Loading...
HomeMy WebLinkAboutPARKING GARAGE MAINT & BRIDGE REPAIR 2018 PROJECTPARKING GARAGE MAINTENANCE PROGRAM & BRIDGE REPAIR 2018 PROJECT 17 -Apr -2018 Plans, Specs, Proposal & Contract. 17 -Apr -2018 Res 18-111, setting a public hearing 24 -Apr -2018 Notice of public hearing 1 -May -2018 Res -18-129 approving plans, specifications, form of agreement, estimate of cost 2 -May -2018 Notice to bidders 29 -May -2018 Res 18-159, awarding contract (Western Specialty Contractors) 02 -Apr -2019 Res 19-85, accepting the work I 1 I 1 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE City of Iowa City Parking Garage Maintenance Program 2018 Project IOWA CITY, IOWA April 13, 2018 I hereby certify that this engineering document as noted 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: yM4 tICHARD L, C �-- �--; RANDY R.e oM1 w; PAVLAK <n1 WILSOrd F' 7A. 16551 a° :{rn a rn 12311 too** v 1 Randy R. Wilson, P.E. THP Limited, Inc. All Plans and Specifications Except as Noted Iowa Reg. No. 12311 (License renewal date December 31, 2018) Richard L. Pavlak Heapy Engineering All E -Series Plans and Division 26 Specifications Iowa Reg. No. 16561 (License renewal date December 31, 2018) 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 NOW, THEREFORE, for (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 bathe City's acceptance of said Bid, S m +,.n o then this obligation shall be void. Otherwise this obligation shall remain in fe ttwd o provided that the liability of the Surety for any and all claims hereunder s in e Int exceed the amount of the obligation stated herein. =CrrT� 3 By. virtue of statutory authority, the full amount of this bid bond shall ba eit03 to to Owner ir�:the event that the Principal fails to execute the contract and provic the Bend, as pfovided in -the Project specifications or as required by law. •'~) Ttie 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 day of A.D., 20_. Witness Witness MM (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney 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 < 1� 3. If you answered 'Nes" to question 2, identify each preference offered by your compar country and thg appropriate legal citation. L) You To be completed by all bidders V ert. (�'7es❑ No esite orlMeign r— attach additional sheet(s) if needed. 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. 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 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 Apt the e_ ,yapplication for certificate of authority has been approved and no not' of caaellation has been filed by the limited partnership or the limited liability limited pa_CeQf§hips ❑ Yes ❑ No!__ -s fvly business is a limited liability company whose certificate of organfann iZ led irlewa and has not filed a statement of termination. -<r— rn ❑ Yes ❑ No My business is a limited liability company whose certificate of orgarjzaMn @ailed Ostatg other than Iowa, has received a certificate of authority to transact A inessj0,lowa and the' certificate has not been revoked or canceled. CO B F-2 1 FORM OF PROPOSAL CITY OF IOWA CITY Parking Garage Maintenance Program 2018 Project Name of Bidder Address of Bidder BIDS RECEIVED BEFORE: 3:00 P.M. (local time) on May 22, 2018 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 2018 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 alt 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.................................................................... e t c Base Bid itemization included on next page FP -1 0 --f C J v r 0 1. Base Bid Itemization: (Total sum of Base Bid Itemizations must be equal to Base Bid amount listed on preceding page.) (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. (b) Total costs for unit price work (per quoted Unit Prices listed in Part C multiplied by Allowance Quantities listed in Specification Section 012100) ........ (c) Cash Allowance per Specification Section 012100 ......... ($ 20.000.00 ) Dubuque Street Ramp (S102 thru S105) Lump Sum Work Items (d) Premold EJ replacement at Level 5/Line 9 with new winged compression seal EJ ............................ (e) Silicone cove sealant on alcove at elevators, all levels ... ($ ) (f) Replace stair tower EJ at Levels 6W, 5W, 5E & 4E with new compressible seal. Includes blockout infill at threshold and modification to masonry flutes....... ($ ) Capitol Street Ramp (S110 thru S111) Lump Sum Work Items (g) (h) Oversized silicone cove at North Stair/Elevator vestibule and garage interface, all levels ........................ ($ ) Replace stair tower EJ at Level 5 SE & SW and Level 4 SW with new compressible seal. Includes blockout infill at threshold .................................. ($ ) Tee stem bottom repair below Level 2 ............................ ($ ) _New fagade sealants - SE Stairtower ............................. ($ ) New fagade sealants - SW Stairtower ............................ ($ New fagade sealants - N Stairtower ............................... ($ c-0 --4C r m _z C continued on next page r 0 FP -2 B. Alternate Bids: (Total cost for Alternate work as identified on the Drawings as an addition to the Base Bid). Alternate 01: Dubuque Street Ramp — Membrane recoat at Level 3/4 West Crossover and Level 5 membrane strip at EJ. Forthe sum of.................................................................... ($ ) Dollars Alternate 02: Dubuque Street Ramp — NE and NW stair towers roof membrane replacements. Forthe sum of.................................................................... ($ ) Alternate 03: Replacement of hinged light poles and installation of new LED light fixtures on the top level of five City operated garages (Dubuque Street Ramp, Capitol Street Ramp, Chauncey Swan Garage, The Tower Place Garage and Court Street Transportation Center Garage). Refer to E -Series Drawings and Division 26 Specifications for all work. Scope and proposal are itemized below by Facility. City may elect to perform work in any single facility, or in any combination of facility, based on the available funds, for the pricing noted below. Alternate 03 Itemization: (Alternate 03 Itemizations to include individual lump sums for ALL work corresponding to each facility, including General Conditions, mobilization, demobilization, barricades, removal and disposal of existing light poles and elements, etc.) (a) Dubuque Street Hinged Light Pole Replacement and New LED Fixtures, including General Conditions, Etc.......... ($ ) (b) Captiol Street Hinged Light Pole Replacement and -- N O co -:,New LED Fixtures, including General Conditions, Etc.......... ($ 590 J'¢ (c) 'Chauncey Swan Hinged Light Pole Replacement and New LED Fixtures, including General Conditions, Etc.......... ($rrcj'�'r {i "r`a (d) Tower Place Hinged Light Pole Replacement and x o New LED Fixtures, including General Conditions, Etc.......... ($ c' ) c. (ey=.Transportation Center Hinged Light Pole Replacement and New LED Fixtures, including General Conditions, Etc.......... ($ ) continued on next page FP -3 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 — Column/vertical surface repairs(5/S400)........................... ($ ) Dollars per sq.ft No. 4 — Overhead knockdown/clean up(7/S400)........................... ($ ) No. 5 —Shear connector weld repairs (8/S400) ............................. No. 6—Supplemental steel load transfer angles (11/S401)........... No. 7 —Vertical precast surface repairs(15/S401)......................... ($ Dollars per sq.ft. Dollars per location Dollars per location. Dollars per sq.ft No. 8 — Tee joint sealant replacement(5/S500)............................. ($ ) Dollars per lin.ft. No. 10 — Wing compression seal nosing repair (7/S500) ............... ($ ) :aM1ar er lin} -,C-)P- �ra M ms n r 0 continued on next page FP -4 a D. 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............................................................... FP -5 Dollars per man hour 2. Laborer hourly pay rate for work performed outside normal work hours (standard overtime rate) ...................... ($ ) Dollars per man hour 3. Mason (Mechanic or bricklayer) hourly pay rate for work performed during normal work hours .............................................. ($ ) Dollars per man hour 4. Mason (Mechanic or bricklayer) hourly pay rate for work performed outside normal work hours (standard overtime rate) ..... ($ ) Dollars per man hour continued on next page tit c - ..r orn _ M *b; O D r 0 FP -5 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. FP -6 Firm: Signature: Printed Name: Title: Address: Phone: N 0 O m` Contact: :2 --irj J 1 M I h ` i t r' FP -6 SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS........................................................................................ AF -1 NOTETO BIDDERS........................................................................................... NB -1 FORM OF PROPOSAL....................................................................................... FP -1 BIDBOND........................................................................................................... BB -1 FORMOF AGREEMENT.................................................................................... AG -1 i PERFORMANCE AND PAYMENT BOND........................................................... PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................. CC -1 WAGETHEFT POLICY...................................................................................... WT -1 GENERAL CONDITIONS..............................................................................o... a-1 - SUPPLEMENTARY CONDITIONS ......................................... I......................D�.::; 1 BIDDER STATUS FORM.............................................................................fir BF -1 rn o� _Z " D ATTACHMENTS: FORM OF PROPOSAL nr BID BOND BIDDER STATUS FORM ATTACHMENT: PLANS continued on next page TECHNICAL SPECIFICATIONS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS (Additional) Pape Number I SUPPLEMENTS TO FORM OF PROPOSAL........................................................ 004300-1 SUBSTITUTION REQUEST FORM...................................................................... 004325-1 NON -COLLUSION AFFIDAVIT............................................................................. 004519-1 SUBCONTRACTOR AND MATERIAL SUPPLIER LIST ....................................... 004550-1 DIVISIM 1 —.GENERAL REQUIREMENTS 260505-1 PLIMMY�Z ORK 011000-1 .......................................................................................... WLOCfi'Akt 260519-1 g..................................................................................................... 012100-1 ATEIRNA_f4!�..................................................................................................... 012300-1 "&ONTWAC�:DFICATION PROCEDURES....................................................... 012600-1 %12AYN�1Ta3 CEDURES................................................................................... 012900-1 S U B IAffTAL,4.EP RO CE D U RES.............................................................................. 013300-1 QUAIil1'6Y REQUIREMENTS................................................................................. 014000-1 DEFINITIONS AND STANDARDS........................................................................ 014216-1 TEMPORARY FACITLITIES AND CONTROLS .................................................... 015000-1 BARRIERS............................................................................................................ 015600-1 CLOSEOUT PROCEDURES................................................................................ 017700-1 DIVISION 3 — CONCRETE = . CONCRETE REPAIRS......................................................................................... 030100-1 POSE-T04SIONED CABLE REPAIRS................................................................. 033810-1 ri IcDIVISION 5 —METALS MISCI LLANEOUS METALS................................................................................ 055000-1 DIVISION 7 — THERMAL AND MOISTURE PROTECTION VEHICULAR TRAFFIC MEMBRANE.................................................................... 071800-1 THERMOPLASTIC MEMBRANE ROOFING......................................................... 075416-1 EXPANSIONJOINTS........................................................................................... 079000-1 SEALANTS........................................................................................................... 079200-1 DIVISION 26 — ELECTRICAL (ALL WORK ADD ALTERNATE NO. 03) BASIC ELECTRICAL REQUIREMENTS............................................................... 260501-1 AGREEMENT AND WAIVER FOR USE OF ELECTRONIC FILES ...................... 260502-1 ELECTRONIC FILES - HEAPY RELEASE FORM TO CONTRACTORS .............. 260502A-1 BASIC ELECTRICAL MATERIALS AND METHODS ............................................ 260504-1 FIRESTOPPING................................................................................................... 260505-1 EXCAVATION, BACKFILL AND SURFACE RESTORATION ............................... 260509-1 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS .................................... 260519-1 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS ............................. 260526-1 Paae Number DIVISION 26 — ELECTICAL (CONTINUED) 1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS .................................. 260533-1 IDENTIFICATION FOR ELECTRICAL SYSTEMS ................................................. 260553-1 SPECIFIC WIRING APPLICATIONS.................................................................... 260565-1 LIGHTING CONTROL DEVICES.......................................................................... 260923-1 WIRELESS NETWORK LIGHTING CONTROLS .................................................. 260943-1 ELECTRICAL CABINETS AND ENCLOSURES ................................................... 262716-1 WIRING DEVICES AND COVERPLATES............................................................ 262726-1 EXTERIOR LIGHTING.......................................................................................... 265600-1 DIVISION 32 — SITE WORK PAVEMENT MARKINGS...............................................................................:...... 321723-1 _ N O 0 m h Dy 0 � r m cl IDRAWINGS INDEX Drawing Number Drawing Name S001 TITLE SHEET S101 DUBUQUE STREET — 3RD TIER FLOOR PLAN S102 DUBUQUE STREET — 4 T TIER FLOOR PLAN S103 DUBUQUE STREET — 5 T TIER FLOOR PLAN 3104 DUBUQUE STREET — 6 T TIER FLOOR PLAN S111 CAPITOL STREET—TYPICAL LEVELS 1-4 FLOOR PLAN S112 CAPITOL STREET — TOP LEVEL FLOOR PLAN S121 CHAUNCEY SWAN — 2"D TIER FLOOR PLAN S131 TOWER PLACE - TYPICAL LEVELS 2-5 FLOOR PLAN S400 CONCRETE AND STEEL REPAIR DETAILS S401 CONCRETE AND STEEL REPAIR DETAILS S500 SEALANT AND EXPANSION JOINT DETAILS S600 MEMBRANE DETAILS S601 MEMBRANE DETAILS ELECTRICAL DRAWINGS (ALL WORK ADD ALTERNATE NO. 03) E001 LEGEND E002 DETAILS E101 DUBUQUE ST. FLOOR PLAN E102 CAPITOL ST. FLOOR PLAN _ o E103 CHAUNCEY SWAN FLOOR PLAN m E104 TOWER PLACE FLOOR PLAN E105 TRANSPORTATION CENTER FLOOR PLAN r rn cn NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2018 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 22ntl day of May, 2018. 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 29"' day of May, 2018, or at special meeting called for that purpose. There will be a recommended pre-bid meeting to review the documents and visit the A sites. This will start at 10:00 A.M. (local time) on the 15"' day of May, 2018 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2018 Project focuses on work in four City operated garages. The Dubuque Street Ramp will have minor concrete and waterproofing efforts. The Capitol Street Ramp work efforts include concrete and waterproofing repairs, precast connector repairs, along with stair tower precast spandrel repairs, and complete joint sealant replacement of the SE, SW and N stair towers. Chauncey Swan Garage will have minor concrete repairs and localized joint sealant replacement on the exposed top level. The Tower Place Garage will have minor concrete and waterproofing effpas. o_ Additionally, add alternate efforts will be bid for traffic membrane recQtu g e ortS and NE and NW stair towers roof membrane replacements in the Du�bR—e Street Ramp, and complete light pole replacement with new LED light fixturd2'o� t�top� level of five City operated garages (Dubuque Street Ramp, Capitol t Ramp, Chauncey Swan Garage, The Tower Place Garage and Court Street T8Qpo&Jtionm Center Garage). o Q D N 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 fumished 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: Eady Start Date: June 11, 2018 Sulptantial:Completion Date: November 2, 2018 Fin=CoMi§Rion Date: November 30, 2018 W Liq;jdatled'Damages: $500.00 per day J>- -4he p6nyrapecifications and proposed contract documents may be examined at the officCof ft -City Clerk. Copies of said plans and specifications and form of proposal �lanla rrfaNgbe secured at the Office of Technigraphics, a division of Rapids RepuctioTfs located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-U54-5950 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 City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 4 Prospective bidders are advised that the City of Iowa City desires to employ minority contactors 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 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 NB -1 o �n ea s n' -C -ih v r r _ m orn CA FORM OF PROPOSAL CITY OF IOWA CITY Parking Garage Maintenance Program 2018 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: 3:00 P.M. (local time) on May 22, 2018 TO: City Clerk City of Iowa City o City Hall o W 410 E. Washington St. Iowa City, IA 52240 �n r The undersigned bidder, having examined and determined the scoJJ4PJ thy. Cit Iowa City Parking Garage Maintenance Program 2018 Project, hereby prCpq_Ms prolm the required labor, services, materials and equipment and to perform the Pro 'as %scribed in the Contract Documents, including Addenda I , and Ln 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 a' stated in Section 012100 and Part A.1 on following page.) For the sum of.................................................................... ($ liars 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.) (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ................. ($ ) (b) Total costs for unit price work (per quoted Unit Prices listed in Part C multiplied by Allowance Quantities listed in Specification Section 012100) ........ (c) Cash Allowance per Specification Section 012100 ......... ($ 20,000.00 ) Dubuque Street Ramp (5102 thru S105) Lump Sum Work Items (d) Premold EJ replacement at Level 5/1-ine 9 with new winged compression seal EJ ............................ ($. (e) Silicone cove sealant on alcove at elevators, all levels ... ($ (f) Replace stair tower EJ at Levels 6W, 5W, 5E & 4E with new compressible seal. Includes blockout infill at threshold and modification to masonry flutes....... ($ ) Capitol Street Ramp (S110 thru S111) Lump Sum Work Items continued on next page FP -2 (g)N Oversized silicone cove at North Stair/Elevator — vjstibule and garage interface, all levels ........................ ($ ) W (h a lace stair tower EJ at Level 5 SE & SW and el 4 SW with new compressible seal. .J }t�ludes blockout infill at threshold .................................. ($ ) (i)Q stem bottom repair below Level 2 ............................ ($ ) m o (j)N New fagade sealants – SE Stairtower ............................. ($ ) (k) New fagade sealants – SW Stairtower ............................ ($ ) (1) New fagade sealants – N Stairtower ............................... ($ ) continued on next page FP -2 B. Alternate Bids: (Total cost for Alternate work as identified on the Drawings as an addition to the Base Bid). Alternate 01: Dubuque Street Ramp — Membrane recoat at Level 3/4 West Crossover and Level 5 membrane strip at EJ. Forthe sum of.................................................................... ($ ) Dollars Alternate 02: Dubuque Street Ramp — NE and NW stair towers roof membrane replacements. Forthe sum of.................................................................... ($ Ilars Alternate 03: Replacement of hinged light poles and installation of saw LED light fixtures on the top level of five City operated garages (Dubuque@reet 15mp, Capitol Street Ramp, Chauncey Swan Garage, The Tower Place Garaacmnc!�3oul?greet Transportation Center Garage). :0"-� - r Refer to E -Series Drawings and Division 26 Specifications for aprwork.. Sci and proposal are itemized below by Facility. City may elect to 1�q;hrnixwor any single facility, or in any combination of facility, based on thesjrailai fie fuvutw, for the pricing noted below. ir;' CA Alternate 03 Itemization: (Alternate 03 Itemizations to include individual lump sums for ALL work corresponding to each facility, including General Conditions, mobilization, demobilization, barricades, removal and disposal of existing light poles and elements, etc.) (a) Dubuque Street Hinged Light Pole Replacement and New LED Fixtures, including General Conditions, Etc.......... ($ ) (b) Captiol Street Hinged Light Pole Replacement and New LED Fixtures, including General Conditions, Etc.......... ($ ) (c) Chauncey Swan Hinged Light Pole Replacement and New LED Fixtures, including General Conditions, Etc.......... ($ Y (d) Tower Place Hinged Light Pole Replacement and New LED Fixtures, including General Conditions, Etc.......... ($ ) (e) Transportation Center Hinged Light Pole Replacement and New LED Fixtures, including General Conditions, Etc.......... ($ ) continued on next page FP -3 C. Base Bid Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) W J_ LL No. 1 — Shallow concrete repairs(1/S400).................................... ($ Dollars per sq.ft. No. 2 — Deep concrete floor repairs(2/S400)................................. ($ ) per sq.ft No. 3 — Column/vertical surface repairs(5/S400)........................... ($ ) No. 4 — Overhead knockdown/clean up(7/S400)........................... No. 5 — Shear connector weld repairs (8/S400) ............................. No. 6 Supplemental steel load transfer angles (11/S401)........... Dollars per sq.ft Dollars per sq.ft. Dollars per location Dollars per location. No. 7 — Vertical precast surface repairs(15/S401)......................... ($ ) No. 8 — Tee joint sealant replacement(5/S500)............................. Dollars per sq.ft. Dollars per lin.ft. compression seal nosing repair (7/S500) ............... ($ ) continued on next page FP -4 Dollars per lin.ft. D. Labor Rates: (inclusive of all overhead, profit, benefits, and all other costs associated with the performance of any work efforts) 1. Laborer hourly pay rate for work performed during normal work hours............................................................... ($ ) Dollars per man hour 2. Laborer hourly pay rate for work performed outside normal work hours (standard overtime rate) ...................... Dollars per man hour 3. Mason (Mechanic or bricklayer) hourly pay rate for work performed during normal work hours .............................................. ($ ) Dollars per man hour N 4. Mason (Mechanic or bricklayer) hourly pay rate for work — c performed outside normal work hours (standard overtime rate) ..... Dolarb<per an �ewr -4c-) r rn D �.. o - continued on next page FP -5 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. Contact: FP -6 Firm: Signature: Printed Name: Q Title: Y3 Q WO w a - Address: R U� }Z3 LL C U ee O O N Phone: Contact: FP -6 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 NOW, THEREFORE, for Project. N Q (a) If said Bid shall be rejected, or in the alternate, o m a –n (b) If said Bid shall be accepted and the Principal shall exe�te+ar�delivera contract in the form specified, and the Principal shall then fura;Tr-a tZd fCF the Principal's faithful performance of said Project, and for ttT<rnpayWnt cMII persons performing labor or furnishing materials in connectrw%e=With shall in all other respects perform the Project, as agreed s acceptance of said Bid, v o 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 am Principal By — Surety By— Attach y— Attach Power-of-Attomey day (Seal) (Title) (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 aVreerrWt for the construction of said Project. D� �-< Cj Z r- NOW, THEREFORE, IT IS AGREED: <r - r— m rn 1. The Contractor hereby agrees to perform the Project for t446miT stePits j> CA Form of Proposal including the total extended Rount 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 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 November 2, 2018 and final completion date is November 30, 2018. 7. CONTRACT DATE day of , 2018. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX -XXX]. DATED this day of city — a = 3 w� Mayor cr LL- a F --a L)3 CD 0 N ATTEST: City Clerk AG -2 20 Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND (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 1 , as Surety, hereinafter' callbd the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter caller! 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 Maintenanc Project; and o m' n a --�� WHEREAS, the Agreement requires execution of this Performance and Pa —ntWd, `e n < completed by Contractor, in accordance with plans and specifications prepared bt P 6imitenc., :tr which Agreement is by reference made a part hereof, and the agreed-uporLAW !IherMer referred to as the Project. y'� NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, SPContractor 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: 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 Na 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 Q ntract$r and Contractor's Surety shall be obligated to keep the improvements covered ^ : L! y tQ b� good repair for a period of one (1) year from the date of formal acceptance of JLo theprPients by the Owner. D. No fight �TQ tion shall accrue to or for the use of any person, corporation or third party other LL' tha(,1^fhei6oer named herein or the heirs, executors, administrators or successors of Owner. IT M A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20_ r ' IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) FILED 2018 APR 17 AM 10: 50 r -CT CLERK ITY, L ♦, 0 w� Lm a) E 0 U SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. _ e 2. All City contractors, vendors, and consultants with contracts of $25,00�'@y m6 (o s if required by another governmental agency) must abide by the requir�rnents�iF thIty's Contract Compliance Program. Emergency contracts may be exempt fSfrFthiZprovPtoh at the discretion of the City. Regardless of the value of the contract, all 01pactors, vrs, and consultants are subject to the City's Human Rights Ordinance, whictaodd a tcle 2 of the City Code. c 3. Contracting departments are responsible for assuring that City contractors, %ndors, 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. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 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\contractcomphance.doc CC -1 SECTION 11 - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orier=tion, gender identity, disability, marital status, and age. Such efforts shall include, but not be limit4to the following: employment, promotion, demotion, or transfer; recruitment or Decrlineldfamvertising; layoff or termination; rates of pay or other forms of compensation; Land 95ec!§Oor training, including apprenticeship. r— c.31- 2. he Mnttrfc} will, in all solicitations or advertisements for employees placed by or on behalf Ll.of th'orFg§or, state that it is an equal opportunity employer. m _o Note: Contr*s that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seg.) 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\contractcomphance.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? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mgr\asst\contractcompliance.doc CC -3 o o` �r n � v 0 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 eEmple, through the use of letters to all recruitment sources and subcontractors, y„1 ponal�ontacts, employee meetings, web page postings, employee handbooks, and FyisV J GQUAL)FMPLOYMENT OPPORTUNITY OFFICER ` >- U Iig� an equal employment opportunity officer or, at minimum, assign someone tYs responsibility of administering and promoting your company's Equal Employment importunity program. This person should have a position in your organization which emphasizes the importance of the program. 3: INSTRUCT STAFF Ypur 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 t d6mplywith your policy and the current equal employment opportunity laws. Q 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 CC -4 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. 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. _ •.i CC -5 N 0 O w 2 ti <n r �rn n rn L3::u cn O CC -5 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, apprMticeshi or training an applicant, to expel any member, or to otherwise discriminate agairalt aUplicant for membership, apprenticeship or training or any member in the QrivilsesaBots or benefits of such membership, apprenticeship or training because of Wge,4ftloFteed, disability, gender identity, marital status, national origin, race, religion, .jex wse*J&Drientation of such applicant or member. Pit sh'l be ur%wful for any employer, employment agency, labor organization or the emp%rees or members thereof to directly or indirectly advertise or in any other manner indicate orpublicize 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. 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: CC -6 I . 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. y4. 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) i� 5. The employment on the basis of sex in those certain instances where sex is a boo fide occupational qualification reasonably necessary to the normal operation q p par lar business or enterprise. The bona fide occupational qualification shall be ioi6reaw Inarrowly. (Ord. 03-4105, 12-16-2003) )> �. 6. A state or federal program designed to benefit a specific age classificatiorj chJ " rn serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 0 o� 7. The employment on the basis of disability in those certain instances her reseje of:; it disability is a bona fide occupational qualification reasonably necessary to the noanal . operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) it 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! A CC -7 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: ais is ca SAMPLE ONLY. You may wish to confer with your EEO officer or legal *nsel to formulate a policy which specifically meets the needs of your company. CC -8 I �3 wo rU d ~Q U3 Name: Address: Telephone Number: ais is ca SAMPLE ONLY. You may wish to confer with your EEO officer or legal *nsel to formulate a policy which specifically meets the needs of your company. CC -8 I 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") I. 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. "Discretionary5 economic development assistance shall mean any economic development assistance provided by the City of 1Iowa City that is not required by law. ' II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods d services, emergency construction or public improvement work, sole source contracts excepted the City's I purchasing manual, cooperative/piggyback purchasing or contracts with other goveritatitie&n D::; ;3 III. Affidavit. The contracting entity must complete the attached affidavit showingUifnpl'rance the II Wage Theft Polity and provide it to the Contracting Department prior to the execulopof the co rn = Contract provision: Any contract to which this policy is applicable will include the follov nlgct pr®ion:- II If the City becomes aware that a person or entity (including an owner of more than 2b% of F entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrativecRoceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage 11 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); U 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 I� Council. The City Council will make a final decision as to whether to grant a reduction or waiver. U WT -1 STATE OF COUNTY ) ss: WAGE THEFT AFFIDAVIT 0 C �o upon being duly sworn, state as follows: w �lJ I arthaJ� [position] of 4"cortRacQ7g4ntity"] and have the authority to execute this affidavit on behalf of said contracting LL entitiDndcj person or entity with an ownership interest in said contracting entity of more than 25%m p 0 H 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.. f W This instrument was acknowledged before me by WT -2 Signature on .20 Notary Public in and for the State of I 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 O o0 D� —� G Cf 0 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 ,'�ezt 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. IV O � 1.2 ARTICLE 1 - GENERAL PROVISIONS n� A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows 4. �f��►� 1.1.1.1 Any reference within the Contract Documents of the A99 betu4een Owner and Contractor should be substituted with of the Form of AgQm4 bet vyn Owner and Contractor (hereinafter the Agreement). The Form of A enaer�js lisle:ys AG in the project manual. ' V O 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 rgguirgd by which any part of the Contract Documents require him -to -provide. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after fete pts# 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 reaseaahle 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 elative to that portion of the Work, as well as the information furnished by the Owner pursuant to ectio .2.3, shall take field measurements of any existing conditions related to that portion of Q .=he and shall observe any conditions at the site affecting it. These obligations are for the ipurVaO of facilitating coordination and construction by the Contractor and are not for the W wrpur of discovering errors, omissions, or inconsistencies in the Contract Documents; J r.hovroNer, the Contractor shall promptly report to the Architect any errors, inconsistencies or omi8si6As discovered by or made known to the Contractor as a request for information in such U. fl!ort;z�the Architect may require. It is recognized that the contractor's review is made in the 0 orMiLior's capacity as a contractor and not as a licensed design professional, unless otherwise pecifiMlly provided in the Contract Documents. The Contractor shall not be liable to the Owner r Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and kaewiagly failed to report it to the Architect. If the Contractor performs any construction activity ^' knGwinq es involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume apprepriate responsibility for such performance and shall bear 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, materialmen 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 01 60 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor., .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent, and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and PP�uipment furnished under the Contract will be of good quality and new unless the C�tract Muments require or permit otherwise. The Contractor further warrants that the Work�onfZ with the requirements of the Contract Documents and will be free from defects,�xs� re k, 4cateriaLZ6r equipment not conforming to these requirements may be considered defec, he"Gontr�CterIs warranty excludes remedy for damage or defect caused by abuse, alter to.Ue Wot executed by the Contractor, improper or insufficient maintenance, impropgt: r , or at wear and tear and normal usage. If required by the Architect, the dentractshallish satisfactory evidence as to the kind and quality of materials and equipment. O 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 eemply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs 24• h, itabip. to SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 theseraestien 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 21 days after first observance of the conditions. dhe Architect will promptly investigate such conditions and, if the Architect determines that they —differ Wterially and cause an increase or decrease in the Contractor's costs of or time required Q mor p, r ance of any part of the work, will recommend an equitable adjustment in the Contract Rurmaontract Time, or both. If the Architect determines that the conditions at the site are not 4natItl$Cy different from those indicated in the Contract Documents and that no change in the r4errrWbtthe Contract is justified, the Architect shall promptly notify the Owner and Contractor in J 'Writt2l stating the reasons. c � o J. hange 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 a 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 1 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. 6f 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 workers 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 duringCSonstrui�o' n and until the Architect issues the final Certificate for Payment to the Contractor o Pr&ct. The Architect will advise and consult with the Owner. The Architect will haveriQo acttq behalf of the Owner only to the extent provided in the Contract Documents. C-) 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 s4�nqfry inf441 about the progress and quality of the portion of the Work completed, and rAport to %Fe Ow eV ) known deviations from the Contract Documents and from the most recent construpftn schedule submitted by the Contractor, and 2) defects and deficiencies observed in th 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 sekiiy 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, Q Y3 W 7!1 .2. fj !ie Architect will interpret and make recommendations to the Owner regarding decide matt %s oncerning performance under and requirements of the Contract Documents on written J r"regf either the Owner or Contractor. The Architect's response to such requests will be LL ai writing within any time limits agreed upon or otherwise with reasonable promptness. If oment is made concerning the time within which recommendations required of e ArEAitec! shall be furnished !n compliance with this Paragraph 4.2, then the Architect hall 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 desisieas 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 decisions, 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 desisiens rendered in good faith. 1.6 ARTICLE 5 -SUBCONTRACTORS A. `r:Deletsparagraph 5.2.1 and add the following: 4-5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposesrntends to enter into a tsubcontract 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. t8: Change paragraph 5.3 to read as follows: 5.$ 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 wceagiully 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 Opployees, not including oversight of such work performed by subcontractor, fit pe Went (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, tenJLBrr ntAYo) oe amount due the Subcontractor. —Icy v .3 For each Subcontractor, or Sub -subcontractor involved, for art rkgerfor_ ed by such contractor's own forces, fifteen percent (15%) of the cost. o __Jr 4 For each Subcontractor, for Work performed by his the Su�3`ubc�ract©five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits�ll 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 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 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. 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, eF 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: 1. Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 0 " — 2.QThe Owner shall give written notice to the Contractor of intent to assess Y -?