.._.._ F/wNRCWPIPWTIONAIIT Fp6TNGEMPICI[MI NAM ® FDBIMLBGWEBIPoP - IEIILBWWESIPi GENERAL NOTES: A EWHI'ux LCMHIY,x191M]M .l..,l. TD UL.1 EMPgNLEA£Me, OTAN TOW11...I PIN MLLL ENLN ID .1 FA.. A.P [LOfl1ME LYE EW ED INMYNGE WRHOWMN. PPO PROFEssI]NLLLV MEvµ UNTO aREL. NOLL PRTIM550FELr rNROUCi1M PRaga rmMMEAs. REFMromcLlFrAnoN SEcnox.Woo . 8 RY.4NGPNKCLMMNR Cp(M1YIXS.1 ALWCl41bIl EFEci WAVIESMYPR0.LE ENpE6A'WI1Y %i FPKED �E ME<rNG IWiFIC YIFLYTxDLOI 0R+4Mo 1NYu. AS R1.uD TO P 111r PERT. ROg(Ir. ft. OR KITA2Cr.L ES AS IECF.E TOM.F15.11.1. Wuu Al6nv9 mlwaND WAhINN soto wn s4EgFluilw SDDT le of low MOa4W1. MLRMYR'uo MdgGECVWPx aAEAS YYILHREVENEU AND NRL SOMI3MNDEApYM0. CLMPRCigI SWl1Fg10WCMElM PiLOW MFN CfV6CPoMiRN91G PJUN . wwlRn awEw lMDT. : Ila • MNNWI40E9iRW Wk'M Ak 'S4' • LIF .1 LEM&E MDFEA9KKWIY PAEPAGEDBaVR i MD AND IMJIIRIXED AT ALL TMES . AYWWaWCFcgD1PIDIDUMICE. aJMMr AraWPRMrosIWRDWxnr W.FRORr mDEs mmMn sAGaNi C aR11bL'MFW1L MOTE MIECE44Mr. PLL EQ4rHD B8gDFFAil M REWM W IDTMVNE. COIRMTOA W Z<FNRMRER/L£OI D MT MAACs TC(..tt . mPgiEcrDproul6tcmN M0Il1bl 6 WIEPE CI.." ANO NMW.9D ..m/Dy{EM STIq IgYERSARE CLCSEDATAMIAEgACT1EfR0ECT PFFERIp 9£CfIGIW YCIFNO110.0. E RAIEC71.0.. FROM. AND LffAKary6WDP,A RFPiCPF HRI "NWORA EM TO WW AM TDF Y NCIRMEID [qMM AF W KAU MY. F 1.NLNV1E ON JIMFBS COORN.N D A1D 03AMI£DWMINIL£IN MNER AND ENON'ER PLL PI.WR AND 0.9WMlED rPIfPICiLUY TO AAD FROM RVNi IMr ONLY M INIEMUMD FROM Mp THPOS 3 FM FWOAY. MTN AU WUiS MEED FOP IWSAD. FROM l wFMF.IIRQpIY.IMr. KEY NOTES: Q i Y9YlLr 9FYEY4V/Ii FM mPL1ED M1 Nf&rM AODRAR DLMCPFIF. C TDNIEMl1M NOpMVIRIES NEH3IEERNOREPPF AS OPE<RDaxA 1MFWCE M%P£RSMWiDEiH I W gWN1f SW. S EURIFY WULEfMMWC£OWIK£v EtoyydaL9. SE�N.1 C(v LU/.1MM1 A CWIIRY MME HTEERANDOD P.I.. .V]II xNNI NJyHL PPMSOMAINFIVR BP45. PEEEPiODEIy]MDWWFG SEW. 6 Ar.lN7PAHWX.pM51NW {iqi NgBLE CR4CTIIG L➢MCEM Ix51PB WNCEMiO tAM. Cp61PM LOCPIpN5ANO0LWVfl11ES WIM ENANEE0. WIERE gREC1ED, qlP IMR PPILE W315, MFPPPE SUPiACE ANO POVIE FI-0$EPl <RACRIKv flEFEfliO DEIWIIONDflAWING55oo. 1. AT LE LAND EFPANOWN JOINT INDCATED IP LMA110ND TOTAL1. A9 PMF M LIMP 71 S MENMNE SIWP C E ME AU IN ION1 FOR E MIRE LENGTH OF REFER G RE[fNILr NSiRllEp NA9WE 11 NLEN WRPAW1r. REYEWND AE@iT E9tANE WMMVIi PF PMRIEED9 TO MIFA L nn ISOMETRIC Tw rxe u.W.0. iK. Lwe®E.INW sm.I cso��.x,Dmom: Mme: SLDNE_VSS Fc 5OSP1'AI �W�Mmm Cm OF Panting Garage and Bridge Repair 2017 Project Iz fa ? f4x 1Py: Ifdx IP�1 PS IP�II'S tfdx 1Nf H 1fAf IP�11'x y.1Tf I[Yf NA df V MA R .�, — Y TYP UNE I Tos i 5 6 T9 R 1 P50 Y 11 V �... 'Q° Tvv. S O O \ � �« � Orvr_ – � � TMP UP 0 TMP I GS C.7 CA - - --: •Y, b it to O O 0' O 13 H 13 1(p3 1f�f M-114 LEVEL 5 UPPER COSSOVER 2 PARTIAL FLOOR PLAN 51JE No sckE NORTH LEVEL 5 + FLOOR PLAN s,a ms =rp NORTH ISOMETRIC LEGEND: EN4INGMIEIR0.F PM1 _/__. L.... EA6INIUM:IElF81MLRPo oesllccsMwL ENEL E. _.�.___ EYIBINGLp81PUCTpISM1! .�• — EABR16 FdNlA1XMMM ® EIJ81MiLE1gl4VETRP — 1ENIEIBWESIPD GENERAL NOTES: A MMU—.SUN`B. BIPUCRo1LCESSL TO ALLfV1V(3 ExIWJLE&FNB. .ER. ST.' LCRERs. PUECRR.. EMP/aLE4 YIpU REWPNS PMML CLOSURE SWlBE CJ TED w 00Vn'CE ..gWVEE .S..11 PREPPP I...MBEB�Wl1 MIPQtl YSEIY IIwgWM MOJNCWORXA EfiLS REFMroSRERIGTCNSECKNM= S PIYSE. T. 411.TE cIX.TNWSIPNTC LpLISgTILN ERER Wi E.'RT. RR", pA y PP. E PMEO 5CNY£ ONECINO lMEi1C XTElrlLPp[iLM W1 s n--45BE-EOroKOiECf FFA9[M MO waPExr.. aat.,R REsmcL.cccss>s tECEssw Erouau OREcnY ELwE woRR MFAs RE.M wA Te wAetu mmso ePen EROTEN seenorell w Am XtsMX. NLPwswc MX wowsp Wa+. MEassreuff RevENEouo ARAMEOwMVNIE B. LmNR C�T�L.OR�RFaJ.�.�JW ma�EL�rvGP�4�RN� NNM JRNE uuE mom• Tzd LpNMAt RRSiRWI WNCNJN4E Py CLFML.l.".. NIREBKN9LLY flEP MEnw CBTEONU WLMNNEO AT NL TINES • py TICIIpINLECo16iPLC11oN PENCE SUPPORT m M.E lO9LFFlCENRLI SURW T EE.E B m11XN1! 9RQV 4 C CLM TORY MMET 0.91ELEYWIr.WEJ181EE YlLtG EEAn STS PH VM N Ml .. CWLMCICP s1 WL RE. OR 1EgKE OLW11fO EFATUESIISE RE., I1Y[fpMTE CA Wlp4A RRETSCT TO w.. OF. S, IIIEFE BEwwEO. COCRRMR 1111NtMERMDRMR Illi. nNiMMO IDYi,9rt yTµ TONFRSIAF<LCSEOnTAW IYE0.IIEMOER. REIMro .EECTCsSll. E RgTECi ROAUWINSERG.IUNN¢fJO CfSPbgpK11p4. BES1giE FMM pWNNMACM EMTOWCRKMFJSTONLLYNNCPONIUL1MORpNATTEREWT WORX MY, E Ed ALLWWIFWWa .LlRECOCR..OMppg.MEN.l.l BY ..NioEBANEER.1RYIMPIOMSOCNTEOIR.VICROWtt NICERCN RY BEIMERJJRI OIRCN'T.'TPCIC ]OO MI..,.NL PAVE. M4 OPEN: U FOR Tk RCN FRIM E CE M I.. MIOLW SLIINY. KEYNOTES: O L Y41WY9PHY 4^PM �,>45 GSC,EOJN, S MOIRRIEOBYENCUNLER UNATIMEANLMTERNBME COXTPACTNIULXMJXE MO MPHR OETERp D TERM COTTA BW HOEING OENEATX CONCRETE 41pE i gFJEr WP;<rrn uyA: LCCMMw NO gYHMY wrt 'NYW..�n FN'5K#JX KIXT RNwMwu PIwNRE•.4s XEIM TGGETMIcx oPAmcssm_ n slmnEuumx.umwrsauE lOR nsBLE CPACF.1O1 EECI MB wECTNN,.A rowmEI LO RBB., CURLM, mESWrtX ENGINEER wIERE CgFC1E9, plR WT MCE X44 RBB., sVRFA[E NN ROVTEAMEEN caRRBIn IE+ERmonxBaxoMmwssoo s RER311LV ESTAILEO LEIMNf sTNP LACER wAA'A4R. PEVENuo REPORT LBawE NMPANr. RPUR�EJsro GwxER IB . LRJEYIEVfLS SOX eWnEx OR LOPSE WEBERS NO R10Rl"."0' To EIAiCER. WAIMENO TEXU4RAY5. cOMMCIORTGPEM..CVTLEC.ET ATAONCEMCaU1XEL9ECMEM. .1.E SPLICENDCMICL IGRCPSLE ExTENSRM'ASRECUXEOAN..SEIRMSTINGCOSLl wCGLIMNGPGVT POCl TGXNNTORE E n5SLE WWE TRIM COBLEFNOSIM T .. EaLGWW INSPDUTIBY EN K ER REPUCE fACVIN EECR. PPIMTG IMTCB PO.MCEMCOL.GURFACE. ISOMETRIC 'L bwd L F®EEhtE BLMI MiavN.OEiofalLR vB.a: msxl.rzn E¢ .u:usl .....wgla....e piE_E 3/p� Wi f YM1D�X. V6 3� CITY Of IOWA CITY Panting Garage laintenance Program and Bridge Repair 2017 Project .nwrvcTCWER PLACE LEVELS EASTCOLLEGESTREET A BRIDGE PLAN lb, St01 NDSCPIE NORTH Oi OARRao /CPFTE. O3 EmmOmENNUInIm511D. mmVClamemn wL s1f1P 1vxuDIS;ORr I4wmaroETr EER REPURs.NrEnw.sertasNELMEuawLMPeeDw®wR Ol PoIEMNL ELL9INGSTEEL REIIfpInIG. O FgaINOM VMw.TM:N PUNS OE YTRMNff EPMLLONFIPMLIXPTEOTOAEE EEORVNND FAEgWN6WWS N VERIILMM MD. STSREONREDMDMKYE TE1 YD K.HICdCRAEWIIHX PENW µF0.BOXO EAREAMTRI MIOTRT NLEWRTWLPFE.INNYJRER ET TENNB"TIOEPo%Y SVOERMEµ01PONELFLL&1w11H0➢.MLEMLLNLPETF, pEFEP tOYKFKAMNSECIpNDUtm O CtlCMiEsvNL F.IXEWILOGIRD MO NT LT13EER NYLR ro RE.. PRERI. W SNICVFARE O FERUFER LE REAM AREA R2prE SEAM NOIMgI4D GNCRETE IEDNR6MMEA NENAEUYMSLWI(:R." WALLNCfION1Ep Mlp1 KATE. IIYFEN RB91 N)SR61P/,TIW SERY'N vmlm. IEFp110l4pCEiya FArox W DR1Nl10Mo¢ O1 WFPMF NO NRY1nDLMTSLFaXL RLNEWvroEIApEUSIFBw111NRENN RuvPTRN RFrtRrosEaFumx ECMMMIm. O NPOnRw M NJ ST .s1ENPP1E, AYLIGPSAT Izoc. Mlma .P9I FNTON, PEFEx ro PPKEILATM SEC W x oNI m. O FAB NTMMNGLMO. MPN.40NFMM9ZEmMSMMKWJEARWE0. 1E Rs w a LUP SIM w." RBMJVE... EMPN .. µD RE .RE nRx NE. E<RNWUI MhRE RETER ro EFEEIIGRW SE EIMp E RICGE EXPANSION JOINT DETAIL NO SCALE PAY UNIT PER LINEAR FOOT OF EDGE REPAIR PAY UNIT PER SQUARE FOOT OF SPALL REPAIR ww ml ALL WORK ON THIS SHEET IS ADD ALTERNATE NO. 02. EXPANSION JOINT 1 B PHOTO PLAN 5101 NO SCALE NORTH '0 EmIMm4aETENrE Q EvsuucM:RFrt RNMmn.Ra Qi rEw NE991WtED xEDPNErt WLVI¢>.NssL svmaL vsurosEaGwioMSECTRI mv000. O1 EETEE WOrFYY IYEL MM iIEW YEBfY 91E, NEW COMPRESSION SEAT. TURN-UPAT CURB z ISOMETRIC DETAIL NO SCALE L' �'.. D. x s �- TM� EXPANSION JOINTI it PHOTO PLAN smf NGSCNE TH O E1R1lO raRLRIED 4Q`ORFIESVd O EMIIMCMEIEPATEDCIps Q EmIMWVEEwTDPFvuE O 1®grFN19pM ADIKOVO<p49F}E11111rISIPCfDA1FA IEFERTOaRVF. sERE«MIm SO N.TV(pa.'Ssrgl4EWaRa M1W A!]MSMrO.c. DEIE4MIMIFFRMI<14 HERR TO EFF4iICA,gY 3RGM DNIm O PPEPµE CAVm --E ANO MM1NflIM1LX WIEPVLITYFE 3} RE - sPECIFGwTDxsERDxmEIm Oi P.. Rm. MATERFYJBTW O PR%iLEL0.ESFNµI. nEFEPro OEiNIWOMnMSm. CONCRETE CURB REPAIR a DETAIL NG SCALE PAY UNIT PER LINEAR FOOT I nLaaEllMrorcaN4nWTEc.MnuaN xw4rirrENLauuAn.xuovmEaTwP eax PAlwuMa EREcr - BMDPR�MEPMiEaBJWLVN.ME NEROT4REO MO PNI�CI6 yi9r1NCVRiINO AflovmwMNEAs AaFEaAEDro RaIEa IEwMAro NmrtRN.Nax W rss1NRN:LEsanrENEaswY To µW WEORr BEIlINNMAMAq NaRMsvEcarATwsECIDFAEImoE.mEEaEADEISM PL4NMMumD AgNgFDNWFMV/5@W1rt PFYERONOPNgNEDNMNMSE BITEUIY W LYAQIY.lWI0.Y:lpINWL FDaw cflnvw m.n MEx DEVELwx. NMvxc oL4N uNA41 DRNEP .