-liquidated damages pursuant to provisions of this Article. Calculation of the =2amount of liquidated damages shall commence on the date the Owner notifies the w J> -Contractor of this intent. ,^ '�Z liquidated damages assessed in accordance with these provisions are exclusive c Z5=rof other monetary damages to which the Owner may be entitled as a direct result m oof the Contractor's failure to achieve final completion of the Work in accordance Hwith 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. Q G. A. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 g!ys after the Owner has received a Certificate for Payment from the Archit(RTo 9Nsure proper performance of the Contract, the Owner will retain 5% of each pa t --Jt a� unt uch larger amount as will insure that there always remains a sufficierd�6 anccc to c lete the work, such retainage to be held until Final Acceptance of Work-attdshz so rplffy the Architect. <j :;0 2 Change paragraph 9.8.4 to read as follows: ul When the Work or designated portion thereof is substantially complete, the Arc;;ftect 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. PORAMPRt'; 1;1`1211 GOPRR;PRGP OR the date Of 51-1148tARtIA! Completion of the Work or des gRated 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. 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. ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY 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 estate laws regarding hazardous chemicals and right -to -know. <f r.6. ahagg�paragraph 10.2.4 to read as follows: 1�J =7. &4f use or storage of explosives or other hazardous materials or equipment or unusual UJ whet are necessary for the execution of the Work, the Contractor shall give the Owner rreabaWble advance notice and shall exercise utmost care and carry on such activities under �up�rvyon of properly qualified personnel. �tdd�paiagraph 10.2.9: a0.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, grace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. 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 of ^'^'mss Fnpdp. 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 prom ptness. 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` 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 underlyingiplicies. O p� Workers Compensation shall include the Alternative Employer and Waiver of Sub r n 2A endorsements in favor of the Owner. -I Professional Liability, if applicable: Tthe Contractor shall procure and maintain, d he V9 of t is Agreement, Professional Errors and Omissions Liability Insurance. The ContractoA_TU n&yf them Owner if claims made erode the policy limits below those required above. i -x 0 All liability policies above, except for Workers Compensation and Professional Liability, *ll include the Owner's Governmental Immunities Endorsement. [See allached]. 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. @1.1.9 The Contractor shall include the City as additional insured on all policies except 0 _tivorkeg compensation. The Contractor shall include the Owner (City of Iowa City, .incLMzig its employees, agents and assigns) as additional insured on all policies, except W . woj! P�4 compensation and professional liability. Such additional insured J r.enc6g4ment(s) shall make the Contractor's liability insurance primary to the Owner's —.end hermore, shall not be contributing with any other insurance or similar protection �LL C v4&bje to the Owner, whether such available protection be primary, contributing or LL cpx69Wr Owner shall be an Additional Insured with refect to all required aforementioned cover4es, which shall be stated on all Certificates of Insurance. Such Certificates shall "Iso 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. 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 the Supplementary Conditions, and the officers, directors, partners, employ age and other consultants and subcontractors of each and any of them, each of W" is eme, n to have an insurable interest and shall be listed as an additional insured; Dy _nom f` .2 be written on a Builder's Risk "all-risk" or open peril or special-;Pse§`6f lois' policy form that shall at least include insurance for physical loss or damge to the worn temporary buildings, false work, and materials and equipment in transit, shiffins against at least the following perils or causes of loss: fire, lightning, exfoded fdverap theft, vandalism and malicious mischief, earthquake, collapse, debris remoAK water damage, and such other perils or causes of loss as may be specifically require -a 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; .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 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 dividuals or entities identified in the Supplementary Conditions, each of whom is eemedrto have an insurable interest and shall be listed as an insured or additional LU �11.3��t/ the policies of insurance (and the certificates or other evidence thereof) J 1egvir04 to be purchased and maintained in accordance with paragraph 5.06 will contain ` ao pcay.Won or endorsement that the coverage afforded will not be canceled or materially LL Q*ha 9sV or renewal refused until at least 30 days prior written notice has been given to MOWN& and CONTRACTOR and to each other additional insured to whom a certificate of nnsurance 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. t .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 t.. 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 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 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. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the P'aG@ Wh6F8 the B. Change paragraph 13.3.1 to read as follows: ,�s 13.3.1 Written notice shall be deemed to have been duly served if delivered in p0on to the individual, to a member of the firm or entity or to an officer of the corporaQ�4or _Zich iLwas intended, or if delivered ;;t PF sent by registered or certified mail to the laS�$�sir4s adds known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: r a 13.5.1 Tests, inspections and approvals of portions of the Work shall be ma onrerirede Contract Documents and by applicable laws, statutes, ordinances, codes, s, arpregu ns or lawful orders of public authorities. Unless otherwise provided, the Contractor -shall make arrangements for such tests, inspections and approvals with an independent testing"%boratory 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. o .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or adq�tisements for employees placed by them or on their behalf, state that all qualified Q *(tants will receive consideration for employment without regard to race, religion, d cWr,.sex, age, disability or national origin or otherwise as may be required by local or W sljqordinance r � J F. AdEl-ft following Section 13.9: LL. Q 13N'�The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI m DISC*MINATION 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 been implemented by Change Order will not be considered and is deemed waived by the Contractor. unless submitted IR a timely 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 G G1 �i eo Z7 �_ 'ern a rn D � 4 r lidder 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. .1 If you answered "No" to one or more questions above, your company is a nonresident bidder. PI -ease complete Parts C and D of this form. j 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: 2' O ae Dates: /—/—to / / Address: FSM You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders m i nVart C 1. Name of home state or foreign country reported to the Iowa Secretary of State: s> o r �D 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. Firm Name: Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No . My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes IT Q ❑ Yes OJVo = business is a general partnership or joint venture. More than 50 percent of the general W CMners or joint venture parties are residents of Iowa for Iowa income tax purposes. _J ❑ Yes J5!No y.Wy business is an active corporation with the Iowa Secretary of State and has paid all fees LQ required by the Secretary of State, has filed its most recent biennial report, and has not v6d articles of dissolution. ao _ ❑ 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. t ❑ Yes ❑ Na: 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{ [P 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. Awl L- ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authorityof Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, `Bidder Preferences in Government Contracting," Iowa Administrative Code. - I.4 This amendment adopts new rules concerning preferences for resident bidders on go"vernnieng 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 st4ted 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 constructor contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in§�jubi% is necessary. c7-< _ Paragraph by "if r 156.2(4)"b" was changed adding the phrase applicable." --tn v In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder."<r rn M __ A new rule 875-156.9(73A) containing a severability clause was added. M 0 The principal reason for adoption of this amendment is to implement legislative intent vafriice procedures are included in these rules 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. 1 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, 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. " PublicMay" means the state and any of its political subdivisions, including a school district, public utility, or state board ofents. ubliprkre-iyent 11 means a building or other construction work to be paid for in whole or in part by th of W @ state, its agencies, and any of its political subdivisions and includes road construction, reco tructjan,adsAitmtenanceprojects. ubliO—utili*-'X-hicludes municipally owned utilities and municipally owned waterworks. LLResica. qZqct br��' means a person or entity authorized to transact business in this state and having a place of busines%%r tray &ing business within the state at which it is conducting and has conducted business for at least threq-13ears 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 requite"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 j 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 ponresident,bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa S secretark'of state, to identify each preference offered by the nonresident bidder's home state or foreign country, r� and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's hofn6 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 or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF -4 d i n 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 irCiistate other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and:n statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); i 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; i. i 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 parmaship has received notification from the Iowa secretary of state that the application for certificate of authority )tas 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 btwess for at least three years prior to the date of the first advertisement of the public improvement, th der %ll meet the following criteria for the three-year period prior to the fust advertisement for the publicvt a. Continuously maintained a place of business for transacting business in Iowis sWtable-fv.; more than receiving mail, telephone calls, and e-mails; and rn. b. Conducted business in the state for each of those three years and filed an Iowa' e t� re� applicable, made payments to the Iowa unemployment insurance fund, if applicable, antaio='� fued an workers' compensation policy, if applicable, in effect for each of those three years. D 4 ' r to 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 covtttry of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by tliTnonresiJent bidder's home state or foreign country cannot be determined, the calculation for a 10 for shall include only the labor force working on the public improvement in Iowa on a cew & b c ed by pay period. 3L�15U(7 omplaints regarding alleged violations of the Act. L 156.&1) _ aints. Any person with information regarding a violation of the Act may submit a written &hplaintmo t *GM)mmissioner. Any complaint must provide the information required pursuant to subrule 156.4(2' as of such information as is reasonably practicable under the circumstances. The completed written itplaint 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 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 male 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. Ile records shall include each worker's name, address, telBphont9tumber if available, social security number, trade classification, and starting and ending date of +ehtploylxtent. 875-15616(73A) investigations; determination of civil penalty. The commissioner or an authorized designeo;.�all 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 followingpowers: k a. bearings. 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 ti provisions of Iowa Code chapter 8A, subehapter IV. RM 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. 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 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 omurred, flip division tr+ may sue for injunctive relief against the awarding of a contract, the undertaking of a pul npr%ment, 6d the continuation of a public improvement. n �� 156.7(2) Civil penalty. Any person or entity that violates the provisions of this cha—jp cnis ;abject tooaTa civil penalty in an amount not to exceed $1,000 for each violation found in a first investigazf6py the-divislon� not to exceed $5,000 for each violation found in a second investigation by the divisiori5i nolo exc® $15,000 for a third or subsequent violation found in any subsequent investigation by $g division. Each violation of this chapter for each worker and for each day the violation continues constitutes a ssrate 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 1/8/141 EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 C) m C-)� - _ r <r rn r- n M ism= a 0 � r Supplements to Form of Proposal 004300-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 SPECIFIED PROPOSED SUBSTITUTION ADD DEDUCT m �r a m T 3 ,� 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 2018 Project April 13, 2018 THP #18098.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004519 NON -COLLUSION AFFIDAVIT STATE OF ) COUNTY OF duly swom, deposes and says that he is (Title of Person Signing) of ing first Name of Bidder at that all statements made and facts set out in the Proposal for the above ct _e t nd correct, and that the bidder (The person, firm, association, or corporation ro�j,rng std bid s not, either directly or indirectly, entered into any agreement, participated cia-gny.collusp� or otherwise taken any action in restraint of free competitive bidding in conn!Mn W*suEh bid or any contract which may result from its acceptance. o� = 0 Affidavit further certifies that bidder is not financially interested in, or finar%ally a3liated with, any other bidder for the above project. to By M M Sworn to before me this day of My commission expires Non -Collusion Affidavit 004519-1 Notary public 2018. City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 M r 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 2018 Project April 13, 2018 THP #18098.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 011000 SUMMARY OF WORK PART1 GENERAL 1.1 SECTION INCLUDES A. Summary of Base Bid Work Efforts: The 2018 Project focuses on four City operated garages. Dubuque Street Ramp, minor concrete floor repairs and waterproofing efforts. Capitol Street Ramp, concrete and waterproofing repairs, precast connector repairs, along with stair tower precast spandrel repairs, and complete joint sealant replacement of the SE, SW and N stair towers. Chauncey Swan Garage, minor concrete repairs and localized jQnt segint replacement on the exposed top level. o A, Tower Place Garage, will have minor concrete and waterproofing effo% C-) - r B. Summary of Alternate Bid Work Efforts: -<r— <mAdd AddAlternate 01: Dubuque Street Ramp, minor concrete repatw?16eaf9nt replacements, and membrane recoating. T' c Add Alternate 02: Dubuque Street Ramp, NE and NW stair towers roof membrane replacements. Add Alternate 03: Complete light pole replacements with new LED light fixtures on the top level of five City operated garages. 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. 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. Summary of Work 011000-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 mg Conditions for information relative to sales tax for which the Owner is exempt. cru A , secure and pay for all required local permits, fees, licenses and approvals 0 gahe General Conditions of the Contract. w J ruo —�O CONTRACTOR LL. Lt. ff4ik division of the body of the Specifications into various Parts has been Q ged for clarity in the delineation of the various parts of the whole Work. It is m noHhe 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. 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. Summary of Work 011000-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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.�ngineer and subcontractor may occur, for clarification of material delivery, ingtallatio4 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 performeace of successive Work shall be the responsibility of the Contractor to copglinatea- :::-: c :cio J. The Project Manager for the Contractor is required to be on Arte -to 8@ndu4— regular, bi-weekly job progress meetings with the Owner. Contrac ealrclud� Engineer via telephone for said progress meetings and shall di tesritte� � meeting minutes as directed by Owner. � s 0 M — K. The Owner reserves the right to hold additional job progress arrtcoor4Qation meetings on an as -needed basis as determined by the Owner. The Cofactor shall be given 48 hours notice (when possible) to said meeting. L. A preconstruction project meeting shall be held by the Owner prior to the start of work. 1.6 APPLICABLE CODES A. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govem, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifi- cations shall be followed. Summary of Work 011000-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 ON seven calendar days after Notice of Award. The schedule shall indicate the Q gyotion of time required for the performance of all work. All construction = Reties and each phase of work must be clearly indicated on the schedule. The LLJ "_ module must be signed by an official of the firm. It must be realistic as its J r— feltGful execution will be considered a commitment, not an estimate. %" V (L al working hours are permitted between 7:00 AM to 7:00 PM, Monday W rmgh Friday. Noise producing work in the Dubuque Street Garage may not a 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 Contractors option, and if approved in advance by the Owner, work may begin prior to air intake shutdown. If work is elected to begin prior to intake shutdown, the Contractor shall at their expense, employ measures to draw fresh air from areas beyond the work activities that produce odors/fumes. All methods or procedures must be approved by, and meet the satisfaction of the Owner. F. Work performed outside of normal business/working hours shall be performed at no additional cost to the Owner. Additional cost incurred for testing and inspection, including services of the Engineer or Owner's representative shall be solely bome in full by the Contractor. G. Work Phasing: 1. Refer to Drawings for general and specific phasing information for each garage. Summary of Work 011000-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 2. From start of work through Friday August 17, 2018, Contractor may have access to up to the following spaces (minimum) for work in each facility: Dubuque Street Ramp — 50 spaces Capitol Street Ramp — 75 spaces Chauncey Swan Ramp —15 spaces Tower Place Garage — 25 spaces , 3. From August 18, 2018, 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 — 25 spaces Chauncey Swan Ramp —15 spaces Tower Place Garage —15 spaces 2 4. Work at the Chauncey Swan Ramp that requires closure 6P the Trance ramp must be coordinated a minimum of 4 weeks in advance:J"Q—�th1Vwne� and take place during a coordinated 4 -day period from 7:&4M and through 5:00 PM Thursday. In addition, no work may takercplace+duril�g "Rummage in the Ramp" event dates and during the Farmelf Market ho Mr of operation listed below. oz s D o 0 July 26 through August 4 (Rummage in the Ramp) r' .o Farmers Market days/times: 1:00 PM through 9:00 PM, Wednesday's (weekly) 7:00 AM through 12:00 PM, Saturday's (weekly) 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 total spaces maximum or the amount listed in items 2 and 3 above, whichever is less. June 1 through 3 (Arts Fest) June 23 (Juneteenth Celebration) BLOCK PARTY June 29 through July 1 (Jazz Festival) July 27 and 28 — RAGBRAI 2018 In Iowa City Summary of Work 011000-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 August 22 (Taste of Iowa City) ON September 28 through 30 (CycloCross) 0 Q _ YZSeptember 1, 8, 15, 22 and October 20 and November 10 and 23 (University = o:2of Iowa Home Football Games/Homecoming) W W} J 41 --Should work extend beyond the Final Completion Date for any reason, .` >-Ucontractor may have access to up the same number of spaces for work in (L ceach facility as outlined in Section 1.7, Article G, Paragraph 3. In addition, w othe 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. 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. 1 J. 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 borne by the Contractor, including the cost of additional services of the Owner or Owner's representative. K. 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. L. The Contractor is responsible for securing work area for performance of the Work. M. Project Schedule and Sequence: 1. The Contractor shall deliver submittals to the Engineer at least 7 days prior to mobilizing. Summary of Work 011000-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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, November 2, 2018. 4. Final completion of all Work shall be 28 days beyond specified Substantial Completion date. Refer to paragraph 1.9.3 for additional information. N. 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. 't 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 c letiaV is reached. a� a C-3� 2. At Final Completion, all punch list issues shall be fully addressed theme satisfaction of the Owner, and all required project close -4 ;4bc%ments� including final pay requests and all warranties, as—built—cMRvirvs ar l , maintenance manuals, shall be submitted to the Own Lioidat® Damages equal to the Engineer's costs to administer the project bggond the t' 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 Summary of Work 011000-7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 co 0 4 _ cz:o W -a -Jr .- J C> �-- U_ e� o t.. END OF SECTION Summary of Work 011000-8 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 DIVISION 01 -GENERAL REQUIREMENTS SECTION 012100 ALLOWANCES PART 1 GENERAL 1.1 SECTION INCLUDES A. Base Bid Quantity Allowances. 1.2 RELATED SECTIONS A. Section 012900 -Payment Procedures. B. Section 030100 -Concrete Repairs. C. Section 055000 - Miscellaneous Metals. D. Section 079000 - Expansion Joints. E. Section 079200 - Sealants. a o� 1.3 QUANTITY ALLOWANCE D� C-)� - J r A. General: M 1. Allowances include all labor, material, tools, equipmer�up isioD transportation, handling, storage, overhead and profit, and oth.costs associated with performance of work. co 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) ...............................150 square feet 2. Deep concrete floor repairs(2/S400)............................. 50 square feet 3. Column/vertical surface repairs(5/S400).....................100 square feet 4. Overhead knockdown/clean-up(7/S400).....................100 square feet 5. Shear connector weld repairs(8/S400)..............................40 locations Allowances 012100-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 A. General: 1. Cash allowances will be performed on a time and material basis. The Contractor shall furnish and certify daily detail records of all labor and materials provided. 2. If the cost to complete the work is less than the cash allowance, a deduct Change Order will be prepared by the Owner for the cost difference. B. Cash Allowance Items: 1. A cash allowance of $20,000 shall be included in the Base Bid to address general work items identified on the drawings to be paid on a time -and - material basis, including coordination of material testing or site inspections, or as an Owner approved extension of the quantity allowance work items. 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 012100-2 0 6. ,Supplemental steel load transfer angles (11 /S401) ...........40 locations _ 90 ertical precast surface repair (15/S401) ..................... 300 square feet W Q w} 2,000 feet J r a:f—Tee joint sealant replacement (5/S500) ...................... linear - }Z3 d �<Wing compression seal nosing repair (7/S500) ............. 100 linear feet LL c u 3:- 3!. ThV Contractor shall include the total cost for all Base Bid 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: 1. Cash allowances will be performed on a time and material basis. The Contractor shall furnish and certify daily detail records of all labor and materials provided. 2. If the cost to complete the work is less than the cash allowance, a deduct Change Order will be prepared by the Owner for the cost difference. B. Cash Allowance Items: 1. A cash allowance of $20,000 shall be included in the Base Bid to address general work items identified on the drawings to be paid on a time -and - material basis, including coordination of material testing or site inspections, or as an Owner approved extension of the quantity allowance work items. 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 012100-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012300 ALTERNATES _1 PART 1 GENERAL 1.1 SECTION INCLUDES A. Add Alternate 01: Dubuque Street Ramp, minor concrete repairs, sealkrot replacements, and membrane recoating. B. Add Alternate 02: Dubuque Street Ramp, NE and NW stair towers roof membrane replacements. C. Add Alternate 03: Replacement of hinged light poles and installation of new LED light fixtures on the top level of five City operated garages. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012900 - Payment Procedures. N o m C. Section 030100 - Concrete Repairs. a D. Section 071800 - Vehicular Traffic Membrane. r— rn E. Section 075416 - Thermoplastic Membrane Roofing. o ::o z 0 F. Section 079200 - Sealants. l' r co G. Section 321723 - Pavement Markings. 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. Alternates 012300-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 5. Alternates that are submitted by the Contractor at zero cost change must be co indicated on the Bid Form by writing "No change in cost". 0 Q Q.=Provge a cost in the spaces provided on the Form of Proposal for the following = A69—rotes. Refer to Drawings for additional information. W c Wr J r Aaji-Alternate 01: Dubuque Street Ramp, minor concrete repairs, sealant replacements, and membrane recoating at Level 3/4 West Crossover with 4'-0" L c vembrane strip centered over expansion joint on Level 5. Z Add -Alternate 02: Dubuque Street Ramp, NE and NW stair towers roof V ' membrane replacements. Add Alternate 03: Replacement of hinged light poles and installation of new LED light fixtures on the top level of five City operated garages (Dubuque Street Ramp, Capitol Street Ramp, Chauncey Swan Garage, The Tower Place Garage and Transportation Center Garage). Refer to E -Series Drawings and Division 26 Specifications for all work. City may elect to perform work in any single facility, or in any combination of facility, based on the available funds. PART t -PRODUCTS - NOT USED. _PART 31 EXECUTIONS - NOT USED. END OF SECTION Alternates 012300-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 \Nork'nof involving changes in Contract Price or Time shall be issued by the Owner in writing and shall be executed promptly by the Contractor. t B. Contract Modifications: Changes to the Contract that affect the cost/time shall be procMed as follows: m a. Contractor shall submit a written proposal, with a coi?ip*te;9emi breakdown, showing quantities and unit costs of theor:7pms(ifi materials, labor hours, labor costs per hour, overhead.,ntd profit, time modifications to the Owner for review and acceptar�� _ b. The Owner will review the proposal and respond 4 ons' of the following: co • 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 2018 Project April 13, 2018 THP #18098.00 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. w b co CD Q c_- WUJ a wr J t: )- U � aq ~Q U� m O w b END OF SECTION Contract Modification Procedures 012600-2 '1 �k END OF SECTION Contract Modification Procedures 012600-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 079000 - Expansion Joints. o v F. Section 079200 - Sealants. �n a 1.3 UNIT PRICES C-) < =;C J <= r M A. General: {� o 1. Unit prices shall apply for both additions to and deletions from the V&k. 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 2018 Project April 13, 2018 THP #18098.00 1.4 MEASUREMENTS Co PriorLto the start of work in each work area or phase, the Contractor and the ZIAr will inspect the area and document locations and quantities of all W ,a avance items. The Contractor shall notify the Owner at least 3 days in J r a�nce of required inspection. Refer to Section 012100. C-1 I4 ity allowance items will be recorded and the date of the inspection and the a p — ns performing the inspections will be recorded on each item sheet. m _ 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. 915 PAYMENTS A. For each application of payment submitted by the Contractor, a summation of all quantity allowance items shall be sent for verification. i• y, 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 2018 Project April 13, 2018 THP #18098.00 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 worn -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. NOo C. Standard information prepared without specific reference to jed pis nc considered to be shop drawings. tin `� l v D. Product data includes standard printed information on manufa-Egedpprod is that has not been specifically prepared for this project, includingtnoite C the following items: � 0 r 1. Manufacturer's product specifications and installation instructions.00 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 2018 Project April 13, 2018 THP #18098.00 7. Mill reports. ao C* 8. Vaterial safety data sheets on all material provided or used in execution of xhe Work. _ cr-- W NA+pies are physical examples of work, including, but not limited to the following .J Qartial sections of manufactured or fabricated work. m O ? 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 4 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 2018 Project April 13, 2018 THP #18098.00 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. o a; 2. Provide a space on the label for the Contractor's wftnd a&woval markings, and a space for the Owner's "Action" marking,,"'. I I 1.3 SPECIFIC SUBMITTAL REQUIREMENTSrn A. General: g C m a 0 1. Specific submittal requirements for individual units of Worcore 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 2018 Project April 13, 2018 THP #18098.00 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. 00 cab. Show sequencing and relationship of separate units of Work which must 0 = =o interface in a restricted manner to fit in the space provided or function as W a J� indicated. c -'--c. Coordination drawings are considered shop drawings and must be r—Q definitive in nature. c�3 gg 5.2Do 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. 7. 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 Z^ Contractor and marked -up as a "Record Document." << 8.- Final Submittal: i P - a. Provide four (4) prints and/or Electronic versions of each revised rl submittal, as required by the Owner and based on the Engineer's Initial L 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 material, product or system with other work, and material safety data sheets. Submittal Procedures 013300-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 Preparation: 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." 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. o c. Show distribution on transmittal forms. ny n� 5. Installation Copy: a. Do not proceed with installation of materials, productsFa�sAemsri it a copy of product data applicable to the installation i0 e%-5bsse®n of the installer. r CD 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 2018 Project April 13, 2018 THP #18098.00 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 CD additional characteristics. C) a 9co ompliance with other required characteristics is the exclusive responsibility W—of the Contractor; such compliance is not considered in the Owner's review Jr+ �. and "Action" indication on sample submittals. -- �:�ocumentation required specifically for sample submittals includes a generic lL M E33description of the sample, the sample source or the product name or ® 23nanufacturer, compliance with governing regulations and recognized N 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. 1 - PART 2 PRODUCTS - NOT USED PART 3-EXECVTIONS - NOT USED. - END OF SECTION Submittal Procedures 013300-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 th'; 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 procedure c c� a D. Inspections, tests and related actions specified in this Section a �se;ere it the Contract Documents are not intended to limit the ContracQs<owa.qua control procedures which facilitate overall compliance with requpenW of FeC Contract Documents./n o 0 _Z E. Requirements for the Contractor to provide quality control servic� as Aired(P the Owner, governing authorities or other authorized entities are not linAd 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 2018 Project April 13, 2018 THP #18098.00 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 CD C—�nractor as required. 0 = YYQ w tyetest Responsibility: Where results of required inspections, tests or similar J ^ dices prove unsatisfactory and do not indicate compliance of related Work with >tbgrequirements of the Contract Documents, then retests are the responsibility of LL 4 '� Contractor, regardless of whether the original tests were the Contractor's 4%onsibility. Retesting of Work revised or replaced by the Contractor is the NContractor'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 t 'riot approve or accept any portion of the Work. The agency shall not perform any duties of the Contractor. 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 2018 Project April 13, 2018 THP #18098.00 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 sha j IJ at no cost to the Owner. y ' 1.3 QUALITY ASSURANCE :s A. Qualification for Service Agencies: Except as otherwise indicated,. gngage 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. C. The Contractor shall comply with all Federal, State and Municipal laws, - codes, ordinances and regulations applicable to the Work in this Contract and alSa with all requirements of the National Fire Protection Association, the National„Nectiric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then ,be laws, codes or ordinances shall govern, except in such cases where Ode Spofication exceeds them in quality of materials or labor, then the Speciffi'SBon:�shall.�g followed. c �� �] 1.4 SUBMITTALS s rn A. General: Refer to Section 013300 — Submittal Proced�u ;�RfsuL,,,al requirements. r cc 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 Quality Requirements 014000-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 • Submit additional copies of each written report directly to the governing r` authority when the authority so directs. 0 0 E. Resort Data: Written reports of each inspection, test or similar service shall W — crn6de, but not be limited to the following: Q W J ^ Name of testing agency or test laboratory. ILL�-23 Dates and locations of samples and tests or inspections. a v M 32 Names of individuals making the inspection or test. N 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 r� 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 2018 Project April 13, 2018 THP #18098.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 014216 DEFINITIONS AND STANDARDS PART 1 GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. General: This Section specifies procedural and administrative requirements fpr 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"4 statements and similar requirements associated with regulations, codes and standards. 1. 'Regulations" is defined to include laws, statutes, ordinances and lawful orders issued by governing authorities, as well as those rules, conventions and agreements within the construction industry which effectively control the performance of the Work regardless of whether they are lawfully imposed by governing authority or not. 1.2 DEFINITIONS A. Owner: City of Iowa City and their properly authorized agents ir*ding the Engineer and other consultants serving as Owner's Repres4gtative,=reviewing work. D�? B. Engineer: THP Limited, Inc., Cincinnati, Ohio. C') y� C. Owner's Representative: THP Limited, Inc., or other a4CRize ag rajas designated by the Owner. z = 0 D. General Explanation: A substantial amount of specification languas 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 2018 Project April 13, 2018 THP #18098.00 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 Cc Owaer or Engineer", and similar phrases. However, no such implied meaning will [] _ $z-thterpreted to extend the Owner's, Engineer's or Owner's representative's W = &$Dnsibility into the Contractor's area of construction supervision. X ..J LN. ct Site: The term "project site" is defined as the space available to the LL R! �o tractor for performance of the Work, either exclusively or in conjunction with Q Z3*rs performing other work as part of the project. The extent of the project site to is -Shown on the Drawings. e N 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. ; 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 2018 Project April 13, 2018 THP #18098.00 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. 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. Non -referenced standards recognized in the construction industry are hereby defined, except as otherwise limited in the Contract Documents ds having direct applicability to the Work, and will be so enforced for the performamV 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 Spificatis�, the more stringent shall govem. A 1 a c� 4 F. References to known standard specifications shall mean the IatesTr@�iticCof soh. specifications adopted and published at date of execution of the,`Nmraa /'� o- _ G. No claim by Contractor for additional compensation will be anteairTed ac of his failure to be fully informed as to requirements of any referencedanda co 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 2018 Project April 13, 2018 THP #18098.00 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 2018 Project April 13, 2018 THP #18098.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 015000 TEMPORARY FACILITIES AND CONTROLS ' PART 1 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. 