`E4-,Za M FELE SMPHnPWELN9IF-4F • LLEON, NEPi, LEGd£P0.04E59dmLYPPEPoAED4NIN0FPDmEDMDNVMN£D PiNLTN{B T . LCMPPRCP 9. NIDI R,TNELESWRY.. VIENN. N1pLE FEM RO,, N.N, W NOT R%MPOF. EMTETOTW aWLL REPMR W RENYE DLLMfiD FEAMES IAS A RE NOTT R INiLEgNR WH ER P0.OlERpIB TO MTTRNAE N 6 TE Lm a ILWA TREET S RIR'CEMATMO LEtlM96MR0. LF0. T TO I.E PLL0.VFMD OFNM. ETO.t{ 'R. BI M YF.PF. RElAVM9 MIIBI TE.. MFA.1 W1ELpE OIDBCpE.PIO ME TREF IY]OAIXT50ROBECIKMHE CRp11OUT TO VENNE4 TMIRLM NO TE EflFNI NEC A WWM OF ALL R9m Off SBE N AIAMLLYWER KEY NOTES FOR PLANS: C) I EA81lO@4AETE M.EnNh wWTp4W(3 9WNNR. 2 E%N EREELTkIRRE MVLAMLMDUi LdDPFEEWNAEK WNKR L . S. FA91MLpORf1FCm9REFi RONT P W£ PEPFORMREPANSMENEDN£CTED.. l tCG1ENtlM0AX NI VOEPtAWOUM111F5 %UXTOYFNI.< hMTE1NERREm MOREFERMW NATRES DPAREN S NOdYA'EYNOPA A6ASEi E1Ev4TRMI N64'OTME41MIfPLFAWIESIER44AYlOMIOX ig11ENf1lLED rNFA W e TO xnu I Naaew, wm ro taowu. mDPe uEaa. 4 PLF MO RiHNR/Qi1HdTNlIOCXNUN CpO1PLCISMRNLEOApAO 11gUMFAMpMFNCM.RF F V NRMa1 JgNF DEiML I M IIR pUW Ma l EYBDW COMERE99Mi F,T'. FNMaVETEN9CHE...EFOwwFMLFmEM MYER RN OR ECONCRETE NUNL aiN1 MEM<pRREaSI&E ENE.. HF EYSIFM PE,FR TO ENTEOE FAPPXEIMUNFCFFNl I d. KKLMF4 4 CEMWLIM MEROM E TO IMNINN VENLNAR D NK TOf RTV f3pWE Ai ALL 1MEa 10. T.MNIi NEw CCWPE SNBLE EMMl9MJCNl TY51E11 Ai 96EWN11 <R PMIION01ER A9OLEIIULDLTM x W Ma LalAN It. S9WLY9AMYEgOER9CfYEFU ETTR0NRAET.. PNWL8NOValEAMAINML CCIiWItlYNR(Y xDLDv.Mx MMEromLMDavEMODRDED W AIAN0.0TNmFYA rt+.aswmaownln v. CgPWLICProLRMMR INE ELOSIlEaa9iQmE9ELVMTPNFL FORESP0.45ON;NInOININpIIMY) Mm TlEmrm Rv,aNArE4MI W IMAMSMHI91PURroREmAmmlwR4 PEWSTwNMDsm0.wix TMRsw FlaaNuromaRr M.ADvwaRam AamrtMMPAlmAEMLN4Es TV 1YBNA m IW E.M FJEDIE smN Cu�W,ONo IPID! P4a: fUN1YR Fc NSII:WI ....mRn4.Nm CITY OF IOWA CITY Panting Garage aintenance Program and Bridge Repair 2017 Project EAST COLLEGE STREET I GENERAL NOTES: 0. 6EIEPH I. IlaeE RiW.DMMPSOIlalEOTDREarc W I.MLm NRrtaRDewsEs ' _ 6 YIEIIFa - . 1. LCNRKKPSIWLWF(NMLflEO.11EDFEIYIaMEIMY4LREQPFDEEEa REIAEEDR1YRTRE,. 2 flKDIO MYNCM.TE R6PE6KM9Ero L1NFKiAlE1COTLMR 1111111LY1\PFGLLiOLOGlE40 N,,NEE DMTMY.rDwwaMlmrtEs. ... �'' s. FW ANINFRwm NaEFn ImITIESEKOLwNEUD. WDx.lME MmArwmNMrtunmawun RBWro N^ t � CMMIq EAM. LLOROIMR N1 MPF mMvnlnRsiORs&NE INIRRMFlW NLIKNaI)IE1RSro REWl1. L .1 a x1A{mamesswuazwEauIPLV PPOiELrto Fnw.oMLrc. mERERLMEImmESPU E1co+ErtPED BIrt Fu* sv.nxWTHEPAw C7E.DSN RT.RCRRKniv DASDRP.AKwDPavxsRMEAPTW7MSEw SFEM1D. ' wCRFSWEATTI.Lfr.1. suRUP1E0.Ox PELanlEons owELRo. nuOPNcox A1RE 0.`D WIERVLS PA&s EPCA1ENE N10.FRs usH MLowucE. E APP W AMIE. S W<MEMOP&OiWNEDUTRIESEKWMEPEDSA NOT 5 WNONNIE DRAWINGS AVI NORE REttAIED M ARTTLYMTEE ENQNEEP PNO MLm OMER. STEHRTI IIUSNKLTHENTExpgYE I.EECgGWED. - LRCIEDNT'F ABSENCE OF EPFC FG REOUPEUENiS PLuc OR<m SLCHMHRE9KP£q➢LLDBYTEVIIIIIYOw1ffl. 6 TNECNR .RE9FIXl5 lONLOCMNN..lEE GALL FYJSMvWdIEMP1D UI.FRO1pMMlTIEB W,1E911E DYWi,DEYISiNGI11R111E5 SWl rtYFCMRYREPMVDATTIEC[MRRCImm RPES� T. wD.EEM.NIaED. c.FPRaLeDPMNMFQMEYUMTOM s xATER AMIM.Nm 1. EW NiMGAt CBIWBm BFM.PJ.LIpiSMYLRPSE NAIEP WM{SEM 0.MwlEWIRfSN ISLLRfIHCF RRxl1ELm6Un\ETT`g1YDPMiMEMIi IPYtlCPM1AM C L 1. NPRCPDYOEwR %KR4LLYF2BIEDCIXBIRKTSNWILMES,cIXRMLFWMM ErAELYMDCIXi LY RESPCNY&E FOR CWOmOM CE TIE. ENOL IELE.. YSEOf.FILL FERE AND PROPERTY DLANG EERFgUMNLE CE IIE WOPI. MYPECUPENEMmLLMFLV COMNpLMIY MY WiN: WIEDTONXWL WJR51H3HpRe. L' �'.. D. x s �- TM� EXPANSION JOINTI it PHOTO PLAN smf NGSCNE TH O E1R1lO raRLRIED 4Q`ORFIESVd O EMIIMCMEIEPATEDCIps Q EmIMWVEEwTDPFvuE O 1®grFN19pM ADIKOVO<p49F}E11111rISIPCfDA1FA IEFERTOaRVF. sERE«MIm SO N.TV(pa.'Ssrgl4EWaRa M1W A!]MSMrO.c. DEIE4MIMIFFRMI<14 HERR TO EFF4iICA,gY 3RGM DNIm O PPEPµE CAVm --E ANO MM1NflIM1LX WIEPVLITYFE 3} RE - sPECIFGwTDxsERDxmEIm Oi P.. Rm. MATERFYJBTW O PR%iLEL0.ESFNµI. nEFEPro OEiNIWOMnMSm. CONCRETE CURB REPAIR a DETAIL NG SCALE PAY UNIT PER LINEAR FOOT I nLaaEllMrorcaN4nWTEc.MnuaN xw4rirrENLauuAn.xuovmEaTwP eax PAlwuMa EREcr - BMDPR�MEPMiEaBJWLVN.ME NEROT4REO MO PNI�CI6 yi9r1NCVRiINO AflovmwMNEAs AaFEaAEDro RaIEa IEwMAro NmrtRN.Nax W rss1NRN:LEsanrENEaswY To µW WEORr BEIlINNMAMAq NaRMsvEcarATwsECIDFAEImoE.mEEaEADEISM PL4NMMumD AgNgFDNWFMV/5@W1rt PFYERONOPNgNEDNMNMSE BITEUIY W LYAQIY.lWI0.Y:lpINWL FDaw cflnvw m.n MEx DEVELwx. NMvxc oL4N uNA41 DRNEP .`E4-,Za M FELE SMPHnPWELN9IF-4F • LLEON, NEPi, LEGd£P0.04E59dmLYPPEPoAED4NIN0FPDmEDMDNVMN£D PiNLTN{B T . LCMPPRCP 9. NIDI R,TNELESWRY.. VIENN. N1pLE FEM RO,, N.N, W NOT R%MPOF. EMTETOTW aWLL REPMR W RENYE DLLMfiD FEAMES IAS A RE NOTT R INiLEgNR WH ER P0.OlERpIB TO MTTRNAE N 6 TE Lm a ILWA TREET S RIR'CEMATMO LEtlM96MR0. LF0. T TO I.E PLL0.VFMD OFNM. ETO.t{ 'R. BI M YF.PF. RElAVM9 MIIBI TE.. MFA.1 W1ELpE OIDBCpE.PIO ME TREF IY]OAIXT50ROBECIKMHE CRp11OUT TO VENNE4 TMIRLM NO TE EflFNI NEC A WWM OF ALL R9m Off SBE N AIAMLLYWER KEY NOTES FOR PLANS: C) I EA81lO@4AETE M.EnNh wWTp4W(3 9WNNR. 2 E%N EREELTkIRRE MVLAMLMDUi LdDPFEEWNAEK WNKR L . S. FA91MLpORf1FCm9REFi RONT P W£ PEPFORMREPANSMENEDN£CTED.. l tCG1ENtlM0AX NI VOEPtAWOUM111F5 %UXTOYFNI.< hMTE1NERREm MOREFERMW NATRES DPAREN S NOdYA'EYNOPA A6ASEi E1Ev4TRMI N64'OTME41MIfPLFAWIESIER44AYlOMIOX ig11ENf1lLED rNFA W e TO xnu I Naaew, wm ro taowu. mDPe uEaa. 4 PLF MO RiHNR/Qi1HdTNlIOCXNUN CpO1PLCISMRNLEOApAO 11gUMFAMpMFNCM.RF F V NRMa1 JgNF DEiML I M IIR pUW Ma l EYBDW COMERE99Mi F,T'. FNMaVETEN9CHE...EFOwwFMLFmEM MYER RN OR ECONCRETE NUNL aiN1 MEM<pRREaSI&E ENE.. HF EYSIFM PE,FR TO ENTEOE FAPPXEIMUNFCFFNl I d. KKLMF4 4 CEMWLIM MEROM E TO IMNINN VENLNAR D NK TOf RTV f3pWE Ai ALL 1MEa 10. T.MNIi NEw CCWPE SNBLE EMMl9MJCNl TY51E11 Ai 96EWN11 <R PMIION01ER A9OLEIIULDLTM x W Ma LalAN It. S9WLY9AMYEgOER9CfYEFU ETTR0NRAET.. PNWL8NOValEAMAINML CCIiWItlYNR(Y xDLDv.Mx MMEromLMDavEMODRDED W AIAN0.0TNmFYA rt+.aswmaownln v. CgPWLICProLRMMR INE ELOSIlEaa9iQmE9ELVMTPNFL FORESP0.45ON;NInOININpIIMY) Mm TlEmrm Rv,aNArE4MI W IMAMSMHI91PURroREmAmmlwR4 PEWSTwNMDsm0.wix TMRsw FlaaNuromaRr M.ADvwaRam AamrtMMPAlmAEMLN4Es TV 1YBNA m IW E.M FJEDIE smN Cu�W,ONo IPID! P4a: fUN1YR Fc NSII:WI ....mRn4.Nm CITY OF IOWA CITY Panting Garage aintenance Program and Bridge Repair 2017 Project EAST COLLEGE STREET I I_ aro- 13 TSTM 3 WIMIF$STAIR 13 A SOUTHWESTSTAIR X31 SECTION s3m 1R•=ra 4D Er . DM V o SID 50tTN WESTSTAIR-TDPLEVEL ., PLAN AI SID w=1'-0• I1 I.YRRTR SOU - WEST STAIR - TYPICAL LEVELS 14 a PLAN 5300 310'=1'JP ® NORTH SOUDMESTSTAIR GROUNDLEVE �s1 PLAN Af!�I' 5300 Y0'=1'V ® NORTH O O DRAWINGNOTES: THP Q +. EYAImC/SFWFLADE A ODLYl 2 FMLMGNEWSTRKVflEWu i� 1 EMIIGIiA4CURIMIMLLESSURS LOMAMIFPNK l EIISIMG CllmE51NLTR s eMLmwaaAllaWTOrurccEvrocAaArE fl EWTRIM iSiW4ER I EVBING. WlK WITNE"9rm"UMFOSHRETS. PPD'ANDPgIMIfW .EDEARNWSYSTEM RInWTDRRrnuTEMSEETKN WTRB. 6 E45TNGSrE65lMPMMfIIMGSIINPIpCECp1CPErE. PREPNy Mi I 1EWEPoRYCMRMflSRM. REFER TO SRCIFIGTM SECTFM ATWA B. CMLPN.IplTOV4YlyLY.W IRR'l.WRTMPN . RfSSRSANMNLRIptTFM T ANSI ASNRECTEDPERMW RERl.ENDISRERLLWSPOp F1A+TE[0.3NALLOVIAVCE FImA RRERa AND ro vseuTw RT: Lard o+z+m Ae wsooB. +B P W%YCMIm9ISIB+4TIGTMFAW[ECWERN.WTAT su STMAW BRRPN PAECRMIMERY£s RERNroSMA9 LFTAlT LPAMI] ssBN 11, EMLP .RFSTROWERnGCisLCAEH"LLA0 111Ow9AA FVSGIDAW SITERs ASPWI OF MY m WOFP. REMW E AM P1.1. PDJMO CCWG . .,FT NEW IE W TRTKA"ll MEMRP.UE SYSTEM IN$7ALL PER W ANUFACNRER AEFFNA1ONSAI O INALUOE ALL NANNFKNRER PEOINRED FASTENERSMrION . TERMsfNPI.IE5 LUm. 111FOLR FLAEWNC3 ROOTING LTC. AFTER ROOF RPLACEME NT IS ESNITI E, PNM MSWNG WO OLRTINI EYY.ORTDRYLECLEU9YOWNER. REFERTOWDEFTEATCHSELTIONE01RMEYL RB+W +1 ElJ41Hf DYPSLN ByPOpIMILL +] REMYENLEARrm SYPELM YWMAIpREPVCEWILXIEW NXSRgE RssIAMDamuL vEFERro SFNEFI RR<MIUT4I RCTW m+n. N, EYSrtlIGINTEPYA SNP.PP... NNPWENWKESNOFRWLELEYIPOM SrsroN. RIIRTOSPECAKATax SETTaNBMIW + EVSPLGnALLMCIN+EDRNIAIC. PEAITSPABNIMWXEfi.SG+NYIORRIPAW GYLE.