1.2 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 facilitieu CS m D. The Contractor shall protect his Work and equipment from damaMby2l�ie p11" and other entities occupying the garages and adjacent fa§V 89ring .the construction period. �r— E. The Contractor shall take all necessary precautions during g4Torg%re T prevent debris from falling and causing damage outside the w4;Xre`lPncI damage to existing mechanical/electrical fixtures. The Contractor shA be held liable for all damage caused by excavation, patching, drilling, corift cutting, sandblasting, dust and debris. The Contractor shall be held liable for all damage to mechanical/electrical fixtures systems due to construction related activities. Contractor shall be responsible for all injury to people and property, including motor vehicles, caused by any construction related activity. The Owner will endeavor to field complaints and forward same to Contractor. Contractor is responsible for contacting people or property owner and resolving complaints. F. When Work is performed which may create a hazard to persons or property above, below or in the proximity of Work, affected areas shall be blocked or otherwise protected to eliminate the hazard. Coordinate this activity with the Owner a minimum of 4 working days prior to the requested time for performance of such work. G. Access to all emergency egress routes outside the limits of an individual Temporary Facilities and Controls 015000-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 construction area shall be continuously and safely maintained. Emergency egress routes shall not be impaired due to construction activities. 40. Co .ardinate Work Areas with the Owner to minimize interference with normal gyrations. _ o= C:) W Contractor shall comply with all Federal, State and Municipal laws, codes, ..J finances and regulations applicable to the Work in this Contract and also with �aIf-?equirements of the National Fire Protection Association, the National Electric LL °- cS40pe, and the Occupational Safety and Health Administration (OSHA). If the 4 m atbve 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. 1.3 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. 1.4 , UATERIAL AND EQUIPMENT STORAGE AND DELIVERY i• A. An area of the garage will be made available to the Contractor for material and i equipment storage, staging and other facilities deemed necessary by the Contractor. �. 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. f.5 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 activity. However, the Contractor is totally responsible for damage as a result of the Work. Temporary Facilities and Controls 015000-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 1.6 PROTECTION OF EXISTING CONDITIONS A. All portions of the existing structure, all utilities and all other building contents not part of the work damaged, moved or altered in any way during construction shall be replaced or repaired to the Owner's satisfaction at the Contractor's expense. B. Contractor and Owner shall conduct a preconstruction inspection of all finish materials and equipment located within the Work area to record irrwriting existing damaged finish materials and/or equipment not directly involved with thi Contract. The Contractor shall be deemed responsible for damaged finisil 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. 1.7 TEMPORARY FACILITIES A. Existing electric and water service shall remain at their present level of Agrvice within the garage and may be used by the Contractor. The Owner willy for current and water used. Additional electricity and water ankineirszervice connections which may be required for construction shall be prRbeAy th;ri Contractor. Contractor shall verify existence and usability of listegeprylas prl� to submitting Bid. Non -listed services required by the Com-6porashall //b�_e provided by the Contractor. B. The Contractor shall provide his own job phone. r C. The Contractor shall provide temporary toilet facilities for use by its employees and subcontractors. Locate in an area approved by the Owner. Use of Owner facilities is not allowed. D. Job signs are not allowed. E. The Contractor shall furnish temporary lighting or heat required so that work may proceed to meet the Contract schedule. Temporary Facilities and Controls 015000-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 c debris at the end of each work day. Q (� tt Aka# times when work is being performed, the Contractor's foreman shall be on- = Both the foreman and the superintendent shall have a mobile phone or c r with him/her at all times, 7 days a week. Provide the Owner with the --1 t.9 shone number. '- F' L.L site office/trailer is not required. _CQ o 1.8 j$ARKING A. Parking for a maximum of four Contractor vehicles 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. 1.9 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 t area so as to not overload or otherwise distress the supported structural system. 1.10 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 t area is scheduled to be closed. B: Erect barricades to prevent unauthorized entry of pedestrian or vehicular traffic into, on or under the Work Area. Post appropriate signs to warn against entry. Construct barricades to prevent unauthorized entry during non -work hours. C. Perform temporary traffic marking and striping that may be required during construction. D. Provide signage to safely route pedestrians to the nearest stairwell. Temporary Facilities and Controls 015000-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 1.11 USE OF STREETS AND WALKS A. All use of streets and walks must be in accordance with local authorities having jurisdiction. The Contractor must coordinate such use directly with the local authorities. B. The Contractor shall provide and maintain control device necessary for the protection of his Work, and areas which the local authorities may consider hazardous, including necessary lighting. Further, should conditions arise which necessitate the use of flagman and/or the services of the local police, the Contractor shall supply this type of control at no expense to the Owner. 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 Ownen for the protection of pedestrians and vehicles while performing the work. 1.12 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 allubbish created by his materials, men and work. If this is not done, the nerrdirect that cleanup be done and the cost of same shall be de 'V m irp{ Contractor's contract. C-) C. Contractor shall clean surfaces of all lights, control panels, overtli pjgjng,gt work, etc., after construction is complete, to the same level c-3 eaiRnes surfaces were before construction. �x c r D. Protect from damage during subsequent construction activities all neAvork and existing construction cleaned upon the completion of any one phase. E. Contractor shall legally dispose of all debris (including concrete) off the site. 1.13 FIRE PROTECTION A. It shall be the responsibility of the Contractor to take the proper precautions to prevent fires when welding or while other fire -hazardous work is being performed. B. Gasoline and other flammable liquids shall be kept in approved safety cans at all times. Temporary Facilities and Controls 015000-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 1.14 WATCHMEN A. The services of a watchman will not be provided by the Owner. B. The Contractor shall assume full responsibility for protection and safety of material and equipment stored at the job site both within and outside of the work areas or storage areas. 1.15 ADDITIONAL REQUIREMENTS A. During the tens 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 r be followed. Drugs considered illegal by federal, state, and local authorities are o stggtly prohibited. 9Qer reserves the right with or without cause and at its sole discretion, provided Wm a `.tia€ such right is lawful, to have the Contractor temporarily or permanently J r— 4Wve any of the Contractor's employees from the Project. LL 25. ndgating down of existing apparatus and service lines shall be done only at times m prwcnbed 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. C 'E. Provide the Owner with emergency telephone numbers to be able to contact the Contractor's superintendent or project manager 24 hours a day. A1' 4 T 2 PRODUCTS - NOT USED. t PART 3 ,IiXECUTIONS - NOT USED. END OF SECTION Temporary Facilities and Controls 015000-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. Temporary pedestrian walkways through partially completed work areas. E. 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. o C:) �. m E. Section 075416 — Thermoplastic Membrane Roofing. CID ...,, F. Section 079000 - Expansion Joints. —ti ) v (� G. Section 079200 - Sealants. orr? m _2 H. Section 321723 - Pavement Markings. co 1.3 SUBMITTALS A. Submittals are not required unless Owner or Engineer raise questions or concerns regarding the quality or construction of barriers or enclosures. Potential submittals, if requested, could include the following 1. Fire -retardant treatment for dimensional lumber and plywood. 2. Fire-resistant visqueen sheeting. 3. Plastic Safety Fencing. 4. Caution Barrier Tape. Barriers 015600-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 5. Enclosure construction details. PART 2 PRODUCTS 2.1 MATERIALS A. Lumber: 1. Dimensional lumber: 2. Minimum 9 gauge galvanized with 2"x2" pattern configuration 3. Fence to be panelized system, surface set with ballasted based. 4. Drilled posts are not permitted. E. Caution Tape: Barriers 015600-2 ro a. Minimum 2 x 4 dimensional lumber. 0 = Fire -retardant treated (non-com) with treatment stamp visible. c,. 1. a Plywood: J �---Minimum Diamond mesh with 1-1/2" openings. 1/2 -inch thick. 3. Minimum 4 feet high. o fib. Fire -retardant treated (non-com) with treatment stamp visible. 4. IF 5. Minimum 2200 lbs. break load capacity. Visqueen Sheeting: D. Chain Link Fencing: 1. Approved Products: 1. Minimum 6'-0" feet tall. c. Griffolin fire -retardant type 55 -FR. 2. Minimum 9 gauge galvanized with 2"x2" pattern configuration 3. Fence to be panelized system, surface set with ballasted based. 4. Drilled posts are not permitted. E. Caution Tape: Barriers 015600-2 d. Midco vinyl fire-resistant reinforced polyfilm. 1':C High Visibility Safety Fencing: c,. 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 3. Fence to be panelized system, surface set with ballasted based. 4. Drilled posts are not permitted. E. Caution Tape: Barriers 015600-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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.j persons or property. - C. Remove barricades at entrances during non -working hours which will obstruct ol. 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 Napproved in advance by Engineer. F. Remove all evidence of barriers installation upon removal. G. m Contractor is responsible for erection, maintaining, moving and r:0Mva�of barricades, fencing and barriers from the job site. 3>� � 3.2 BARRICADES -4n ern A. a Where barricades are required for vehicular traffic control, provra,4e construction fencing to divert traffic around work area. Support orangenciner to prevent sagging along entire length of barricade. Maximum spacing of orate fencing support is ten feet. Construct and provide barricades that are permanent for the period when the barricade is required. Weight or otherwise secure the barricades to keep unauthorized personnel from moving them. B. Provide partial height or full height dust barriers where noted on drawings or where work performed is adjacent to pedestrian walkways, drive lanes or other public access areas. - C. Use of sawhorses, barrels and yellow caution tape are permitted only with advance approval by Owner. 3.3 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 Barriers 015600-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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: 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 0; 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 I 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 0 4 2,,*hanges made by change order or field order. = ocC:) W a t>Vther items not originally specified. J c -)I --- AtwEinpletion of Project, deliver 3 copies of the Project Record Documents to the prior to request for final payment. Accompany submittal with transmittal m Imo_ ontaining: ,,,t 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 0; 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 I City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. 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 o m Company D= n < Signature —+c-) v r' r— ) -V a M Date 4 -n c r 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 2018 Project April 13, 2018 THP #18098.00 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 appropriate Sections. 1.2 DEFINITIONS in the 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. No 1. In the progress payment request that coincides with, or is thViot JMues following, the date substantial completion is claimed, showD4herV000/LM completion for the portion of the Work claimed as "substantialI!Z 6 plate," list incomplete items, the value of incomplete Work, and ropns-r6r t hF Work being incomplete. Include supporting documentation foci MplVon sM indicated in these Contract Documents. 2. Submit a statement showing an accounting of changes to the Contra&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 2018 Project April 13, 2018 THP #18098.00 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. r• 0 8. ,Complete final cleaning -up requirements, including touch-up painting of Q x3iarred surfaces. Touch up and otherwise repair and restore marred LU = QC_2xposed finishes. e UJ J B 6Nmction Procedures: Upon receipt of the Contractor's request for inspection, Optbwner will either proceed with inspection or advise the Contractor of unfilled L_ a 6§quisites. C1* o _ 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. r' 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 2018 Project April 13, 2018 THP #18098.00 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. 0 4. Reviewed shop drawings. c �� a -v 3>�c 5. Change orders. Z 6. Other modifications to Contract. tm B. Maintain documents in clean, dry, legible condition. s - o D r C. Do not use project Record Documents for construction purposes. —J a 7M M Ila 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 2018 Project April 13, 2018 THP #18098.00 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: 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 1. Manufacturer, trade name, catalog number and supplier of each product and W item of equipment actually installed. 0 _• 2,,,*hanges made by change order or field order. 0 = C=o W a 3J>pther items not originally specified. J it U— Atj—=pletion of Project, deliver 3 copies of the Project Record Documents to the LL dm z, prior to request for final payment. Accompany submittal with transmittal o IrYt�_ ontaining: 1. 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 2018 Project April 13, 2018 THP #18098.00 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 &ECU.TIONS - NOT USED 0ZL = Y' END OF SECTION W _ a cr-o Ji' UH � }V C U�E co O i2 Closeout Procedures 017700-6 I City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 nol 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. A. Section 011000 - Summary of Work. B. Section 015600 - Barriers. C. Section 017700 - Closeout Procedures. m D. Section 055000 - Miscellaneous Metals. E. Section 071800 - Vehicular Traffic Membrane. F. Section 079000 - Expansion Joints. _ ri a rn - o Q G. Section 079200 - Sealants. r v H. 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 performed. Concrete Repairs 030100-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 85EFERENCES Q o X a 49 rican Concrete Institute (ACI): W = "_ cr:o %>ACI 301 - Specification for Structural Concrete for Buildings. J �I.- — 2 -LACI 305R - Hot Weather Concreting. a c F--.< Cl 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. r, 6. ASTM C39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens. 7. ASTM C94 - Specification for Ready -Mixed Concrete. 8. ASTM C143 - Standard Test Method for Slump of Portland Cement Concrete. 9. ASTM C150 - Specification for Portland Cement Concrete. 10. ASTM C260 - Specification for Air -entraining Admixtures for Concrete. 11. ASTM C494 - Specification for Chemical Admixtures for Concrete. 12. ASTM C881 - Specification for Epoxy -Resin -Base Bonding Systems for Concrete. 13. ASTM C882 - Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. Concrete Repairs 030100-2 I City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 notowly be designed for average temperature and humidity condition6 but 110 for adverse conditions (hot and cold weather), as applicable to thff! jbjej D. Provide the following in accordance with ACI 301. 1. Mill test for cement. o s rn 2. Admixture certification. n 0 3. Aggregate certification. W 4. Procedure for adding water to ready -mix at site, including method of measuring water. 5. Method of adding admixtures. 6. Materials and methods for curing. 7. Ready -Mix delivery tickets. 8. Certificate of Conformance for concrete production facilities by NRMCA (National Ready Mix Contractors Association). Concrete Repairs 030100-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 WALI_*ASSURANCE C) _ �c'o W > 1ffi�Contractor shall comply with all Federal, State and Municipal laws, codes, J ^ trances and regulations applicable to the Work in this Contract and also with *L5quirements of the National Fire Protection Association, the National Electric a ftde, and the Occupational Safety and Health Administration (OSHA). If the 'a ad(Zy laws, codes or ordinances conflict with this Specification, then the laws, codLs 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. B. 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. C. Contractor shall be responsible for restoration of other components of the Work damaged during placement of concrete or damaged during removal of unsatisfactory concrete. D. 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. Chloride Ion Limitations: Maximum acid -soluble chloride ion concentration, in hardened concrete shall not exceed .10% by weight of cement. F. Concrete testing and certification shall be as described in ACI 301, Chapter 16. E" 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. Concrete Repairs 030100-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 B. Cement: 1. Use ASTM C150, Type I cement unless noted otherwise. Air -entrained cement shall not be used. Air requirements shall be met by separate admixtures. C. Admixtures: i 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. V 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,ra F. Pre -packed Concrete Materials: gc, 1. Horizontal Application — Typical Repair Areas (Patch Mated a. MasterEmaco T430 by BASF o: b. SikaQuick 1000 by Sika Corp. D" 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 Concrete Concrete Repairs 030100-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 Concrete Repairs 030100-6 2. Sikadur 32, Hi -Mod LPL by Sika, Inc. 3. Zinc Clad by The Sherwin Williams Company H. Welded Wire Reinforcement: 0 1. QConforming to ASTM A185. 0pLamforcing Steel: W J Q r W> 1e'.r�.All reinforcing steel shall have a minimum Fy of 60 ksi. .