- IXIRRIOPflLHTALF. ttlLLOGIpNSTOPE RA. NOWMP NE.NATEOAREA PREPAARE yJRfN£SNOIPO2f+EW PNM +A. FASTNO DT HIST W.IE TO REMAN MWE AS LE.. TOP.AFgAIRPLI. REINSTALL FAME IN INEIRIXNSINAL LDGM TASTER O WEAK IS CWRER. +I EV STING STAIN STRINGER, TREMMISER AND RATING. MECWNKPLLY CLEAN All RUST. PREPARE SURFACES AND PRONOE IEA PNM SYRTEM ON ALL GPoRED MLTN RMFACES PEFERTO SPECIFII SIF TION AWSAO + PREPARE ALE PNM NEW WRNJPE RESISTANT DRYWALL COLOR TO R Y4ECR0 RY FNNER. MODEL TO YECIF KATIM SECTION MI D3 + EAME . POWER SI. TO TO RCaW MNESvtY£AS+E¢SyRY N STRRFpW.. RMWTALLRKa1N'[M11..NALLECATKNN AUWEAA A RANFR A. FPOIE[f AALp$TRASTMTLTSPRLATAPPETOPFMVI MRM:IRIp suzMr Aro mortzwRmc wALADErooWLEawaaro STMRW W WP. STNRWAYFEATURES MEPE+ECMiF IOIRI m NO. WLKS BTMiRFIl6 tlRMTLSf61M V R mITIIEARISiM R A IMlMLM091FACWRSM1vB9.M ME EST WRTm FTwu waow Gaal W KTBAL LRUFMM. CgIIRILIORRWImEfCP TED.AaRxaE xORY.Tax MaOa rom. NOTE SOUTHEAST STAIR WORN EFFORTS SAMEAL SOUTHWEST STAIR. INCLUDE SOUTHFPST STAIR AS PART OF (BASE BID WORT( EFFORTS C®eN.OEUA}NR Wim: 5133A1_yII Ec SVN1�1 ��,MPRW CITY OF IOWA CITY Parking Garage Maintenance Program and Bridge Repair 2017 Project SW. STAIR �Illllli� 111■ © O 0 ► OU0 000 �►t 0 O •� 000 000 v yI'�` 000 , I oMgll'61 �III�� 000 O 000 CS O O ►� dl .000 I SOUTHWESTSTAIR X31 SECTION s3m 1R•=ra 4D Er . DM V o SID 50tTN WESTSTAIR-TDPLEVEL ., PLAN AI SID w=1'-0• I1 I.YRRTR SOU - WEST STAIR - TYPICAL LEVELS 14 a PLAN 5300 310'=1'JP ® NORTH SOUDMESTSTAIR GROUNDLEVE �s1 PLAN Af!�I' 5300 Y0'=1'V ® NORTH O O DRAWINGNOTES: THP Q +. EYAImC/SFWFLADE A ODLYl 2 FMLMGNEWSTRKVflEWu i� 1 EMIIGIiA4CURIMIMLLESSURS LOMAMIFPNK l EIISIMG CllmE51NLTR s eMLmwaaAllaWTOrurccEvrocAaArE fl EWTRIM iSiW4ER I EVBING. WlK WITNE"9rm"UMFOSHRETS. PPD'ANDPgIMIfW .EDEARNWSYSTEM RInWTDRRrnuTEMSEETKN WTRB. 6 E45TNGSrE65lMPMMfIIMGSIINPIpCECp1CPErE. PREPNy Mi I 1EWEPoRYCMRMflSRM. REFER TO SRCIFIGTM SECTFM ATWA B. CMLPN.IplTOV4YlyLY.W IRR'l.WRTMPN . RfSSRSANMNLRIptTFM T ANSI ASNRECTEDPERMW RERl.ENDISRERLLWSPOp F1A+TE[0.3NALLOVIAVCE FImA RRERa AND ro vseuTw RT: Lard o+z+m Ae wsooB. +B P W%YCMIm9ISIB+4TIGTMFAW[ECWERN.WTAT su STMAW BRRPN PAECRMIMERY£s RERNroSMA9 LFTAlT LPAMI] ssBN 11, EMLP .RFSTROWERnGCisLCAEH"LLA0 111Ow9AA FVSGIDAW SITERs ASPWI OF MY m WOFP. REMW E AM P1.1. PDJMO CCWG . .,FT NEW IE W TRTKA"ll MEMRP.UE SYSTEM IN$7ALL PER W ANUFACNRER AEFFNA1ONSAI O INALUOE ALL NANNFKNRER PEOINRED FASTENERSMrION . TERMsfNPI.IE5 LUm. 111FOLR FLAEWNC3 ROOTING LTC. AFTER ROOF RPLACEME NT IS ESNITI E, PNM MSWNG WO OLRTINI EYY.ORTDRYLECLEU9YOWNER. REFERTOWDEFTEATCHSELTIONE01RMEYL RB+W +1 ElJ41Hf DYPSLN ByPOpIMILL +] REMYENLEARrm SYPELM YWMAIpREPVCEWILXIEW NXSRgE RssIAMDamuL vEFERro SFNEFI RR<MIUT4I RCTW m+n. N, EYSrtlIGINTEPYA SNP.PP... NNPWENWKESNOFRWLELEYIPOM SrsroN. RIIRTOSPECAKATax SETTaNBMIW + EVSPLGnALLMCIN+EDRNIAIC. PEAITSPABNIMWXEfi.SG+NYIORRIPAW GYLE.- IXIRRIOPflLHTALF. ttlLLOGIpNSTOPE RA. NOWMP NE.NATEOAREA PREPAARE yJRfN£SNOIPO2f+EW PNM +A. FASTNO DT HIST W.IE TO REMAN MWE AS LE.. TOP.AFgAIRPLI. REINSTALL FAME IN INEIRIXNSINAL LDGM TASTER O WEAK IS CWRER. +I EV STING STAIN STRINGER, TREMMISER AND RATING. MECWNKPLLY CLEAN All RUST. PREPARE SURFACES AND PRONOE IEA PNM SYRTEM ON ALL GPoRED MLTN RMFACES PEFERTO SPECIFII SIF TION AWSAO + PREPARE ALE PNM NEW WRNJPE RESISTANT DRYWALL COLOR TO R Y4ECR0 RY FNNER. MODEL TO YECIF KATIM SECTION MI D3 + EAME . POWER SI. TO TO RCaW MNESvtY£AS+E¢SyRY N STRRFpW.. RMWTALLRKa1N'[M11..NALLECATKNN AUWEAA A RANFR A. FPOIE[f AALp$TRASTMTLTSPRLATAPPETOPFMVI MRM:IRIp suzMr Aro mortzwRmc wALADErooWLEawaaro STMRW W WP. STNRWAYFEATURES MEPE+ECMiF IOIRI m NO. WLKS BTMiRFIl6 tlRMTLSf61M V R mITIIEARISiM R A IMlMLM091FACWRSM1vB9.M ME EST WRTm FTwu waow Gaal W KTBAL LRUFMM. CgIIRILIORRWImEfCP TED.AaRxaE xORY.Tax MaOa rom. NOTE SOUTHEAST STAIR WORN EFFORTS SAMEAL SOUTHWEST STAIR. INCLUDE SOUTHFPST STAIR AS PART OF (BASE BID WORT( EFFORTS C®eN.OEUA}NR Wim: 5133A1_yII Ec SVN1�1 ��,MPRW CITY OF IOWA CITY Parking Garage Maintenance Program and Bridge Repair 2017 Project SW. STAIR NORTHWEST STAIR �1 SECTION aro lx'-Va O Col M U RtOJ11MnnM to mRraMnmM tt 8 NORTHWEST STAIR -GRADE LEVEL PLAN \,!V 10 1W. V,' Q TM O O Y fwnwEnmM t to IORiM1E]1rtM It NDRTHWEST STAIR - LI I. PLAN ao uT-Ta - DRAM ONOTES: Q 1, mmwlwva«runmull 1 WninxYUnCPCRR IIILi l F}YMrOAO ILrtMYMltl1 •AL weIX11AVCR f9Itxq l fAe1M W.39 fAK'Np- 1 wnrau ww]. fRwaoraFa mur!E I FaslMnFa ]v4m t iN313fi3RH WMGMM W1NMfl NCRFR, IWBMOMIYLL KN E]ORrCpiMJ n1RY RiER iDwE<iGlpl l[C1RMe11m. a FaeTM Ara eTM rxA•rxwixx.vxmrc4a mREIR w.RI IEIFWxrIM1W 3Y3RP. 4xRi0Nf6n1ANMCId R1xA. ] canaKlaroxxwu xwMv artawooxR ttM PE,+arA E<lmm�w.rourar+rwlmmerMmi auvc+FD.Naca R➢IM{GRnaaIOMRW NY IrOfgNMCA9I ILLDIfNR PI}R rEiQ TD FERi1�1EM ]tCRM 31ib WObA. Y M1 IIA'E11fMr Wtl3p3rRBE/TY IOIfPRtE [CYi bFNMll li NLbiM MAT3Yl xYlKId NRAKE\ RmHiC YMRiN ). wNMp 1Ca 11. FAS'W IN R]IH1(O61MCi f[YEAYFRYMTM4D NLLmOI MYMNDOMN]. YVrRI C! VS ap NC9. REYMNO RFAKf RLL IYpiGftYPfM3 NMtA i,EWAVrt Y9NWF maRY xi4t Rr WMiKTR11 YRFt'AItlIO MLNTVU.VL WNiK11MF11 RdMFO f.]TIl1FIl. RAN3aY WHR[e. Mb Wt. L(eI1RR fLWKa. KO1M Ei4 MTEI13Ui RFnKFlEM aCMFTL PEM RwwNm Gvfi[R, 0.LMiCR YLNiFORCFKR MRRI0914tlfY1iMMl YCi1LH 01xli.lb n Aawiwmrerua R.w]u 13 1a1wE w rnnw omw ow RvwF NH raKF Mw 1AA w3Tw Ifl{1M MMELL 4fEr TIIE6fAl[N BFCIll1aNIN 1l FA3'34MENP nM MIM WMv(TPfEQf Mn E1bVRYY MNf n3RY. 4811 TC ]fO(ATT: ][Cd LAq. n. ie31K.W1CWrtD PMN'.4yM MIK'E31(Cf yRr TD PIi r�ufArtRR'F IllwxoRRR m IEMiW nMIJYI (CU11M I1M lc x DRTer w rxeTFD rraR wFrA4 sIAiKE> uo woof 4Y rRn Rams Ii EL3TGEYIYU91DMR1C PkW1(KhFUK43}MYiO rtPf0413hW.. li .. 11.1 IT.. 1RLNN9EP NµM1EL1N].I 11iM'xl r TVREItR LRIKF I AVl PPV.1S 11111..1 MW41 FIkMDIRK swrKFl rnEr 10 s��l.1w]FcnmwnM 4 RiWYYDVMTK6N543fT4I1 w 1. C0.P1Nn HLKTED MFMMF 4FRTD lxwTwxcmR .1. . 1111111M I'm TARP NMWl1P4]EiI5Y1EQ]]MT TO MMMYF•Ra, RfinN1]lsw'ANT1f]1crpMlpGTpxTFRµlaAl fllM](T. •. 11OT{ilI FYIifR IT. I.. rF/.141EB TORBWI CCMPI<lA 10 xartr.rDamlTwTw froA4RrlfDRro aeEAlMxo4. ] 31-ATNE"IT411 1 1 WIMEFR ttM 1 1p .WITNEiT]LM 11 10 gmNV1rtM It YTARWAi RJ.TMB _. _._111t. __ •Pa x�A mwD amm Kt i.f] 1pOxR]1 fIM ] Tho- TR. 1 swnvAsl slM ] IwORMORM d�IIa MYILlMNM � FDIYII@IOn4]I GNMCR3IA J mmAem rsarFramenA•eNs .�/ , (') / vrn rn.@- �rn MEwalvawmnNarom NORTHWEST STAIR - LEVELS 4 PLAN S_l 1R'-t'P 0 O Lei, NLWTHWESTSTAIR-LEVEL I s PLAN ap 1R •Td �{! IMT STAIN"Im 6WRT{ VIEW NCR111MBT aNI M0. SDUTNM9T STARAIPARTOMSESDW EiF0RT[ TM iM IYIY{ 4 lm E.. iya]I..t E]xrw. oee Rxa M1�: lV:il RYl$ is !VH341 --Mlms Cm Of IOWA CITY Parking Garage Maintenance Program and Bridge Repair 2017 Project TTLI wxRCHAUNCEY SWAN NW. STAIR SECTION AND AT 7 ST TAI iroYam�rrsAw+T. anT, S310 NORMWESTSTWR-ALTERNATENO. IANORTHW SrTSTAIR-ALTERNATENO.IA +SECTION %z WEST ELEVATION SSi1 lw=1'D' 1O® S0tl 1l4'=1'-0' ®& J r II. I 1] 1B lYP �� � 000 010 00 CIO 00 010 00 010 00 010 III Ell—ll: 11➢. 0 IEVLL.A LEVElY es4 f�v PVN ttR © I 0O mm � O ni, D s o ""■1 IO\F F1AIwmRO II11■' re p ❑❑ F= 1EVELx tl TP. T✓ WNRsmm r I � Iii II' II11■1 � 1■1 M 1e TMP ✓1 ✓'�F=�. .. tlVLELIIBA F nF i it ®� L= i m nl II' RB rcR "I TP m. x F F E-_ F� F 13 NORMWESTSTWR-ALTERNATENO. IANORTHW SrTSTAIR-ALTERNATENO.IA +SECTION %z WEST ELEVATION SSi1 lw=1'D' 1O® S0tl 1l4'=1'-0' ®& J r II. I 1] 1B lYP �� � 000 010 00 CIO 00 010 00 010 00 010 III Ell—ll: 11➢. 0 IEVLL.A LEVElY es4 f�v PVN ttR re O ni, D s o F1AIwmRO F F , re p ❑❑ F= 1EVELx tl TP. T✓ WNRsmm r I � Iii O ❑❑�I � M 1e TMP ✓1 ✓'�F=�. .. tlVLELIIBA NORMWESTSTWR-ALTERNATENO. IANORTHW SrTSTAIR-ALTERNATENO.IA +SECTION %z WEST ELEVATION SSi1 lw=1'D' 1O® S0tl 1l4'=1'-0' ®& J r NORTHWEST STAIR -ALTERNATE NO. IA 3 SECTION &300 19'=1'-0' GO DRAWING NOTES: 0 ,. EYIBTNGGTTIxPIACELIXICPEIELMLWI x xnsWGPRECESTCOxcRETE w.. , x EMsmGaassamAxnRLLGRIAsswFmwmwRFRPwG a EMSWGwAGESRLMTLME S Egs1W6 Wx1iWFYRKKN'GOLLE93T)LgpKi. B. EM19,W6B1EEl9,PINGER I. FYJstN6.ILE MGEREER EIR.ECGIC, RIEP4Dg JLRBW EIORY.MOIYBIEM FETERTGSFECIF ROM9FFTFN0i1B00. S Ep9RG 6R£19TNRPpN4WRX VSiINMCELdILRTc PREPGLFIBTNL I£M SKIT LMnW CYS1EAl REFER M SEE.TXi ElC Sll.O 9, CONIWICTCR TO YIs.KLLY SURVEY SIE EL IANgWs 0.NO ElNR. 1. CI IEMd MEND REFFRT FHNQW TO ENC{NEE1 AS I., EERF. ..NI IIMNJOIMTEMLR PN D 11. IXE. pLLgYMN£ 1.. REFER TOSPELIFICPipN BEC .1111Po4NO M.. 14 PRO0. TO NEV EPDXY COATW SYSTEM I%LLPT M(R ESEIB W 0 ALL STIR VERMAL PgOhCMM INTERFELER REFERTD.0 AJL 1. VRIl 55A. 11.EVST."0"BYSIEM EFILE TNOCP R.LfE YBEEN. PE11EDIN9 Wt FLAILING AND GOITERS. AS PMT OF WE I' TRI R.AW REPINE NL R W p W CMPCVIEMR M" .0 TMERµ%IA911c MEMBRANE SYSTEM, INSTILL FERMwUFECTURRE SPE IECITO l ANDIMLUCE ALL MLp IRLTURER RECI.RED FASIENEgS iERMILUnONA99EMBUES, FVSNNCR CW.11.11. BOJTWG ELL.IT",CIFFREPIACEMEM ISCWPLEIE, PWMFLASWNG MD WTTER9, CCICP M BE SELECTED BY MNM REFER TO 9PEFIFICATp1 RECTINR 0TN10ANO 1x FARRW GIRIMIW00RYwILL 1S FHpIE ILL METRO GYRJFI BOARD DRMALL IL RERMEMIX Law MNNRE Otte, REgRMT I1YWELLIwFE0.1OyECIFILA1 gI5ELMNVA118 10. EM9nNGINIfIWR9 RMUNOMUME&1gFACESIOF MNEMPMM 9YSIFTA. RErtRro.mECFRCATONSECMgsMRW 13 Ew.. WI LYTED RING REMYYF PRERG W I IE. TO PERiaM1 SYSmE 11. EtlSiNiE4WISTIUTETORENIx MNEASFELESNAYTOPENE0W.1.. PEMSINLGMIE xmEwowaxeuarATroNIIERMLnoRLLscwwUrt. li EYSIWGSINRSTRIWER. TREIEMRBERONDMIMCEELIYNCNLYCIWM RUST PREPARE 911RFACESMI IIO61. NEW PIM9YSTENONNIIXPoEEIILf1A1 SURFACES. REFER TOSPECIFICPTONEYFT 0W1O. 18, Pi EMAENNPNMNEM.RlLRl REASTANTOEE. L..YSE1H:IED BYOnNER RErtRTOSR11FI.I BBITON OMR. 11, EVBIINGsrN0.i0WEN91LiNGEroREMVx LAVESMW6E rS 1ECFS4AYro PERPawworzx. REMSTIL Ir+xcELNTnepowaxu LaunoxlTPnuLwau 9LGWLEIE X. 41.O TALLE�STNFTOVBBRMARWESTOREMAIM. MMEACTORTO SLWY£YNOPE%RFEMBTW DNMDETEOVMERPMOETOSTMTNGNOBN, NOTE: SOUTHWEST STAIR (ALTERNATE NO. 18) WORK EFFORTS SAME AS NORTHWEST STAIR (ALTERNATE NO.1A) ALL WORK ON THIS SHEET IS ADD ALTERNATE NO. 1A AND 16. TM d�li:7s T EM,, 5 L l rm ROR.xse1 Nk b Cm of IOWA Cm Parking Garage Maintenance Program and Bridge Repair 2017 Project WANING TRE CHAUNCEY SWAN W. STAIR M DB M. OAT: IMID.00 FEBRIMRY M7 IgAMNG NUYBEq S311 �-------- - L -------------------- 000 010 00 CIO 00 010 00 010 00 010 B IS 1B B TYv I� LEVElY es4 f�v PVN ttR ttP. z m F F , F= tl TP. T✓ F—F ryP M 1e TMP ✓1 ✓'�F=�. F nF uuax PIrW xGB1B RB rcR TP m. x F F E-_ F� F 13 NORTHWEST STAIR -ALTERNATE NO. IA 3 SECTION &300 19'=1'-0' GO DRAWING NOTES: 0 ,. EYIBTNGGTTIxPIACELIXICPEIELMLWI x xnsWGPRECESTCOxcRETE w.. , x EMsmGaassamAxnRLLGRIAsswFmwmwRFRPwG a EMSWGwAGESRLMTLME S Egs1W6 Wx1iWFYRKKN'GOLLE93T)LgpKi. B. EM19,W6B1EEl9,PINGER I. FYJstN6.ILE MGEREER EIR.ECGIC, RIEP4Dg JLRBW EIORY.MOIYBIEM FETERTGSFECIF ROM9FFTFN0i1B00. S Ep9RG 6R£19TNRPpN4WRX VSiINMCELdILRTc PREPGLFIBTNL I£M SKIT LMnW CYS1EAl REFER M SEE.TXi ElC Sll.O 9, CONIWICTCR TO YIs.KLLY SURVEY SIE EL IANgWs 0.NO ElNR. 1. CI IEMd MEND REFFRT FHNQW TO ENC{NEE1 AS I., EERF. ..NI IIMNJOIMTEMLR PN D 11. IXE. pLLgYMN£ 1.. REFER TOSPELIFICPipN BEC .1111Po4NO M.. 14 PRO0. TO NEV EPDXY COATW SYSTEM I%LLPT M(R ESEIB W 0 ALL STIR VERMAL PgOhCMM INTERFELER REFERTD.0 AJL 1. VRIl 55A. 11.EVST."0"BYSIEM EFILE TNOCP R.LfE YBEEN. PE11EDIN9 Wt FLAILING AND GOITERS. AS PMT OF WE I' TRI R.AW REPINE NL R W p W CMPCVIEMR M" .0 TMERµ%IA911c MEMBRANE SYSTEM, INSTILL FERMwUFECTURRE SPE IECITO l ANDIMLUCE ALL MLp IRLTURER RECI.RED FASIENEgS iERMILUnONA99EMBUES, FVSNNCR CW.11.11. BOJTWG ELL.IT",CIFFREPIACEMEM ISCWPLEIE, PWMFLASWNG MD WTTER9, CCICP M BE SELECTED BY MNM REFER TO 9PEFIFICATp1 RECTINR 0TN10ANO 1x FARRW GIRIMIW00RYwILL 1S FHpIE ILL METRO GYRJFI BOARD DRMALL IL RERMEMIX Law MNNRE Otte, REgRMT I1YWELLIwFE0.1OyECIFILA1 gI5ELMNVA118 10. EM9nNGINIfIWR9 RMUNOMUME&1gFACESIOF MNEMPMM 9YSIFTA. RErtRro.mECFRCATONSECMgsMRW 13 Ew.. WI LYTED RING REMYYF PRERG W I IE. TO PERiaM1 SYSmE 11. EtlSiNiE4WISTIUTETORENIx MNEASFELESNAYTOPENE0W.1.. PEMSINLGMIE xmEwowaxeuarATroNIIERMLnoRLLscwwUrt. li EYSIWGSINRSTRIWER. TREIEMRBERONDMIMCEELIYNCNLYCIWM RUST PREPARE 911RFACESMI IIO61. NEW PIM9YSTENONNIIXPoEEIILf1A1 SURFACES. REFER TOSPECIFICPTONEYFT 0W1O. 18, Pi EMAENNPNMNEM.RlLRl REASTANTOEE. L..YSE1H:IED BYOnNER RErtRTOSR11FI.I BBITON OMR. 11, EVBIINGsrN0.i0WEN91LiNGEroREMVx LAVESMW6E rS 1ECFS4AYro PERPawworzx. REMSTIL Ir+xcELNTnepowaxu LaunoxlTPnuLwau 9LGWLEIE X. 41.O TALLE�STNFTOVBBRMARWESTOREMAIM. MMEACTORTO SLWY£YNOPE%RFEMBTW DNMDETEOVMERPMOETOSTMTNGNOBN, NOTE: SOUTHWEST STAIR (ALTERNATE NO. 18) WORK EFFORTS SAME AS NORTHWEST STAIR (ALTERNATE NO.1A) ALL WORK ON THIS SHEET IS ADD ALTERNATE NO. 1A AND 16. TM d�li:7s T EM,, 5 L l rm ROR.xse1 Nk b Cm of IOWA Cm Parking Garage Maintenance Program and Bridge Repair 2017 Project WANING TRE CHAUNCEY SWAN W. STAIR M DB M. OAT: IMID.00 FEBRIMRY M7 IgAMNG NUYBEq S311 a ae 0 1 1 O1 EmON3CGGREI. 0 E.�Tlw MuaMnox PURE Wmw A,.FEE.CFRFMMG 0 PxmoRE ora EWxrcGlExroEosEEL REEamsPErnGTaxsE ..... OS REWVE ALL 9%IND PND IMWWO CAMETE IN AHMED MR REFER TO A'NEIGnW MCTEYI MEIW. OS FOTENMLE%PoYDPoATTEN5CIFDTEFMYIIPR. LCGTIC AFFEWOHE VMY, PAIEEED CAREFMLY ExGVRTEMWNDPFTEJNNLECNCTMWGETFNEONIINSPECTTEIWNFOE COIflOAEMAFa9RCN9PEEWUVELOAAWENa NENAT,Z MA 1 N,,EE. ANERJPFIEAEATAA.ASRS.SHNREEPRANTDPuW ND1.TCH.R VCS. Ol FREPMEGNIYMCPFANMIMCCNCXETEPPRi1 W1EPN1. REFERMAPEOFIGTON YCTEX1E91W TYPICAL SHALLOW CONCRETE REPAIR (+ DETAIL 5100 NO SCNE PAY UNIT PER SQUARE FOOT C> E%A,MGGd1CRE1EJIXV.PIGA WaE EO EnS11..MANTR IPWE. PawIM WMnR.vrARouxo EaLEIFAOFRFPaRAEA O REAOVE aL E DDAW SCOAUNNDOONCRYNMDMFA EIE"NFERTO&ECEICATM SECIIJNWOIW OA E%G , Nr AN`"".PEIEEACLT] FRFPWANCEFORI REFERTOSROFEETON ..RA OB PRbMFCA rvALPEACN.CIMIALLMTO1MnAAR-REFERTOGYV 11ONSECTJNOO O Pax1REPMMGmNNmNwYLENrS4PTACE. REFERmO£OFEPnCNSECTOILWIW COLUMW VERTICAL SURFACE REPAIR is1 DETAIL f/ / NO SCALE �PAY UNIT ON A TIME -AND -MATERIAL BASIS OI EY6INGNXCElE91M Qx EvmcDEIMWWnW RAKE OWNAMHTMMNOPERE F0FNEPARANR O PREPMEANDEPOxYCOPIExPNEOST EL REEERm FLiIEKRIAx AELTXNI LO]t[Q © REL EA ILE ADANDUNOUMCONCR lNB DAP aFEEam&£CEICAThN MCDONo2O1oo. O PJTENN4 E%POSIIRE CF PDST TE..EO TEN. PIT LOAARON OFTEMRIB ANNEA6 NEEMO GREIRLY ExCFVATE MOUND F T PARE N. CO NOT OMAN TNMR1 IIDPER TEILIXI FOR CORRp HOOP CHIT. PAEMER MINCE WO. mFH 1 EPAaTEICIX1sKATNNG PER SPEIRATpN MCTIGN C1.1 1, O GREPMEGMYA'a NIW1OE NEW LVNCREIEPRICX IMTEflW. EFENTOEECIE. ECnOlaM1W. TYPICAL DEEP CONCRETE REPAIR %1 DETAIL S/W NO SCALE PAY UNIT PER SQUARE FOOT p O O a y 1D © 0 O1 NEEECECF RETESUS.ICERECUFINGEPaR3. Q 019TW DEDANWnox PaNE. O 14&NCIIAM RRMETERMPATCNREFERTOAEQKAIRWSEC MIM. O WiN1WWST PATCNA^CN%SEYERY I'tl OL. GCNWAY. REFERMSECIFGIW SECTIONNEOD OS CEN NFWICINGWI NPATCNMFAEFERMSPECFEATRM'MCTY =10,. © REWVEAUS AOMDUNAOUNTNFICRERIx51VOEDARGAIDMTCN11P111RPM MTERVL REFER TO SECIFIwnM SECTION WIN, O3 FMA RpuR MEA TO TCN..' ENISIFfncE REFER TO SIEOFER1xNI ECIbN EA IW. OVERHEAD CONCRETE REPAIR 1�B, DETAIL &AW / NO SCALE r� PAYUNITONA TIME -AND -MATERIAL BASIS Qi d191W TlAOETESIµ O 'EIll DJNa aO L'M NNAPPRTEMdpOE0 ME, NEW TObREI,A. RACTERLWIER. O MER CON. OF. CFARG FADCE0.PE8 MEdNlELY PREM TO£RFP . MINCES CN%Nq, PEONOE W GEP RMEV MRSA FEARETER CL SPASM A O AFTER CpIftERON OF RGFN ONPFTI6 PROO.Ee MEpPIEY PREM RI NE AWG NLEO LMPPIM EFFORTS FMr1M IM SiWCOF PERMER0. OF REPAIR AEA O FREPMEPNS