�� U. Cr U �QProvide epoxy coated steel where shown on Drawings. Q 2� U Cog Materials: M 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 Concrete Repairs 030100-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 the proposed mixes listed below required to facilitate placing and achieve the desired results. No modifications reducing the cement content, increasing the chloride content or the W/C ratio will be acceptable. Both the General Contractor and Ready Mix Producer are responsible for design and production of concrete mix. B. Concrete Mix: (Patch Material Type C) 1. Strength at 28 days 2. Minimum portland cement content 3. Maximum percent of chloride by weight of cement 4. Maximum water/(cement plus silica fume) ratio 5. Percent of air entrainment (tested at point of placement) 6. Maximum aggregate size C. Slump: s 5000 psi 611 lbs./C.Y. 0:10 0.40 5 to 7"percent 3/8 inch 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 superplasticized2gump &gall be 8". Superplasticizer may not be added to a batch of concq9q-)aft6g initi slump adjustments are made and discharge has started. n� = 3. Method of measuring and adding superplasticizers to the tru4r�ixer at tT site shall be approved by the Engineer. oA = r'' 7C Q 4. Mix designs incorporating superplasticizer must be accorranied y test results from cylinders made from previous field test data in w h 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. Concrete Repairs 030100-7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 5. Truck No. and time dispatched. 6. Concrete designation and cement type. 7. Admixtures description and content. 8. Time discharge started and completed. 0 0 _ Ygkmount of concrete in load. 0 11Ja Amount of water in mix at plant. .J"�- >1-ZAmount of materials) added at the site and authorized signature. LL°.�. mixed concrete is prohibited. m_ Vt. 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 ± 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 Concrete Repairs 030100-8 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 water to the cement and aggregates. During hot weather or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. When air temperature is between 85'F (30'C) and 90°F (32'C);:reduce. mixing and delivery time from 1-1/2 hours to 75 minutes, and when air, temperature is above 90'F (32°C), reduce mixing and delivery time to 604 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 w ich he intends to work and shall remove all loose soffit concrete which may lei as a result of those operations. The Contractor shall also be respon�forMosti all signs and erecting all barricades as necessary to prevent tris and l vehicles from entering the area below hazardous work. M -G — r- --; n Z D. During concrete removal work, Contractor shall not damage exeFfl n-dW st*"n reinforcement. Mild steel reinforcement that is damaged by the�trZor, qV determined by the Owner, shall have a new reinforcing bar the side sizFas the damaged bar lapped to each side of the damaged area. Lap lengths fball be determined by ACI 318. Cost of new reinforcing bar, concrete removal and patching for lap length shall be borne by the Contractor. E. It is intended that the existing reinforcement steel exposed during the work shall remain in place (unless noted on Drawing for removal) and undamaged during removal of the unsatisfactory concrete. Tie loose reinforcement bars in place in an approved manner prior to placing patch mix. If the reinforcement is deteriorated, as determined by the Owner, the Owner may direct that it be replaced and spliced in accordance with ACI splice and development requirements for reinforcement bars. Additional concrete removal may be required to expose undamaged reinforcing. If required, compensation will be made in accordance with the established Unit Prices. Concrete placement for patches or overlays on sloping surfaces shall begin on the low elevation end and proceed upwards to the high elevation end. Concrete Repairs 030100-9 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 G. Control joints to be either tooled of sawed into concrete slab. Confirm control joint 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. Gqntractor and Owner's representative shall affix their signatures to each i • 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 Concrete Repairs 030100-10 patter with Owner prior a minimum of 24 hours prior to placement of concrete. cTooled joints are to be cut while concrete is wet. Sawed joints to be cut within 6 „ hoWs of slab placement before slab begins to crack. Q QRt61RTION LLLL�1ssJJJI _J>� J rA. Cetitractor shall protect all open excavations, and reinforcing therein, from � age due to mechanical disturbance, weather conditions or other causes. LL 0. �. tractor 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. Gqntractor and Owner's representative shall affix their signatures to each i • 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 Concrete Repairs 030100-10 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 workJowards the sawcut perimeter. Maintain vertical sawcut edge at perimeter. Re -saw if necessary to maintain required edge. Contractor shall use due diligence to perform concrete chipping operation in a manner to avoid punching through slab. Means such as utilizing wided 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. 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. Fin touch- up of excavations and reinforcing steel shall be performed before gnocee g. :;En s K. Within 8 hours after cleaning, coat all surfaces of exposed steel iRorm-alcoat"M bar coating. Allow coating to become tack free before proceewitzsecio= coat. --<r- o'er a R1 L. Apply second coat of bar coating to previously coated steel. Dp co� to substrate or allow coating to puddle in low areas of excavation' r v 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 Concrete Repairs 030100-11 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 (hose not permitted) to prevent surface drying prior to start of curing. Q. Cure Patch Material Type A in accordance with manufacturer's written rn instructions. 0 Q .$. C6 Patch Material Type C with a 7 day wet cure: (IJ a tAi As soon after finishing as possible without marking concrete, cover with wet, J Z_3�_ clean burlap followed by a minimum 6 mil polyethylene sheet (free of holes) 11r-, >-E5 which overlaps existing concrete on all sides. V" m 4o Weight curing material to hold in place. V' 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. 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 r Ai 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 Owners 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 Concrete Repairs 030100-12 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 records. D. Calculate and sum the total repair area to yield total square feet. Measgremepts are the sole basis for calculation of final payment, based upon the item's unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details. E. Remove concrete within the Work Area by conventional chipping methods; F. Conventional Chipping Method: 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. 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. O H. Within 24 hours of concrete repair material placement, sandblast daxc.J&%tion and the immediately adjacent surface. Reinforcing steel shall be�cfear* to aI, SSPC-SP6 condition unless otherwise indicated. 4 �/ I. After completion of all cleaning operations, blow-out excavation ok6f reey�qd water -free compressed air. Previously cleaned excavations tht s ecte8 �4 contamination must be re -cleaned. r v 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. Concrete Repairs 030100-13 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 1n I? Appy second coat of bar coating to previously coated steel. Do not apply coating LU IO = tstrate. Q W J . Wain all concrete surfaces of repair areas in a wet condition to provide a !�Ur5ce saturated dry condition. $F. Bilprior to material placement, blow -down area with oil -free compressed air to jEre®ve 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 Y4 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. i. 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. P.- - 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. Concrete Repairs 030100-14 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 B. Notify the Owner at least 2 working days prior to placing concrete. C. Site Tests for Ready Mixed Concrete: 1. The Owner will provide and pay for a testing agency to prepare and secure cylinders for off-site testing and perform on-site slump and air tests for concrete specified to be air entrained to insure compliance with Specifications. 2. The Contractor shall coordinate and arrange for the Owner's testing agency, to perform all testing as specified for concrete overlay materials. 3. Age of concrete for testing for acceptance shall be 28 days. 4. Determine the slump (ASTM C143) for each batch of concrete to which superplasticizer is being added. This slump testing shall be by the Owner's testing agency. 5. Compression, slump and air content tests (for air -entrained concrete) shall be made on the first load of concrete delivered each day. Also, anytime during progress of the work where the Owner may request such a test due to the change in consistency or appearance of the concrete. The slump test for mixes in which superplasticizers are being added shall include two slump 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. o s b. Make tests of lab cured cylinders, one (1) specimen at s`�� (days►„ two (2) at twenty-eight (28) days and one (1) for resen@-<re sh3�L comply with ASTM C39 "Standard Test Method for Comp.*i?ve Strenrr- of Cylindrical Concrete Specimens." �� a c. Report in writing all test results to Owner, and the Co#rractorc?n sAar day tests are made. Report by phone results of early break cinders 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. Concrete Repairs 030100-15 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. Ln 8. - nless better definition of the placement location of the concrete is provided, [] _ N=ghe location in the work represented by a test or series of test shall be LU c J --defined as the entire concrete placement for the work shift in question. _J `- eptance of Structure: LL n. 1'a c 133Acceptance of Structure shall be in accordance with ACI 301 Chapter 18. m o N 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 Concrete Repairs 030100-16 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 DIVISION 03 — CONCRETE SECTION 033810 POST -TENSIONED GARAGE SLAB TENDON REPAIRS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, materials, equipment, special tools and services to repair damaged post -tension slab tendons. 1.2 REFERENCES A. Post -Tensioning Institute (PTI): Specification for Un -bonded Single Strand Tendons, Second Edition. B. Post -Tensioning Institute (PTI): Field Procedures Manual for Un -bonded Single - Strand Tendons, Third Edition. 1.3 SUBMITTALS A. Submit shop drawings showing complete details of system, including anchorage devices, live end anchor locations, sequence of tensioning, and repair procedures. B. Submit tendon sample including wires and tensioning anchorages. C. Submit calibration certificates for every jack and gauge used on the Project. 0 D. Submit experience records of post -tension system installer. Record to .nce list of project experience of installer's superintendent. Refer to paragraptl44 tow. E. Submit written certification that the plant manufacturing the post-ted�wate complies with the PTI Certification Program. �� a F. Submit copies of certified mill test reports for each coil or pack of9t�iann uj�ad fo tf Project in accordance with PTI Specification for Seven Wire Steel Str4md Barner Cable Applications. v 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 2018 Project April 13, 2018 THP #18098.00 1.4 QUALITY ASSURANCE A. All post -tension reinforcing work shall be under the immediate control of the PT oContractor's superintendent, who shall have supervised at least three (3) prior 0 pro eOs of similar magnitude. PT superintendent shall exercise rigid control of all =oxabons as necessary for full compliance with Contract Document requirements. w MCC w .J B� P(d;ensioning system and its manufacturer shall be pre -qualified. Refer to Article 2.l4aow. LL CQ PIEAttertification: m O 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 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. i 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 2018 Project April 13, 2018 THP #18098.00 "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 o as A. Galvanized Coating of Tendons: a W 1. Provide zinc coating complying with ASTM Specification A-475 CIS A, le 4 coating weight. v J -Z 2. Apply coating by either hot -dip, hot -dip and post -drawing, or tr latin process that ensures complete zinc coating around each indivi�Wd wif ttV strand. r B. Galvanized Coating of Miscellaneous Steel and Rebar: r+ 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 2018 Project April 13, 2018 THP #180910 0 2.6000t&RIQ1&ATCH REPAIR AREAS Z cco A. Nhet 3Q Specification Section 030100. >- U PW 3 &OWN m _o 3.1 Rffi'AIR 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). w ' . Stress tendon to effective prestressing force noted on the drawings. I;- Review with Engineer additional slab excavations as required to install new tendon through slab. J. Cut tendon tail at center stressing anchor. K. Place concrete patch repair material, Type C per Specification Section 03 01 00, in the excavation. Vibrate new patch material to ensure consolidation in maximum - depth areas and at the excavations perimeter. Screed materials flush with adjacent surfaces and finish with a float or light trowel. L. Cure patch material per manufacturer's written instructions. END OF SECTION Post -Tensioned Garage Slab Tendon Repairs 033810-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. 2. Hot -dipped galvanized supplemental steel support angles. 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. j 1.3 REFERENCES j1 a A. The following codes and standards are hereby incorporated as part of tQ?toj _ Specifications. These codes and standards including all supplements, a�p toll r miscellaneous metal work as if fully reproduced herein. Modification this Specification when in conflict with the referenced codes and standards` II tiCte 0 precedence over the referenced codes and standards. } 17 r 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 2018 Project April 13, 2018 THP #18098.00 A. Submit literature for manufactured products, including manufacturers 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 perforin. 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 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 5. ASTM A123 -Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel. 6. ASTM A153 -Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 7. ASTM B221-88 - Standard Specification for Aluminum and Aluminum -Alloy c Extruded Bars, Rods, Wire, Shapes and Tubes. 4 IONSTM 8209-88 - Standard Specification for Aluminum and Aluminum -Alloy (J sc J- heet and Plate. JCJ I­ tural Steel Painting Council (SSPC): o= �QQ �i35urface Preparation Specification No. 3 (SP3) — Wire Wheel Cleaning. m _o 2. Surface Preparation Specification No. 6 (SP6) — Commercial Blast Cleaning. 1.4 SUBMITTALS A. Submit literature for manufactured products, including manufacturers 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 perforin. 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 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 2018 Project April 13, 2018 THP #18098.00 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. D. 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, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). 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. 1.6 MATERIAL STORAGE AND HANDLING A. Protect metal from damage and deterioration. Z:, C B. Support continuous lengths of material as necessary to keep fromsbef�dectm and bending. a M C. Store material off ground and keep covered and out of weather. o� .:E 0 Q 1.7 WARRANTY n r v 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 galvanized or painted surfaces, and embedment failures. B. A warranty period of five (5) years shall be provided for all new steel fabrication and installation work performed under this Section, against defects, as determined by the Owner, including but not limited to weld failures, rust formation at field galvanized or painted surfaces, and embedment failures. PART 2 PRODUCTS 2.1 MATERIALS Miscellaneous Metals 055000-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 i • nozzles as recommended by manufacturer shall be used. t ; . 2. Basis of Design: HIT HY 200 Injection Adhesive Anchors by Hilti. M. Threaded Fasteners (Stainless Steel): 1. Steel Framing - High strength, heavy hexagon structural bolts, heavy hexagon nuts and hardened washers, quenched and tempered medium - carbon steel, complying with ASTM A325. 2. Dywidag Threadbar — Threads shall be deformed, not cut, conforming to ASTM A615. Dywidag bar material (grade 160) shall conform to ASTM A722. 3. All -Thread Bars — Stainless steel, fully threaded bars meeting AISI 316. 4. All Other Bolts — Regular low carbon steel hexagonal bolts and hexagonal nuts with washers, complying with ASTM A307. I. Welding: The Contractor shall determine, in accordance with AWS requirements, and submit to the Owner review, appropriate welding materials and procedures for the base metals involved for all welding in both new and existing structures. Miscellaneous Metals 055000-4 A. Wide Flange Shapes: ASTM A992. B. Rolled Steel Plates, Shapes and Bars: ASTM A36. (d' Steel Pipe: Steel pipe conforming to ASTM A53, Type E or S, Grade B. Q Sg;Tubes: ASTM A500, Grade B w = ax Eryhsion W Anchors (Stainless Steel) —Stud Type: J 1�tud type with wedge meeting requirements of Federal Specification A -A .,� r923A, Type 4. _o 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 i • nozzles as recommended by manufacturer shall be used. t ; . 2. Basis of Design: HIT HY 200 Injection Adhesive Anchors by Hilti. M. Threaded Fasteners (Stainless Steel): 1. Steel Framing - High strength, heavy hexagon structural bolts, heavy hexagon nuts and hardened washers, quenched and tempered medium - carbon steel, complying with ASTM A325. 2. Dywidag Threadbar — Threads shall be deformed, not cut, conforming to ASTM A615. Dywidag bar material (grade 160) shall conform to ASTM A722. 3. All -Thread Bars — Stainless steel, fully threaded bars meeting AISI 316. 4. All Other Bolts — Regular low carbon steel hexagonal bolts and hexagonal nuts with washers, complying with ASTM A307. I. Welding: The Contractor shall determine, in accordance with AWS requirements, and submit to the Owner review, appropriate welding materials and procedures for the base metals involved for all welding in both new and existing structures. Miscellaneous Metals 055000-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 J. Galvanizing: 1. All materials, shall be hot dipped galvanized with a zinc coating of 2-0.0 oz./S.F. after fabrication conforming to ASTM A123. 2. Coating disturbed due to installation, welds and abraded areal'shah be power tool cleaned and receive a spot coat of galvanizing repair paint appli6,d per manufacturer's instructions. t 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: _o 1. Fabricate items in accordance with AISC Specifications an'E�inccate the final shop drawings. D=i C-) -< 2. Properly mark and match -mark materials for field assemb* Nic-fa;;caterfor delivery sequence which will expedite installation and minir4;;iel0andq of materials. c 0 3. Where finishing is required, complete the assembly, incluWiong c*ections and welding of units, before start of finishing operations. 4. Mill all surfaces in contact bearing. 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. Miscellaneous Metals 055000-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 Cr. Surface Preparation: a Q = 1bc�cfter inspection and before shipping, clean all metal fabrications to be (jj Q W-pamted or galvanized. Remove loose rust, mill -scale and splatter. Clean —../ r, ��hetal fabrications in accordance with SSPC SP -6. LL;i��r'nmediately after surface preparation, apply to all painted metal fabrications c E33primer paint in accordance with paint manufacturer's written instructions. SJse 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. _ S. 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. 