EPo%Y NOT EMONDREPIR. REFER TO SPEGFlGTAMI NOTE. FORS, OB MAN EDEA MO FIXd AREAS M SENSORY TO 3OPPgR NEE PETER AROMA `OANEO SURFACES S'WL 8E 1. RION SIMAILES, FEASdcE. LATEW1 Ol PE..Na'N. MW Lg14 EIEPFTM FNTFE4 EEFRm APPER TMM AEElTONOT ER. OB PJC-SEI.FSCRIT LWIINT SYSTEM SEAT RE. MEAS FEE PNTlEC1KH REEW NUW BiARTOFMCRY•aNPAVAMflmIEClKKlidl9Y51B.1.S A9EDLNEO. REPEATS SPETE ThMECIFN%AEW O POTENRLL EVERLEF OF POST TRAPPED TEAWN IFI LOEMN OF TEIDdS WES.E MEC. CA EFLLLY EXCAVATE M W ND K I E N W N, CO NOT C MAN TENDON. INSECT TENDON FOR COONSON MWR CNPPM NUIMER EAWE MD REPORT TO SgNEER TYPICAL FULL DEPTH CONCRETE REPAIR 3DETAIL V -41/ A00 NOSCALE PAY UNIT PER SQUARE FOOT VERTICAL SURFACE --------------- WAR SLAB SOFFIT OR BEAM BOTTOM OI EGSTXGCFNEE2 O3 REWIRE ALL CETERWN1ES CZNCRETE U11 NO HAND IELD INM,ERoar OS "REWIEELCLSONEMOAEDREINWEELENT. ELMOLEAR DAlnI(E)INDEFExMM CLMIB OF EFT. .1..1C KH ON . . ON DID Im. O ATRNILFIFExTRZNEHAFACEAMIr. INADDNCATONPEWIEEWDEPOxYCMT µAYAPON Al RE WEECLEox IOHCETF WIIIW RFPMARRANPMN1 EPNRES ALRFALES OF. RCN ..R', ER W IOL PMI NATLAE. C. TO, NI Ex LST W MYCENI SAAAL£A REFER TO SPECIES kR MZA..1W TYPICAL IWOCKDOWN REPAIRS iii DETAIL SAW / NOSCAIE �J PAY UNIT ON A TIME -AND -MATERIAL BASIS 1 I,ITY G(Vx �E`' OI IX6RFL LttICREIEBFN'. (2 eanwoEtnwN1EMFLAR OJ PRwmE VP WE.T ARWro PEwVmR OF REPM ARR O STROVE ML SCWS AND UNSGIIa CVxLETE MREN—E)OPFAPETER TON£EIN— NC1axmD1AE OE GGVATE VP MOUNT aI REINFORCING. PREPARE NO E Po%Y CGi ROPER SEGMPnONENFT1Nll. © PREPME CPVIM1SUP£PCESMDIIDINLPAIPI WIERVL EFERMSECIMAMHSEC11ON I'll. Ol FOWCNWFERATCOVIXCEMNIm IMTCNER.RNG, O PNRREPARMGmLM1CNAOYLFM 0.PFKE. REFERm4EOFGThMIYCTMM3100. TYPICAL BEAM BOTTOM REPAIR 1a1 DETAIL Sf00 / NO SCALE PAY UNIT ON TIME -AND -MATERIAL BASIS OI PEIGiDPREGBIIEENJl+E O D$IH681EFLSIFM CCHNECRNPulE3 INMFCT ECRCEIEPOMnox IF INFECT. PREPASEMDEORYIXMiaL.ETEEL EERMS SEEICNIONSECION O WIEREDETERRMNTEDM ENWELWMEMM..RENJVESRVLORAIEELMP WEILEDIN.EATENEARCON N.A. PEPSIEFIL.NRCERNa NEO NPARECBEEDNELORCO. MERPREPVNTRM,EWMCCgiNLFFP EDRIEEL REERTDSPECEICARM'YCIKKl001WASENAN), FWTMUT, NOW F WRITER WDWEREORC ,,MRi01LEWOLLVANEOSP%ENEMK TWEPARANTRUPERIETAIRIIAIIINARINSENEI, Qi yr Gwnrt Mourn PEMETFAa PATE O EYJCIAE CUNMNTKHflN1E ID E. Na EPELENISOUNDA'DUNCWNDCDNCRErEAT-Ill VDEDMG REEarOEECAIGmisecnoxoWlW. O SVOPVu T E%GVAMNANC ExNMD STEEL IMraL EPDXY NaOPED ERR WRTM4 REERmsRCpEp1gI SECTION 02SA2. OB IF ExuVATON RCEEDS I I? xMDTR. N. ARSAW TO WIIXI LVIL4ER REPUR EER TO RTAS 1 M THE CRANING TYPICAL JOINTEDOE REPAIRS 171 DETAIL 5100 / NOSCALE PAY UNIT PER LINEAR FOOT OF EDGE REPAIR PAY UNIT PER LOCATION OF WELD REPAIR TW THPL-RNAI- 1W F-EghN Sren CmionN, OLio«ffi Ph®e: !132<I IIE F¢ FDSRL9A1 aww.IhNltl.am �c CITY OF IMA CITY Parking Garage laintenance Program and Bridge Repair 2017 Project CONCRETE AND STEEL REPAIR DETAILS Qi EsanrD c.STNxnPSE PosraEFaorEDww�EiEaooRMASuaewL 0 w�ENneL DroNENnuw,EDrex9DxuDIDRMrcETroEUPNNGx,Dea. O PEPiptMFUl0EP1RNNCRER REPNRFORIXTAl1A1DNWXEW 1O9nRNRN CONEpNpgEPNR0.44FM&LES REFER. .GN EECTNEOIoIoo, O gIJVCFIX(pWECNR siRESSIrLANCICRtN w1E 1cEMEAIxsIABMWOFPIp HFERrosPEfdCATJX9ECMW mY1O. OS MONDE FDSRIENWN PRESOLDRIGTED END Aw1YM IW SOFTER IN 9LAWAGOEPREFER TO WEEMOVIDI BECTN0.Wt4 MAN NO YM, AT OW sME PROAOE. OfPMLO.. PEPNPWI T AOEgNR OIXLPER OURS, PER wTEI. No SIPF98IEM'lE1DF1 ]O DOLL ME ENY.Y N UYI MAGEE REIIIORCINE AT r O.C. AT A.L. Sa S[RR REFER TO SECwN W01W. O PREPARE GNtt NN PROVIDE NEW CONCRETE PARCH WTERAL M PMF OF GAF FARM UNIT MILE. REFER iO YPELFIGTKKI SECT II.IW SLAB POST TENSION CABLE REPAIR B SECTION 5101 NO SCALE PAY UNIT PER LOCATION Qi FumweRcuw. 0 ExlsnwwRTM O Y1W EUf EUBnw WSONA. W gTNMLNIE9].EDMFIARBEI4O'JMEREO W NET DUSK#UMNY DEN PJHI, OR M.'NEWWTARNEFERrod£CEIGTIMEECT.CNWIW TYPICAL TUCNYOINTING REPAIR is DETAIL s4o+ NO SCALE FOR REFERENCE ONLY C EWsnworDRETEazAn O3 E%PPN5CNAMIIq£NNG PMADEFYLNAFW6CCNOM, RFPNRiOWYMMIGAP. O .ONNG OEIOMIN1CN flNF. O PRONR yr 91WCU1 PRPW FLRWETEN OF REPAY M. O RFAORAALLCOwPERMNMSM➢EOMG REFERT091ECPIGMAIEECNgIWIW. OB NHFPLL W'OLLa]'MTCNNLYCP9I VOL PFFFA 109PELfIGlEM1961EMIWIW. OF FAERNEGAVITY SSA'DRSTNLMICNIMTER4L REFERT09PftifMA1KK1 9EL2X WIW. EXPANSION JOINT BLO OUT REPAIR +o DETAIL 5401 / NO SCALE PAY UNIT PER LINEAR FOOT ISOMETRIC SECTION O1 tflY 9iNP1PFM N.OPRRTgaIEWYON,NMRpyA'FCXV]l$D STRUTS PEFERm MOCIFlCATDNFlC11CNViEW. O PROOFS IES CLPMDLE, U101101WLLVIrLONGGN,VfNRER R£FEPn1 WECIFIGIpNYCTO14aWT, ID CIbT W,UEEIYMRETETREAD. REFER NSPECIFlGMNSECIILHWDIW. OI WBESPNEGTTONOiCNESATING FIELOVEROSOMEI&M COSIOEMRDEPMCFGu9iE1flACECODPEIEIPFIDAwMW"1. O9 TRENDPIRTONFTCx ESETYLL NEUU E FYDMENGM OP *EIEWWER5EEDCRNtlAMMLVVESFPLW NMIRFAdPJ9ERMEPFACEWIm FRSnW9 WERFACNSCE PSERTO 9MIARDE L39 DP WWIANOD<PF VRGTTIW NE MPGAREDMMV NWNN& VTOBRMIWTE O1 MEfMEE.V'IbEDAWN£OFBINNPi ON"T MP EWMWWTNFA6URERmaSPCSPSNOnRLriV1 Cc N tlERWW WMIfA1S O✓D RgOILVSMUIn Cii E/P1} PEFFRrosF£CIFlEATN.W sECFN.W OH1 W. O FAMME wNLLNAWNE. L2lWl01PoLLVRPLMGGAUAEIIU WENTOSTINGERMOFEFRE TENGFBICIrANGLE. REfFProsPFawATDxeEGTIwoMW. TYPICAL STAIR TREAD/RISER REPLACEMENT +a SECTION saoL NOSCALE PAY ON A TIME AND MATERIAL BASIS Qi Eu9nwSlEwamleac FDRFMNNNRAOEWRKVIREPNRE6EMMPTRUL LNIFAV1sYN1EEREMJVFI)ERdnEVxEERSIOEof M£PREGSFm NVN O WN31EgPECFIBDOR IXS.DRFWIIFS.IISIPLLIEYI GIVAH3E09VMHIEMHSIEEL AIWNEGSDFX,aSV ILLVIWnx IVI a'D TDLESIONl@AIS, flA.,ESSMEwM ASELS %UplroF081R .RE MS LITIA1pNSIETYNtY[.M. O SUM MGY T01wTPLGROSS.S IFR ENTIRE MEN Of SDFS AL LEG OF ANGLE WRx .NR 11, T. GEL BY AM CONS, AFTER BUTTERING PN ANGLE IN PACE ANY ENSWE E. IS IN LEI WITH SETS TEEB, SAYING SIDE T -AT ANY NFFERENC E IN WFFN EIEVATON Is PSYEO UP WRN TIE STEPY. FlXGER TIEMEN BttTS IAB wi TO ESTEEM OUR AU OF TIE DRESS) AND ALUM EWSS TO SETT ONCE SPOI IS SET ME SATS VN BE FULLY MMEIER ENSURE TINT NIER M75 ME FWY TLNINIS MPI TIERE IS NO P00 SUPPLEMENTAL TEE-TO-TEELOAD TRANSFERANGLE ++ DETAIL SA01 NO SCALE PAY UNIT PER LOCATION 1O Ewsnw MORTAR gINF. O3 EpSPw BRICRORCMU ANPUNRYLM. OS 6NQEO OEIEPURATEOP9SCCw. CMI AMENRY Uw I. AN LE60CNiFfl.r PEM UNIN"N"Y"TARMMTS.RFT' RESIDUAL NORMFRAY ADYLiNF4MJ NL CLEV{ PREPMANG O RED IACE. SET NEIL CW IN NUL BES CF MMIM WM NFT NN TW gTSFUL SEPI MS RAIS. TOAMTcx FYJsnw DEPROUMICN REFERro SPEGITI sEcnauaolw. O FELOWw CDINEFbN OF RERPCFAENTWOPR. PREPARE FYF49FD BOURSES AND PAINT PENILFAEMCW NN1ttNEY191NG WLDPPIDiN9t REFEPTOEPEEFIEATOISECUON WINK CONCRETE MASONRY UNIT REPLACEMENT +z DETAIL 5101 NOSCALE FOR REFERENCE ONLY PrwA Is. OYN�,Gmoasme FAA 1,G.L SW —WPhd� rro.rnr.,.mvr1 m v wi,m CITY OF IOWA CITY Parking Garage Aaintenance Prograrr and Bridge Repair 2017 Project wx0 ARF CONCRETE AND SIEEL REPAIR DETAILS srror F 1 � ' O1 E%Is11W LUKxElE9/d Oi LII.. EMNIGAMM4NIM5 Y PHxEM,1XEXtlUH)BLPfPLI. TO NEMME 9FAVlIrREBCIE A'O Aq£9[f Y.RFACE9M8XYXN p10iLEAMHWMmOMro LfPIHM1KN Cf 112 Qi DOHA s*aI WRFPCEswRwEOFM Nw sFnIMN R6EAro5ECFARTXMM'1Mw DnE[0 O RLLE BLR41PAlEP1DPRWIDEMM9ENOHf E.REFOAVHTRLXXmMRDA. 9LN.A BEXFPTHMFMNWE,NLCgILAVE E19Ew1ERE xFEFA T091£gMAILNI YCTFN 9IBFN. TYPICAL CONSTRUCTION JOINT DETAIL J NO SCPIE LUMP SUM BENEATH MEMBRANE PAY UNIT PER LINEAR FT ELSEWHERE E TYV. PAPA PA A ° °a A Ot PPETOP'F.OPREUSITFf FIMNE O 6NREIELY PEMOYF:NANIAi SERO N 07MO. Ol MOADE AM CLDDEDCS" GLNEROR0.Ym M1FPlERTPRBENEWINSEAWR. REFORM SPEaFKgTroNSE.. DTSEO. O MELS RCp RDDNDPPPTESATVMMWE SPACING AL ADNiRP PEIMPRFE RREAMA ]XEPOxr PNMPLLE%RISEDUFEL REFER TO MECIXLwTXM MONON OMIM, OS MELWMELDEDNRACEATSXEOANMEDMNR.ATES. IXWECTMRMWWWIE wMX MILW FRED. SRA VM MPMP NORFM, O RRI.N IF RACE., MEN YJAM/5! PIOEF M MMNIE DMEL PERRTOSRGFIGnMIM OMlM. TYPICAL SEALATJOINTSAT TEE -TO -TEE s DETAIL 5500 NOSCALE PAY UNIT PER LINEAR FOOT U.N.O. OI FJ1411N3 LGAPERNM Ot FAERIACpAR. IWMO LIAR. O] AMRB.HEMERIAAFLV. OI IE1Y..EDC.PRESMMISFN FMW`dfM SMMT81Ela MFER TO S .IOAIDN MCIAHM .q', O FACipIYf°AIICAROBPA INFXPMbM11LB1l. REW VERIFY SIR, LOCPIION, ETG NEW WINGED COMRESSION SEAL AT CURB 9 ISOMETRIC DETAIL SSW NOSCALE m M e a LTS O1 EYDTwcaNRETE sus. OF RMCP KSKRB CIFIAPP xCnMO0 MMAVLVIFIpIM MNIMC£1? WMxlWDM.MWXENTHEIRDMEIL"WIs I1LI mm,,INEAMIMMmDMro OEnNRAnoa 1. O REPNEPll BMFPCFBMEHMDFMNWBFNNR. RERRTOBPAOFMSDNEtnp1 m919M. O FALE9LB91RAlESMFFgMxEW BFpVHf MsrALLSFNNIIFLUMED HIVELn 911PFaLE PFIFAnIl6BWF,Pq CCM VE ETAEIYNEIiE. RFRR1cADECIFIGMXI 9ECTW 010MJ TYPICAL RANDOM CRACK 1'2 DETAIL SSOD NO SCALE Oi EwsnNGmMTLERsw O3 MCERIM EDC£REDDESPEPoIRSVWG AMMITODEP, PXQRTORRI WRRMIB. B.A^ WIECMEOGEsoFREPM Ara mHlMlMimoEEv PEFEProxPEgFIG1pX sEDnoxwssoM C SEECTEDmTNNANUFAD LMLR3NEPREBEMATVE RERRTOWECIM NYCRCw OiB[W O RERADE.NGEMM.. FMFwRXNEW mxCEOcpRREEWMSFAL EMANEXM' JMFBY. NEFER TO NEECIFlCAT qI BEC7IN1or9IXO. OS m CORMINFaE M%JFD 117 MR ON LRRUER, REFER TO METAL 15 W MA NIM 8N1. NMLL A PEPNPS wLL M PSLLCED IXnff FAPPNYM l]MT COST PER .I MONS OB RLWLf FPCTMY MERE➢ M AND Rg4RI1 M PER CETNLS 9 AND 10 MI DRMMG Mm s DETAIL 5500 NO SCPIE Qi EarnwmxrnERaw O3 MNmNCED CCMPMSSWSFNdPM39d MNISYMK RERRTO&ER SDN O] .I Y81EMNMDERLW ME O ..Y.... BEYH TOPOf..DM..UERnTXN08.E.. NEIOS°NICPREENE SXEEI TO MVEL LMS OR OINN, O Inr. T a s RNANLA B STEEL RATE NIIX m EMU MCXpM FACN WDE SYI1X W M EMSRELTNREEAMDRM ENIEDrMDNNCRMR NEW WINGED COASRESSION SFAL AT VERTICAL SURFACE +D ISOMETRIC DETAIL SMO/ WSCALE 00 0 'Ly -. - .. fir` O FA6INOCVCPEIEIId XEw CONL4£IE PEPNR0.¢FA q "T O3 FYJS1Ni WP11CLNBCQ N(I OIIEP4£RIIULROJELTM ci i �(� �{`�LI '-. O3 NEVI N%EOCOMRM,GMTMED N NEWLY PIA.'EG CONORER REFER TO SPECIRDAWN O � `.i � YF RMNXG.RFADFE MENDU IMMMAR,MDOORCAVEEBEWXEAVNTEFERTO •, ' f Oj rOPEMSVE ,WHRVMWA FPCESOFAYWML WFWWC MM aR4FICAINYCOIDFDRN. -- Cp EREDNEMRR°MY ERROR ro PRIMER N9TEt1ATKKl O WVE BFNMT, PIOME R. I&E NBTPLL PFA G.f1[aYX4R N.,,. X.nf0 O RtlA1E911mIMiEMD{npVLEMWEFNMR L6rMLE0FLtHINRXPMNIGSURFPtE OTXERWME RF£ERN9PECIFKAPMBFCIIW 91BAJ. EEMATXLpABRVEMPcpCRVEFI8E111 EPE REFERTOFRgFGFTgIREC110N111X . TYPICAL COVE SEALANT ('31 DETAIL 5500 NOSCALE FranN;cwAMR sva Qx ExMnwmwEocaYWEMAxsEuunxmw0. Qi wmxONNNemom vERwPRIwroNlmxEs O TY.ENNfiLIXGIMWLCPOLRNNV OREPCIX.. LCCPlEN0.MlXVXIMFAR YM.ER. TOPNYwOPL 8O PBrvNERWTCiDIENOMC£�ATNF T Cf&'AWMMLAMMHEH)CLPEPRP WTR PEMRDROA N LP4FSULLYm XJrNMIVL+E EEHWFDm1AM8FAIXMEEOFNOyIWI. REFPERTD. LIPGM OlEE ONDT%Ol. O IN NEKINGTFENCAEF4E'WM R0' ATNMRAFLAT ADE TMS ENOM RC DEOf MW WO ME N0A MAL N1RE TYy F.'Fc..ME DRY IF wM3 wnX&VAPMTMMETo0.R FROI &LM1SOEamwwdUlXGTowNNSFAL REFERrosPEcmcXnM SECTRMm6ro]. O] MY W SEAL WINO NW NWECT FOR POSB MM EDGE RPNL WHERE PTMD, OJEM M MA-JED AREA IWO HOW TULR AND CWFREMED NR, n1EN 1X GVOM FEV EMAP REPNR N ANL REFER TO MECMGIM MC1RM016W0 O OFF.WR ANDRFNO MVAO VOP 'MO wTMIW41EID1WLRNlOLCARFMEDIR,nEXPF11HTN1MNmW NMD OFE.RERFPMRLASINGmIRGN®MGD EIOAYREPMRMJMAR, CA PLTEPNiTfvE FAEORROIID IIAM+MPNR WRRNL RMEnroMECErATMx MMpv MNDm WINGED COMPRESSION SEAL REPAIR 7 DETAIL 5500 NOSCALE PAY UNIT PER LINEAR FOOT OI fM91MiCRCPElE4PKASi PANH. O Fl]9RlGPLu,INNCWiWIEHG O . ONT.EU.JOINT MMMIIB. TNENf ..ESTOREMJMEeFWNT RF.DM RNNDERMM.PMmp1HlOL®FXpp1KNOF)3. REFERTORRED GAx SEDPOAM X1 O PREFVRE.DLARAOESEIIEMEOFOR.MPAMF. NEFFRTDEPE MIEML.. MON. OS NLLESL@i1MTE NI 11 ADREPRLOM91FRORMFFYBF ..MRMLBFPLW! RO4—AOAMRNGEA ADEMMEA. }q AHE.MOGM VEEL°E RE. REFORM AMO.TMXME". IPC°. OB RXNEWMM VNME8 W101'. WMTNIT.S:I. TYPICAL ISUATIONJOWT SEALANT ++ DETAIL I NOSCNE FOR REFERENCE ONLY TYPICAL TOOLED JOINT �1 DETAIL 5500 NOSCALE Qi EMNIIw PA4NxRME61MYE1ETRFAO MARMR O3 LM.98E FNFEIX£RFPMP8. E8RYL8MIU.TNWrWDEMEP.REPNRRR W WFFLn1RER8 RECCMAEI W if.M FFA BFECIFCPTNM 4ECryM DIPR. 8PN1s GPNTER 1HW I'MCFNEFP, REfpYN9NVA OETNL I OX WPWIXOAW. O FXIS.."IOPE..FEW N1.1 TOPLLYM . IEW.gM8Y8RM. MERE NKESB 1HOWCUI ENLARGE... TOPCLCMVLMR.RAI BYSIBA O IEYI LtKP£94B1E FFMM9IJX JUT SFA VOW MFER TO BRCIRILAMM BECTAN Ol90M NEW COMPRESSISLESEAL EXPANSION JOINT a DETAIL 5500 NO SCALE FOR REFERENCE ONLY O1 ANIPING DDA RETE 8IRUCNRE. Q EYI . MR. FxvMWLw SwF MMro PP RRk£A �i EMDHGNWWINARRwLRELMMEwITREMAETr. O °LULNMIP0.FM A.. PLATE TO M SLLmMDPoRPF118Tal1AnM O8 &.IDM MOCXWT MMEMIDLY MOO TO MRYwO AFLLE CBAEM FOR nE EMA N NR. RIDIEV NI OPENING TO MFOUl FFfAIE NL.. LELTRATNG OSLFEDBPRCE 1L .M LY CLDM AND g8RVE OF All 0 WRRWA OB a FRY STRIPE CMT OF BRICI NO CREM TO TRE L REIEMM TO THE EHN PER WKFMTIRERS NMnENREDMRFMENTR. Oi MkMDE 1Ew 17 CDNCRETE MCROAS T OLON M MELW1 AT ORIGINAL OCNBTRW'IHX1M NG- NOIMJXEnW11'dDC. MWMW O OMLRPanC 5LIP8xEE1.FNVICE WECW1FEWgNENINMACEN&IPBNEEi. Oj MT HELY PRDM D SPAL PEWE AND IbTNL NO" CMWIM PEA PROFCT MECIi1GTKK1E LO MT NPVEAMMEXRYEOT(I WGIIERMOPoTENINL.F PLL.. 81WL M PER.. TYPICAL PREMOLD EJ REPAIRS +z DETAIL 65W NO SCALE PAY ON TIME -AND -MATERIAL BASIS TW rEEe LLxNs l.t. lw E.°ensu s,..1 cmm..v;aM.°sul 33 1_9x1 »,...InPNaN.Nry CITY OF IOWA CITY Parking Garage laintenance PrDgran and Bridge Repair 2017 Project Arvw SEAIANTAND EXPANSION JOINT P 1 EXPOSED METAL SURFACE DEFECTS s r M s 1 s f • e A O F)bfYA C1Y'reEiEsu4 - O CVIaEEFLHEUIILMWYI.E1HSYr PFLOW4pGPFEYRFOLE PPEPpPECR1C1 PI.. M1LXW1111F4W'.YIND M < e &uVDNIIILPF. MElANE LITINGPEPNrIFD. EEFPro4RaFlGnp19ECINN10.N 110. Ol EI199EDSI NFMCEMEKM MMMKSNCVA REM EE MIEMNPJ UREIN WEKM f e MOIRE 1XEMENATCWENDs. NIEPpR M mMEMXYamWDWYn .CCN TWNXEMNEW FMLWi°CI FNRRIINFONC.IM, Of F)HRAi CLHCPE1F91A4 O FYJ6IFYCClC0.ER 91PB. Ot FXRIIIG °]IFREIE9N6 O PEPNRNNCPFSRIIW 9LPFILEOW THEGUBEENMEMWERAPoFOiF STPEACE SLNLF,IJIDFIOR4 WX O Fq°y[E SpWCIrt IIG'MDEFIT DEEP. OF FYJ9RlDCa1CPET:NNL, CCPSCPNtt011fNVEPMALIi1DEC1kH NIVCi NAMNNEPOLIFT]H£T)TE ENiXEERµDMEMSRWEMMVFKiWEfl. flEEE0.N5PELIFILP1pX O Nm5EVN1TNN &LRERPCO.f 9RNEE 1. O3 NERTTO IFOARNE EESE NOi .—RE---Y-.— Q N911PE PASEttMi LOPlE1E1Y i1LLS90WCN. O 1Ew WIF9FNNII PEFEPTINNNSFNpMRTNSMgUWNDSlA FptOpNOCNY pDOmgiYIIFOpN1MN O (AMD9A%I FO D11E0.M9EPFNNf EgmMGElCE39COKPET: pNpgI MOiERIPL Cf Po311ED1LEROHSI1Bl . F TO SRCIMpTCN SEC1pN011 Y0. IKgYMIYM O FlLLIHUIfVEHpl9VinLYCEPR NORE CM'NC.FRE6E8. WHERE TE.1. CUS COKNEO ISMJUNDED OR OTIERWIY PROTRONO O NFX'TWM96.fEPM'ELDPCWT. PEEERTO.IFGIYAl..(EFIW O tEWCRRERETNLCMTCENIEREDORMW. PFFFAro9FFLIFIGTCX9ELll°NOi191J. EVECOpi N9 &JDNFIUPEN MTIETVH fIfYObWETIFLEU.6WORAXFlTX, pYGreYp A1R9N911pxSLCRRI<W✓JMLMW1rN SLEMFE 0.NIIpi FEPMEIEPCi IOAGEPAFA9 O Nn8:5@NSRIIXE FOR iPNFlCM3A&WET:PHNOIMI F£PoFElfR 9lMl.l NPPIW1El OS 1Ew1MFEt MEMSMNE SYSiFN R11MNlEMYERlICK9VPFACESp39HOWl1 WHERE O NEtlPMOE[EFP1LMi CplIE0. O 9EL NEN MSMLMlOL 9YmEAl PETER TO... RWOIfm roOAYCEMWN19 MJ NRPo4NOC°LN TO ODJACEM WPI18 M x RED roL N VERROALPROJE..991➢LROPOl1EA lYMIf/JNLPEIE WIEPI+LIERWINiE1MIFlL 6 NEW TWFICF9.ISRAHE9Y9TEM LIFb}I NL 1Epi 9Y91EHIN9r.UA MEM.E SY3TEM ON EWE SFNPM..1. TO E41CANON9ECiPXm I... O SUPPLEMENTAL SURFACE PREPARATION DETAIL S6W NO SCALE a e e < e s Ot F%dTW 2MPFIESUB. Q IEW suwlr. REFERTOTvrxusEAun NTANoxIs4XmlcssNPOPrmnroxu IRFLIANTDX O] NEN P WICEMNEILME9EflN1ECE1M CEMEREDWER^FN1JR OI NEW TWM ..E FAIEIL pitFISEPIID4EAlIf119Lgi1LE4 REFERTI sRaNATRMISE.mfN. TYPICAL TRAFFIC MEMBRANE OVER CJ's OR CRACKS 5 DETAIL &WO NOSCALE TRAFFIC MEMBRANE PERIMETER TERMINATION DETAIL 5600 NO SCNLE Of E.V3INGCLIICreEi . Ox DIWX AWRNTCIWRI EWOxx.WIEREOPAlEI9INNE0.1ENRrSW91E00Y 9gfIWSTFxOsoxWUMEouFMEMTIEY sIwL6E REcaertDIxnxPsvRwlmNwxER. O ..11 ORW RT. PEFR.TER FOP1EW 9EPIpM tl6r.VK O FAOYEE FENSF/UHI. REFER TO tt%LpL9FP1IM OE OON WWW & O xEwiWSME61R0.N£sr. TEPWMiE p1sGUXF.CBIF. REFER TO SPECIFERRON sEcnaloneox. OS P1wCERNONO.OLOAOK FEMIR.. AT D OFICEE31mVlE8Y92I InsuwiwxNNlxsiAunaX RDurEnw WTEx°DFExw Wau WvumaWWN EEIH.IEMNFATE0. TYPICAL TRAFFIC MEMBRANE AT ORAIN 6 DETAIL 5600 NOS TYPICAL TRAFFIC MEMBRANE AT VERTICAL SURFACE s DETAIL 5600 ND SCALE Oi EamxsmrcREn;aea Q E6mx0wwuTEMw ORcauN. O giwYJERM4QRMYCOIPPE9a01EµTENLL qi KOORpIIOgPEp MRENF1bNE WsI DEBM9.