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 Miscellaneous Metals 055000-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 r air of connections impacted by volume changes after 10:00 AM. Confirm colection repairs governed by these restrictions in advance with the Owner. �_ a .� c C-) E. Perform repairs in accordance with the Drawings and this Section. < _ F. Contractor superintendent or project manager not involved in exec on,,gf we(n repairs shall provide quality control review of all field wel�§=f :9kist1gV connections repairs, and submit a report to the Owner regardingdMRr1'n4ction, including data regarding the repair locations, date and other pertinat infollation. END OF SECTION Miscellaneous Metals 055000-7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 071800 VEHICULAR TRAFFIC MEMBRANE PART1 GENERAL 1.1 SECTION INCLUDES A. As part of Add Alternate No. 1 at existing membrane to remain areas' where indicated on Drawings: 1. Medium duty vehicular traffic recoat membrane system — Type C. 2. Heavy duty vehicular traffic recoat membrane system —Type D. ,r 1.2 RELATED SECTIONS A. Section 011000 -Summary of Work. B. Section 015600 -Barriers. C. Section 017700 -Closeout Procedures. D. Section 030100 -Concrete Repairs. E. Section 079000 - Expansion Joints. M C) m F. Section 079200 - Sealants. D G. Section 321723 - Pavement Markings. C-) -C -_4c-) _ r. �+ r— = rn 1.3 DEFINITIONS �� 1� o Q A. The term "manufacturer's recommendations," or variations thereon it s6l mean "manufacturer's recommendations which are found in publications A'ilable 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, Vehicular Traffic Membrane 071800-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. 03. er from Membrane Manufacturer stating sample aggregate was received, •• ed and reviewed, and is approved for use for the specified system and jobsite Q editions. Letter shall include the following information: W l a W - c"�— Sieve or partical size analysis. _J �>- U oa Zg�Grain Shape. a U °' 3. P—Hardness (Moh's Scale) 0 ems+ 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. 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). Vehicular Traffic Membrane 071800-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 6. Drawings indicating the coating systems and their location in the structure. Schematic drawing of each membrane type identifying each element of the membrane system by dry film thickness and manufacturers 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 fulljt executed warranty. 1.5 QUALITY ASSURANCE A. Applicable Codes: 1. 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, the National Electric Code, and the Occupational Safety anAfHealth Administration (OSHA). If the above laws, codes or ordinancxs co Act with this Specification, then the laws, codes or ordinances shall *S?n,cept f� such cases where the Specification exceeds them in quality; a ials� labor, then the Specifications shall be followed. ::;C..) �+ a 2. If the above laws, codes or ordinances conflict with the Sim atih, th— the laws, codes or ordinances shall govern, except in suchAbre t Specification exceeds them in quality of materials or a or, Pn the Specifications shall be followed. B. The membrane applicator shall be approved by the manufacturer and shall have been an approved manufacturers 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. C. The membrane applicator and its superintendent shall meet the following minimum requirements: 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 Vehicular Traffic Membrane 071800-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 traffic membrane system currently in use within the last two years. 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 M component of the vehicular traffic membrane are compatible. io Samples: — o W a f -.Prior to beginning surface preparation, prepare a sample area in the Garage J C.3�—to be used as the minimum standard of acceptability for cleanliness and >-Usurface texture to be achieved throughout the work. The area shall be at LL a �--aleast 400 sq. ft. Size and location shall be as directed by the Engineer. The W �ostandard 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 i the covering unless additional protective measures are taken to protect the cleanliness of the sample area. I. 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. a) If contractor is installing system for the first time, manufacturer's representative must be on site for 100% of the system installation. 2. Application of the membrane shall not begin until the manufacturer's technician has approved the cleanliness and surface texture of the substrate. 3. The technician shall remain on site for the length of time necessary to Vehicular Traffic Membrane 071800-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 storedrat the designated staging area. o m n y C. Coating materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the fac�iirer' requirements and the requirements of the applicable environme prcictio and safety regulatory agencies. Q E. Storage areas shall be heated or cooled as required to maintain thtemp p tures 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. 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 Vehicular Traffic Membrane 071800-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 Cn workmanship. The length of the warranty period shall not be less than (5) years CD fraxn the date of substantial completion of the Project. . manufacturer and installer shall further warrant the skid resistance and bond w '¢ -strength of the installed systems. The test may be measured at any single J rtion, and shall meet the specified criteria in Part 3, Article 3.4. The length of >S warrntianty period shall not be less than five (5) years from the date of �LLisa�staal completion of the Project. o� o FV. Warranty documents shall not require the signature of the Owner to be effective, shall not limit the Owner's legal remedies otherwise allowed per the project contract, and shall not limit the venue of any potential legal jurisdiction. PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS 2.2 A. Lymtal International B. Neogard Corporation C. BASF D. Sika Corporation MATERIALS A. 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. a. Base Coat • Iso -Flex 750 Base Coat • Apply at 20 mils dry film thickness. b. 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 071800-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 c. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas: • Install at membrane manufacturer's maximum application rata • 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. o m 3. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic Recoat Primer. <r-- v rn • Apply at manufacturer's recommended application rateb � b. Base Coat n r • Sikalastic 720 Base Coat a' • 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 071800-7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 M O Q Q Wegy Duty Vehicular Traffic Recoat Membrane System (Type D): W t>lso-flex 760 Aliphatic System by Lymtal International, comprised of: r 5. Primer �.. a Iso -Flex Primer 750 CO o • 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: ['t t ! 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 071800-8 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 e. Aggregate a • 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: F 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. 2ntl Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. gj • Aggregate seeded and back rolled to provide slip resistant surfE5e. co e. Aggregatec 2 )> -4 s z • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. n-<- r • Install at membrane manufacturer's maximum application rate. �� m • Uniformly distributed with no bare spots. rn 0 = 0 C. Vapor Barrier (if required or at Contractor's option, with Owner approqmxfor4 expedited installations over new concrete): on 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 071800-9 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #188.004 0 "' Y3 W .za tgleogard Systems: J r— � Binder Coat: t—¢ • Neogard 70714/70715 U3o • Apply at the manufacturer's recommended application rate. b. Second Coat: • Neogard 7071 4/7 071 5 • 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 r • 30 mesh silica sand as approved by the system manufacturer. ' D. Localized Leveling Repairs (if required to build up materials to match existing membrane profile): r I' 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 071800-10 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 3. Sika Systems: '1 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 E. 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. F. Membrane color shall be manufacturer's standard gray, unless otherwise indicated in the Documents. Color: Membrane manufacturer to confirm finished color to match adjacent existing membrane at newly installed concrete patch areas. G. Intermediate coat and lock coat materials shall be U.V. stable. N PART 3 EXECUTIONS o o � 3.1 EXAMINATION A. Contractor and membrane manufacturer shall jointly review ex sutstraj (original concrete, past or new concrete repairs or overlays, p enVran coating systems) to ensure compatibility with the specified m Can6syst® Submit in writing any materials which may cause membr*m ad§bsion to substrate less than normally anticipated or other compatibility or peObrmance 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 071800-11 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #188.00 VE6tRATION _Ji- . J L. Wb7ection: rect dust barriers and barricades to protect adjoining areas from dust, dirt, ao odebris, steel shot and sandblast material generated from this work. Refer to Section 015600. 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. kn 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 grinding with accompanying vacuum procedures. 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 071800-12 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 7. Minimum standard of acceptability applies to all surfaces intended.V 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 membrarld 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, and clean to manufacturer's requirements. 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 QWound, intep� and well bonded membrane is achieved. Prepare conape= aM inst3l� leveling per procedures outlined in Part 2, Article 2.2 Paragrd". J (- 4. Degrease all oil and other staining per the manufacturer's v 5. Detergent scrub and pressure wash clean all existing memone s%aces - minimum 4,000 psi with oscillating turbo tip. Thoroughly nnse sL*ces 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 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 071800-13 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 c►i 3. after removal, perform surface preparation the same as for Concrete, Part 3, �cn%rticle 3.2 Paragraph B. W TI�SITA*-ATION r CJF- �. f B*ral: 3-:E- 1. olnstall materials in strict accordance with all safety and weather conditions N 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, t" install membrane leveling materials in depressed areas. Refer to Part 2, _ Article 2.2 Paragraph D. 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 tum up 4" at all vertical surfaces unless shown otherwise on the drawings. Detail coat is required at all tum -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 071800-14 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. 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 sglueegee, unless membrane manufacturer states, in writing, that it would be detrimental to the application of the membrane product. Use of power rollers either to distribute the membrane system or tv 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 ?k the Engineer during and after the membrane work on this project.c5ests 1911 be conducted using a calibrated instrument which measures A_�acgbondi1 strength by applying a direct axial pull on a 3 inch diameter ste@ydigk epoxies to the completed membrane top surface. :::i C-) MI. 2. A membrane phase for the purpose of bond testing is an aregba% cc installed in a single work shift. If examined, a membrane phas ii lI b£3este at (3) locations per phase no sooner than 10 days after cc pletio%pf 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 (5) test locations in the 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 071800-15 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 c 4 preparatory work and Engineering costs to coordinate and observe the Y3 work, at no additional cost to the Owner. Q — �o W ,y ny additional bond testing requested by the Contractor to limit the extent of J c.i�-4he "deficient' area(s) as determined by initial tests and retests as defined _ — >-above shall be paid for by the Contractor. �L. a Pgontractor shall include as part of his proposal the costs of repairing all test -Tocations. B. Skid Test: 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 _ pteparatory work. The final coefficient of friction is defined as the averages of t ` the tests performed on each type of completed membrane system surface. t 4 r 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 071800-16 I F City of Iowa City Parking Garage 2018 Project April 13, 2018 THP #18098.00 Maintenance Program 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 gendUl shall be left clean and free of all construction dust, dirt and delis. s n n� A (REMAINDER OF PAGE INTENTIONALLY LEFT BLANI!� m Z )> m Vehicular Traffic Membrane 071800-17 premises MEN 40 U City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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) Temperature Data OF 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: Vehicular Traffic Membrane 071800-18 C%1 a END OF SECTION 0 o W c �r .J '_ C31- arJ }Z3 d U}r m O Fri Vehicular Traffic Membrane 071800-18 eCity of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 075416 THERMOPLASTIC MEMBRANE ROOFING PART1 GENERAL 1.1 SECTION INCLUDES A. As part of Add Alternate No. 2: 1. 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: a. Provide all barriers required for worker safety and protection of existing building features to remain. b. 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 sysjem and prepared substrate/existing roofing, and temporary sealanjs/masQ that are compatible with the specified system and approved fofQ!! b)gDe Manufacturer. '> a$ C-) -G _ c. If necessary, temporary hoist/lift existing roof top equipmeqLmove6ble r without heavy equipment needs), supply conduits, cap fla&NAs aad otljf assemblies intended to remain after completion of the Wo&m. 0 d. Remove and dispose of existing roofing system componees inclting flashings, termination assemblies, EPDM membrane, etc., as indicated on the Drawings and herein. e. Maintain existing XPS insulation. Provide'/" thick high density polyisocya nu rate insulation cover board. Mechanically fasten cover board and existing XPS insulation to precast concrete hollow core planks. f. 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. g. 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 2018 Project April 13, 2018 THP #18098.00 1.2 RELATED SECTIONS A. Section 015600 — Barriers. B. Section 055000 — Miscellaneous Metals. N Sec%on 079200 — Sealants. Y 12 apF NCES J> - _J Imf 2i�ences within are implied to mean the current edition of each such standard aKloated by the appropriate entities. The following is an abbreviated list of ago assoiations, 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 Program 2018 Project April 13, 2018 THP #18098.00 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_Matertals. -� 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. cm o ao s H. Indiana Building Code (IBC) — Current Addition. v� 1.4 DEFINITIONS�� Z r _ r*r a A. Where the term "manufacturer's recommendations," or variatior>m rem, ap. -� found in this Specification, it shall mean "manufacturer's recomm a iorfa?whico are found in publications available to and commonly used in the genero;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 2018 Project April 13, 2018 THP #18098.00 1.5 SUBMITTALS A. Manufacturer's letter of certified installer per Paragraph 1.6.C. " Listin�c of completed projects per Paragraph 1.6.D. [] = le of contractor lead personnel per Paragraph 1.6.E. a w D. fg manufacturers product data sheets and installation instructions on all --� — nAZials of the specified roofing system including membrane, cover board, irtzAtion, flashings, adhesive, fasteners, etc. Q U_:�: o CerRration of Installer's experience with specified roof system – must be a H 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..Shpp 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 1.6.13, 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 2018 Project April 13, 2018 THP #18098.00 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 fA review workmanship, including: 1. 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. 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 2. Initial installation — A technically competent Manufacturer representative, approved in advance by the owner, shall observe the initial roof iniallation, including surface preparation; insulation installation, cover board irollati nn and membrane installation. Flashings and terminations sh45 vwessel1 during this site visit. n-< _ J �n _ 3. Post -installation — Manufacturer representative shall revievv;4R cgwpleffl installation. The representative shall provide a punch list that stass 6RRdit1q" that the contractor needs to correct to obtain warranty covera�e andproJaf - by the membrane manufacturer. m 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 2018 Project April 13, 2018 THP #18098.00 installer of the roofing membrane. G. General performance of all components of the installed roofing system shall c perfo and remain waterproof under actual in-service exposure, including: rain; s�wind pressures (at specified pressures), and thermal loads. or_ W VIFgr - shall be installed per the Manufacturer's specifications and the Contract Jents. Work found to be in violation of these shall be completely removed _ — at►daplaced by the Contractor at no cost to the Owner. V— F= Aif�nponents of the roofing system shall be approved for use with the specified roofTnembrane 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. 17.c _ ,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 A, ?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 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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 abovethe rbof. deck/substrate/pavement/grade and completely protected from moisture. Tire' 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. f 1.9 WARRANTY O co A. Provide Membrane Manufacturer's 20 -year No Dollar Limit (NDL) A4 rranM The warranty shall cover premature wear and/or degradation and stQteQhaa a lea*- develops in the roof during the warranty period due to defectM nat&ials r deficient workmanship by the installation Contractor, the ManufactuYor+ahiecrov� the Owner, at the Manufacturer's expense, with the labor and me tesa" correct the defective work and provide a waterproof roofing system thatr eets exceeds the original design Drawings and Specifications. cn 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. PART2 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 2018 Project April 13, 2018 THP #18098.00 B. Alternate Products: N 0 1. ,,,Alternate Manufacturers/materials will be considered provided they meet the Q = cr�hysical and performance properties of the design system specified herein. W 2�)O System Components: A -Z -Recover board: X2 high density polyisocyanurate foam board meeting (� a ~minimum requirements listed herein (Refer to 2.2 Alternate System og m �cComponents) 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 tum -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. -E. 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. 6. 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 Program 2018 Project April 13, 2018 THP #18098.00 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. Wood Nailers: (if needed) minimum 1-1/2" thick and made of N0.2 graa lumber. Do not use asphalt or creosote impregnated materials. Use only marine grade/rot resistant products. 7. Sealants: 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 PART 3 EXECUTION 3.1 GENERAL A. No work shall interfere or temporarily disrupt mechanical, a tricalior other building services except as noted on the Drawings and contained here*n 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 0 E5 m by roof membraneDanufaVurer!-n =i a r— -� m a M �x o A. No work shall interfere or temporarily disrupt mechanical, a tricalior other building services except as noted on the Drawings and contained here*n 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 2018 Project April 13, 2018 THP #18098.00 & Contractor shall not install roofing system components during periods of inclement c we, ier. �T lra5bt use waterbome adhesives if ambient air temperature is expected to drop LU tWow freezing within 48 hours of application. J r Up - T' Pre%nt materials, debris and other foreign objects from entering the drainage a FL ��m. Provide drain plugs during active work. Remove drain plugs at the _m coVietion of each work shift and during periods of inclement weather. 3.2 %E -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. �. 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. PREPARATION fi 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 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 2018 Project April 13, 2018 THP #18098.00 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 _adh6" material and cover board. i J 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 fashionw install membrane sheets overtop or overlapping the previously installed wn-hill) membrane sheet to ensure water does not flow against a raisfQea "n 9. Assure that the surface temperatures of all materials are aigi4st Zdeg fs Fahrenheit and rising in temperature relative to the ambient trttgew$oint to the start of any work using cold adhesive or liquid flashings�ecdld sur and dew point temperatures and general weather conditio th­start end of all work shifts. Submit logs to the Owner's repres€ntative via e-mail with 24 hours. Ln 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 2018 Project April 13, 2018 THP #18098.00 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 o n��Qpt force insulation into place. Do not damage board during installation. Q _ ,h£aximum joint width shall be 1/8". Joints greater than 1/8" shall be filled with nufacturer approved material. W o=ma�r J r 4.c)jtagger board joints a minimum of 1'-0". >- U 5!--Itiple layers of insulation board are acceptable, but must be designed by o c 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: t r— 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 2018 Project April 13, 2018 THP #18098.00 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 Comers: a. Install supplemental flashing materials as required by the Roofing Manufacturer to ensure a watertight condition at all inside corners. r� .s 2. Outside Corners: CD m a. Install supplemental flashing materials as required bV"he%Roo4n Manufacturer to ensure a watertight condition at all outside 99r rs� l 3.5 CLEAN-UP =ic.) r r— _.<r+J �aM [ A. Clean up and remove debris generated from construction efforta ly be7. All containers, wrappings, scraps, paper, loose particles, etc., s be pose of at the end of each work shift. cn 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 2018 Project April 13, 2018 THP #18098.00 B. Any failures in the roofing system shall be repaired by the Contractor at no additional cost to the Owner. 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 075416-14 C:) Q Y� W _ '¢ D: n moi= _! r Ur .p� Es a U CD m O_ �v END OF SECTION Thermoplastic Membrane Roofing 075416-14 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. C) m G. Section 079200 - Sealants. , c")—G 1.3 SUBMITTALS �r A. Joint and Several Warranty Form meeting the requirements of P2apV1.7.M B. Letter of inspection approving blockout or noting unacceptablu& conAons per Paragraph 1.4F. cn 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. G. Joint System Sample per Paragraph 1 A.D. Expansion Joints 079000-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 H. Name and resume of persons per Paragraphs 1.4.0 and 1 A.E. I. Letter from expansion joint manufacturer per Paragraph 1.6. 1.4 QUALITY ASSURANCE A. Applicable Codes: 1. The Contractor shall comply with all Federal, State and Municipal laws, o 4odes, ordinances and regulations applicable to the Work in this Contract Q Y�§nd also with all requirements of the National Fire Protection Association, the z mERlational Electric Code, and the Occupational Safety and Health 6-W+>Administration (OSHA). If the above laws, codes or ordinances conflict with J' >_Zis Specification, then the laws, codes or ordinances shall govem, except in !-ouch cases where the Specification exceeds them in quality of materials or aZ L)B%bor, then the Specifications shall be followed. o_ iG 2. If the above laws, codes or ordinances conflict with the Specification, then the laws, codes or ordinances shall govem, excerpt in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. B. The expansion joint installer shall be approved by the manufacturer. C. 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. D. 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. E. The Owner may submit material samples to an independent testing laboratory for verification of material properties and/or conformance to performance standards. F. 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. G. 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. Expansion Joints 079000-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver all materials to job site in sealed, undamaged containers. Eactcontainer shall be identified with materials' name, date of manufacture, lot and batch number. tS B. Store materials when not in actual use in a place specifically assigned for, at purpose which is well ventilated and lighted and not subject to direci-sun rates. Materials shall be kept or packaged when not in use. Keep storage Area neat and clean and secure from vandalism and theft. C. Perform work in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. 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. N 4 1.6 SEQUENCING o m A. The expansion joint seal manufacturer shall provide a wri nprcAdurar installation of new expansion joint seals within 10 days placemeFmf cementitious material used for the modification of expansion jgMlo�k-out d overlays. _ 1.7 WARRANTY D�v r cn 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. PART2 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. Expansion Joints 079000-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 B. Thermafex Parking Deck EJ System by Emseal Joint Systems 2.2 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM — TYPE A A. DSM seal by Emseal, Inc. 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. If found, remove styrofoam or any other form of joint filler material in expansion joint openings. Cr-. 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 Expansion Joints 079000-4 0 1. deal size — Field verify seal size during bidding. 0 Ifj$x Winged EJ System by Lymtal International LIJ C W 1c.)►6eal size — Field verify seal size during bidding. IL }U L,"ete Membrane System by MM Systems .¢ CO c-> Y 1. 20eal size — Field verify seal size during bidding. 2.2 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM — TYPE A A. DSM seal by Emseal, Inc. 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. If found, remove styrofoam or any other form of joint filler material in expansion joint openings. Cr-. 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 Expansion Joints 079000-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. Grind and vacuum clean all concrete surfaces to be in contact with sear system no sooner than 24 hours before seal installation. Contact surface`5i shall be clean, dry and sound. Re -grinding is required if:contact surfaces become contaminated after the initial blasting. This includes contaminatiarr- by rainwater runoff. Wet sand blasting followed by adequate drying„ is,' approved if conditions warrant, as approved by manufacturer. ,Il 4. Coordinate preparation procedures to avoid damage to vehicles on levels below or adjacent to work area. Remove all dirt 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 n�2ht. (MImplete work at least 4 hours prior to anticipated rising deck tempenturesOOCease installation of joint system under adverse weather conditions.C'> 2. Splice seal material per manufacturer's instructions to foC% coatinucrs� length. Do not splice seal in drive lane unless approved by th6pgiver. M 3. All transitions, turn -ups, corners and "T" joints shall be factQfTianafhctuV components shall be approved in advance by Engineer. D r cn 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: 1. Where appropriate, perform all necessary repairs to establish consistent joint openings across the entire deck surface. Use manufacturers approved epoxy based repair materials for minor joint edge or block-out repairs, or alternative concrete repair materials for larger repair areas. Refer to Specification Section 030100. 2. Rout and seal adjacent construction joints or cracks that intersect the block - Expansion Joints 079000-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 out for a length of 8 inches. Refer to Specification Section 079200. 3. Grind and vacuum clean 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 -grinding is required if contact surfaces C=) become contaminated after the initial blasting. This includes contamination c Q by rainwater runoff. Wet sand blasting followed by adequate drying is Q = !:�o tapproved if conditions warrant, as approved by manufacturer. _ =�!2 UJ `� yi Coordinate preparation procedures to avoid damage to vehicles on levels r— �_=below or adjacent to work area. Remove all dirt and debris from joint J >-Qopening and adjacent floor areas on both levels immediately after work is (1, Q e_)3complete. ® o 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. Tum 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 Expansion Joints 079000-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 locations with Owner's representative or Engineer prior to commencement of work. Using electric chipping hammers and hand held tools, carefully remove painted nosing length without damaging the existing gland seal. Extend nosing removal 4 inches beyond end of painted length, in each direction. B. Cut wing of gland seal perpendicular to joint length approximately three inches from ends of nosing removal. Without damaging, pull wing up and out of blockout bedding material, using flat hand held tools to aid in breaking bonded interfaces. C. Clean exposed blockout surfaces without damaging adjacent seal. Clean and solvent wipe down all blockout and seal surfaces in repair area in conjunction with manufacturer requirements. 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 discardadd materials, rubbish, cans and rags. CS o m s ��77 B. Clean all surfaces of drops or spills of nosing materials �� nitufacr approved solvents which are not deleterious to the concrete sut'Artfe. J r C. All hardware, adjacent floor areas, metal work, etc., and the p 9F"ses*hallFqift clean and free of all construction dust, dirt and debris. This ir6Resa re®al of dust from pipes, etc., which resulted as part of the construct/ proFss. cn 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 2018 Project April 13, 2018 THP #18098.00 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. Silicone and Urethane cove joint sealant E. Silicone isolation joint sealant. 1.2 RELATED SECTIONS = A. Section 012100 - Allowances. B. Section 012300 - Alternates. o C. Section 012900 - Payment Procedures. CD �n m. D. Section 017700 - Closeout Procedures. C-) E. Section 030100 - Concrete Repairs. <m F. Section 071800 - Vehicular Traffic Membrane. Dz t G. Section 321723 - Pavement Markings. run 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 1.5.6. C. Resume of contractor superintendent or employee per Paragraph 1.5.D. Sealants 079200- 1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 D. Manufacturer's certification per Paragraphs 1.5.F. E. Proof samples of sealants intended to be installed per Paragraph 1.5. G. F. If requested, Field samples of sealants installed on site per Paragraph 1.5.H. 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. 1. Upon completion of the Work and prior to final payment, provide a fully executed warranty. 0 1.5 TUALgY ASSURANCE W Mlicable Codes: r J r.-Y�The Contractor shall comply with all Federal, State and Municipal laws, 1p _—.eodes, ordinances and regulations applicable to the Work in this Contract °.� ",53and also with all requirements of the National Fire Protection Association, the Stational Electric Code, and the Occupational Safety and Health -V> Administration (OSHA). If the above laws, codes or ordinances conflict with .ihe Specification, then the laws, codes or ordinances shall govern, excerpt in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. B. The sealant installer must be acceptable to the manufacturer. Provide written confirmation that the intended sealant installer is acceptable to the manufacturer. C. 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. D. 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. Sealants 079200-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 E. 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. F. Sealant materials shall be certified to be compatible by the manufactufeF for use with the membrane system. G. 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. H. The Owner may, at his discretion, direct the Contractor to preparetgnd submit Field Samples of sealant materials used on the job site during 8e wog Samples shall be manufactured on site, from a unit of material from the*=etch iRne that day. Samples (2 total) shall be at least 2 inch x 2 inch swGefe i 1/2 -inch thick, with troweled top surfaces, identified with manufacturesatcZnunFers, date and location on the project where the sealants represent/ n V sal"s were installed. Up to three sets of Field Samples may beeMd oVJis project in the Base Bid. :*=c �+ 3>' =I 1.6 DELIVERY, STORAGE AND HANDLING cn 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 Sealants 079200-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 Local, State and Federal authorities having jurisdiction. B. Fumes and dust shall be controlled to prevent harmful or undesirable effects in surrounding areas. i1toxic or flammable solvents are used, the Contractor shall take all Q _ sary precautions as recommended by the manufacturer. In all cases, the UJ c ng and use of toxic or flammable solvents, including adequate ventilation personal protective equipment, shall conform to the requirements of the „j �AFcable safety regulatory agencies. Q� CING m O InsT a -II 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. 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 Sealants 079200-4 City of Iowa City Parking Garage 2018 Project April 13, 2018 THP #18098.00 Maintenance Program 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. 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. r a. Manufacturer's standard colors. Color to be approved by Owner. r t 2. SilPruf SC2000 by GE, Inc.Ji a. Manufacturer's standard colors. Color to be approved by Owner 3. Spectrum 800 NS by Tremco Sealant Waterproofing Division. a. Manufacturers standard colors. Color to be approved by, erz; -�-+ B. Minimum compression or extension of 50% of the nominal jCMKVid+h with adhesive or adhesive failure. --I r m .<r,i a C. Primer(s) as recommended by the sealant manufacturer for eac99c�kbstffe. 0 D. Sealants shall be gun grade (non -sag) unless otherwise noted on the E wings 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 Sealants 079200-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. 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. Grind and vacuum clean all joint cavities, coves and other locations scheduled for new sealant as required 0 by the sealant manufacturer within 24 hours of sealant installation. 0 $. Pier shall be used for all sealant installations regardless of manufacturer's Q = girements, unless a letter from the manufacturer states use of a primer is W irnental. Allow primer to cure per manufacturer's recommendation prior to r Obant installation. too cavities that become contaminated by dirt or moisture after initial U. e*aration, shall be cleaned again at no additional cost to the Owner. Modify the depth of existing joints by additional routing or positioning of backer rod to maintain a width to depth ratio of 2 to 1 unless otherwise noted on the drawings. At no location is the sealant width allowed to exceed 1-1/2". E. In -areas indicated on the Drawings or otherwise directed by the Owner, remove Y existing failed and deteriorated sealant, all existing cove sealants and existing i 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. Clean joint cavity and apply primer as recommended by the sealant manufacturer. Sealants 079200-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 C. Install backer rod or bond -breaker tape where required. Vary size of backer rod if necessary based on field conditions per Article 2.11 or Article 2.21. 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 ISOLATION JOINT SEALANT A. Prime all joints with primer as recommended by manufacturer unless priming is detrimental to the performance of the sealant as stated in writing by th9tealant manufacturer. 2C-) B. After primer has cured per manufacturer's recommendations, instlaclff rod-in— joint cavity. Size backer rod to be in minimum 25% compressionimdmm 5 /( / compression when installed. -<m r M C. Install backer rod to maintain a 2:1 width to depth ratio of sealaQWfinirgpm ap maximum depth of sealant shall be per the sealant Xlhanufamturer's recommendations. En D. Install sealant into joint per manufacturer's recommendations. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. E. Tool sealant concave in a continuous smooth surface without lap marks and air bubbles. Edges of sealant to be flush with exposed surface of masonry and stone. 3.7 CLEAN-UP A. During the progress of the Work, remove from the project all discarded coating materials, rubbish, cans and rags. Sealants 079200-7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 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. am N 4 W m ca END OF SECTION Sealants 079200-8 DIVISION 26 - ELECTRICAL IOWA CITY PARKING GARAGE LIGHTING DESIGN THP Limited Inc. Heapy Engineering 100 E. Eighth St. Mechanical Electrical Commissioning Technology Cincinnati, OH 45202 Dayton, Ohio Project No. 2018-07034 Section INDEX COMMON WORK RESULTS FOR ELECTRICAL 26 05 01 - BASIC ELECTRICAL REQUIREMENTS 26 05 02 - AGREEMENT AND WAIVER FOR USE OF ELECTRONIC FILES 26 05 02 A - ELECTRONIC FILES - HEAPY RELEASE FORM TO CONTRACTORS 26 05 04 - BASIC ELECTRICAL MATERIALS AND METHODS 26 05 05 - FIRESTOPPING 26 05 09 - EXCAVATION, BACKFILL AND SURFACE RESTORATION 26 05 19 - LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS 26 05 26 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 33 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 65 - SPECIFIC WIRING APPLICATIONS 26 09 23 - LIGHTING CONTROL DEVICES 26 09 43 - WIRELESS NETWORK LIGHTING CONTROLS LOW -VOLTAGE ELECTRICAL TRANSMISSION 26 27 16 ELECTRICAL CABINETS AND ENCLOSURES 26 27 26 WIRING DEVICES AND COVERPLATES LIGHTING 26 56 00 EXTERIOR LIGHTING APRIL, 2018 o m "-< - r J �n =fir rn a rn = r City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 05 01 BASIC ELECTRICAL REQUIREMENTS PART1- GENERAL 1.1 Special Note A. All