&YERETCFXIUTAFEEN1roFtM'RfflpY.lF{EN1p1VLmFADVLE TENwxr INFER ro FAmuTATE CNE sEeixrt Nsruun°x. Q PPGVLEFREE RONO. ORERWFDoart a , RESERITYPcusEALANT W. gNNNDEEMFWPLgTPJWLEFOgN O5 TEMNRFEFNNMCMnROIXICWESENNR. RERRTOSEECIFIGTKKIWE NWM TYPICALSEALANT/ AFFICCOATING TERMINATIONATSTANDINGCOVE DETAIL NO SCALE TYPICAL TRAFFIC MEMBRANEAT ISOLATION JOINT SEALANT 4 DETAIL 5600 NOSCNLE Tw Txr sa.XeWSNe. Iw EM SPEW SReI CmtlevW OLq 05116 PEme: <IJZl l.i11$ Fv. 51i;CL'MI uc�.'OFMwm ��nmsi�PnwnY CITY OF IOWA 01 EM1411HD WNGiEIEBW O i%NTIGfFKEFW,. Parking Garage p PWwE EWA Dig °R� „re. ORm maw Maintenance Progra and Bridge Repair conrnDE oxMwrtsFNmixr.IX REFERrosPEnnLpiurlsFcruxmlmD iEm.W«re 2017 Project TYPICAL SEAIANT(TRAFFIC COATING AT GUARDRAIL OR BOLLARD 1111" 11 "` a DETAIL MEMBRANE DETAILS Sfi00 NOSCALE u9 xFMRER oAl C FWsrNGN1ERE1E900. Qx EarnW WN=RfsnoxsFsi Qi PROFnEcoxlvaous uroEmmlwmoEuwcuivawluromrta.ammovENW aEFERMSMLw DETNfzoxoramWsfw. Qi nfw MN¢ccwTFosrsT¢z RErzarovECIF¢NncxsmWxmleoD. OI EpsrNLLDNLUT151GA Qx EraiwrvRCEDcanPREsfiroxafx O3 FYA9rNGEYPONS[H AMMIENKKFaIFfO�I O fl.VIIDECdPMJ]IALT CEEG BYWMCE41wLVFVNULLFLnINFMAt xE£EP10 sxfeaoErPazaxoanwBcsw. �s PiREmIE¢KADER WRFUEsmPEClEuzwrtxWlrFMRxDWRT1FsnEaPw M.WCPIfCMCXFIE WDHEPDn CM1HGPNDENCF 3lUiEO NIONFIURE QB WxrauFcccnnlMsrsmi RErtaromECIFCRnoxsEcrwxonno. TRAFFIC COATING TERMINATICNAT E PANSION JOINT TRAFFIC COATING TERMINATION ON ERPANSION JOINT NOSING s DETAIL+o DETAIL 5�1 NO SCALE SE01 NO SCALE fO FA9R16LCNCPEIEPNA O MRRREWRED,V 8RPRIERW REFERMgU RRDSPECFIG1IXIfiE RD71W. O NRVL WRT LLIW rEW. MWREDY 15EENL IFDRWRERLCg RMIEREtfw NTEIWIEIES MOF#inWl. O YCIXO XY QI\i. OB 9RRRIBNTLNEWEFORFIRST1U .WRUR H, O flRfiriW CpT. �i sEmnowrccRr. O PRXEEEW11UfFILfBMFVESYb'IB.IIBronE WIDE44rW 1kYFICEiIfPA'E SYs1B{ PRmmoas Fc¢axB afR,vvrtmFEf PRfwwErwDEwPnFw RfuorErW caTro Exvog FrzBlFcePZE mar. RIEPFPE FYEiNOR0.$gyTFEAiWf W N:IRIWEMWFN:ILWERREtlIPB.k'MS LP RRSEQtlTQVIDFgSTND CMTNOFAP:E M W DK L TYPICAL TRAFFIC MEMBRANE SYSTEM TIE-IN +a DETAIL 5501 / NOSCALE O1 FYJSIIXLCOxCREIEaOA Ot EYJSIIW CPBi1NT/[E WNLR¢E9[EwOLLOR0.xHOLUffi O GRMIDE NMWVESEOIMT, RRMRMttE1V15ENMTLETN MDFF111WSW FOR WORIONURFoR1Mi O N IDENMRNNCIMRUSYSFBAREFERMSPECMuiMMSEC1pNN1W. OS MA9RR910.V6tt DxfMIERNINIEmHFIC WPnNGIXicllRed(9¢EFNA0.9911LNNN[EFR TRAFFIC COATING TERMINATION AT RAISED CURB ++ DETAIL 5501 NOSCALE rt Y 2�1 OI FY.¢IINGLW[RER911A O FS1B11NG WPLLCMBdN!!>£RIIf11¢N.61pN Qi vnwroE xEwcwfsEvurt. REFERroTrFFAfsfAlunoMufs WDRRmWssmwa NrolmrwlFroxxamx Q WwoETRxcORriERwNereDW WrtxNfun. REFERrosPECMrATwxsEcnaxonmR O IEYi 1RHFC C(MTW fiYBiEM PFiERM.WECFlCPIRN YCIKHNIW TYPICAL TRAFFIC COATING TERMINATION ON COVE SEALANT +2 DETAIL 5501 NOSCALE THP TNP Lhnlhd4e I�A�Fm EpEW Sneel �N.ON�IEN :.usx�mz YIF6 [VSCIMS CITY Of Parking Garage Maintenance Program and Bridge Repair 2017 Project MEMBRANE DETAILS Prepared by: Brett Zimmerman, Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 17-73 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2017 PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the 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, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the 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 post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 30th day of March, 2017. 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 4th day of April, 2017, or at a special meeting called for that purpose. Passed and approved this 7th day of march _,20 17 ATTEST:-/ Zr,1,�, k 1 CITYCLERK)i-) MOOR Approved by r� ' � vaiN�lcfw� City Attorney's Office ID, Resolution No. Page 2 It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: Botchway Cole x Dickens x Mims x Taylor x Thomas x Throgmorton A,rol(lfl IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Parking Garage Maintenance & Bridge Repair Classified ID: 102487 A printed copy of which is attached and made part of this certificate, provided on 03/09/2017 to be posted on the Iowa League of Cities' internet site on the following date: March 9 , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 3/9/2017 Alan Kemp, Executive Director Post 3/9 NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2017 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 30"' day of March, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon bX the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 4 day of April, 2017, or at special meeting called for that purpose. There will be a recommended pre-bid meeting to review the documents and visit the sites. This will start at 1:00 P.M. (local time) on the 14"' day of March, 2017 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2017 Project focuses on work in four City operated garages. The Dubuque Street Ramp will have minor concrete and waterproofing efforts. The Capitol Street Ramp will include expansion joint replacements and repairs, along with waterproofing efforts in the SE and SW stair towers. Chauncey Swan Garage will have concrete repairs and expansion joint replacement, at the bridge entrance and exit to the garage off College Street, as well as roof system replacement and stair waterproofing efforts at the NW and SW stair towers. The Tower Place Garage will have expansion joint repairs and traffic membrane strip installations. Efforts in all facilities include minor concrete and waterproofing repairs. Additionally, add alternate efforts will be bid for traffic membrane recoating efforts in the Dubuque Street Ramp, bridge expansion joint replacement on the bridge at College Street (adjacent to Chauncey Swan), and stair tower interior finish repairs at the Chauncey Swan NW and SW stair towers. 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred 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 completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: April 17, 2017 Substantial Completion Date: October 6, 2017 Final Completion Date: November 3, 2017 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 the Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354- 8973 Toll -Free 800-779-0093, by bona fide bidders. A $50.00 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 is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 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. Posted upon order of the City Council of Iowa City, Iowa. JULIE VOPARIL, DEPUTY CITY CLERK Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Friday, March 10, 2017 4:38 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 3.10.17 Notice To Bidders 1-2.pdf; 3.10.17 Notice To Bidders 2-2.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City Parking Garage Maintenance Program 2017 City Of Iowa City Asphalt Resurfacing 2017 A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): March 10 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. March 10, 2017 (� '" Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d)515 -657-4400(a)515-288-7339 (f) 515-288-8718 (e) mbiglanroom-dsm@mbionline.com (w) www.rnbionline.com f ind us on Project Information Follow us on Social Media! 91Facebook if IowaBidDate.com Post 3/9 NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2017 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 30"' day of March, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon bX the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 4 day of April, 2017, or at special meeting called for that purpose. There will be a recommended pre-bid meeting to review the documents and visit the sites. This will start at 1:00 P.M. (local time) on the le day of March, 2017 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2017 Project focuses on work in four City operated garages. The Dubuque Street Ramp will have minor concrete and waterproofing efforts. The Capitol Street Ramp will include expansion joint replacements and repairs, along with waterproofing efforts in the SE and SW stair towers. Chauncey Swan Garage will have concrete repairs and expansion joint replacement, at the bridge entrance and exit to the garage off College Street, as well as roof system replacement and stair waterproofing efforts at the NW and SW stair towers. The Tower Place Garage will have expansion joint repairs and traffic membrane strip installations. Efforts in all facilities include minor concrete and waterproofing repairs. Additionally, add alternate efforts will be bid for traffic membrane recoating efforts in the Dubuque Street Ramp, bridge expansion joint replacement on the bridge at College Street (adjacent to Chauncey Swan), and stair tower interior finish repairs at the Chauncey Swan NW and SW stair towers. 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. RECEIVED MAR 092017 The successful bidder will be required to furnish a bond in an amount equal to one hun- dred 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 completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: April 17, 2017 Substantial Completion Date: October 6, 2017 Final Completion Date: November 3, 2017 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 the Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-3545950 Fax:319-354 8973 Toll -Free 800-779-0093, by bona fide bidders. A $50.00 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 Technigraphlcs. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 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. Posted upon order of the City Council of Iowa City, Iowa, JULIE VOPARIL, DEPUTY CITY CLERK Prepared by: Jason Havel, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5410 RESOLUTION NO. 17-91 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2017 PROJECT. WHEREAS, Western Specialty Contractors of West Des Moines, Iowa has submitted the lowest responsible bid of $571,505 for construction of the above-named project; and WHEREAS, the bid includes the base bid and Alternates 1A, 1B, 2 and 3; and WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account #T3004 and the Annual Bridge Maintenance and Repair account #S3910. WHEREAS, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project for the base bid plus Alternates 1A, 1B, 2 and 3 is hereby awarded to Western Specialty Contractors, 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. Passed and approved this 4th day of ATTEST: �L CITY CLERK ii 20 17 MA OR y Approved by It was moved by Botchway and seconded by adopted, and upon roll call there were: AYES: NAYS: X X X X City Attorney's Office -6I Dickens the Resolution be ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton t(aI I Bond No.30003899 PERFORMANCE AND PAYMENT BOND WESTERN WATERPROOFING COMPANY, INC. DBA WESTERN SPECIALTY CONTRACTORS 1829 Industrial Circle, West Des Moines, IA 50265 as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and WESTERN SURETY COMPANY (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 Five Hundred Seventy One Thousand Five Hundred Five & 00/100 Owner, in the amount of Dollars ($ 571,505,00 ) 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 February 17, 2017 entered into a (date) written Agreement with Owner for City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Proiect; 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 default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance With the terms and conditions of the Agreement; and upon determination 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 this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set—Lorth i4e first paragraph hereof. The term "balance of the Contract Price," as used:*0 piagraptt ash 70 .r.. shall mean the total amount payable by Owner to Contractor undetilA AWeeme J M O fV T� a c I -r- 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 11th IN THE PRESENCE OF: DAY OF 2017 WESTERN WATERPROOFING COMPANY, INC. DBA WESTERN SPECIALTY CONTRACTORS (Principal) Wim ss (Title) Timothy F. Diehl — Treasurer Witness WESTERN SURETY COMPANY (Surety) (Title)Salena Wood, Attomey-In-Fact 333 South Wabash Avenue Floor 22 (Street) Chicago, IL 60604 (City, State, Zip) N O_ (312)822-5000 *0 J b (Phone) X C')� - +r- r --1 n �� J -V m i M- a ACKNOWLEDGEMENT BY SURETY STATE OF MISSOURI COUNTY OF ST. CHARLES On this 11th day of April • 2017, before me, Jeannette Davis, a Notary Public, within and for said County and State, personally appeared Salena Wood to me personally known to be the Attorney -in -Fact of and for Western Surety Company and acknowledged that she executed the said instrument as the free act and deed of said Company. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. /1 JEANNETTE DAVIS Notary Public - Notary Seal STATE OF MISSOURI Nota Public in the State of Missouri Ut County of St. Charles N O L7 '-'--4 ....1 Y — J Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeannette M Davis, Susan R Schwartz, Thomas U Krippene, Salena Wood, Catherine L Geimer, Christina L Baratti, Eric D Sauer, Jennifer Williams, Individually of Saint Louis, MO, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this I Oth day of February, 2017. WESTERN SURETY COMPANY • C Wp �pPOAq��er N .wPµ4' h / ul flat, 7,Wesident State of South Dakota JT l .Citi PEt�• ss County of Minnehaha '- On this 10th day of February, 2017, before me personally came Paul T. Bruflat, to me known, who, being by me di m, Aepos say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY Ycribe and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corpse seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his time thereto pursuant to like authority, and acknowledges same to be the set and deed of said corporation. My commission expires J. MOHR �xmwrvuwc� f, ^� June 23, 2021 8q"ry°"'tOTA / /V J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed ontestimony nyre onthe reverse heemof is shill in force. In testimony�whe'reof I have hereunto subscribed my name and affixed the seal of the said corporation this �7� day of Aprll ,1. WESTERN SURETY COMPANY nn;44P 4l1^i>: 2= ri/jN.Md� / L. Nelson, Assistant Secretary Form F4280-7-2012 ill�l cru SO! J VSU 11 Ski S: 1, LIFE) Zc(Z) Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 18-66 Resolution accepting the work for the Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project WHEREAS, the Engineering Division has recommended that the work for construction of the Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project, as included in a contract between the City of Iowa City and Western Specialty Contractors of West Des Moines, IA, dated April 4, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Engineer's office; and Whereas, funds for this project are available in the Parking Facility Restoration Repair account # T3004 and the Annual Bridge Maintenance and Repair account # S3910; and Whereas, the final contract price is $571,505.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 20th day of March % , 2018 M or Approved by Atte :. e C' v 11 C y Clerk / J City Attorney's Office It was moved by Botchwav and seconded by Mims the Resolution be adopted, and upon roll call there were Ayes x Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton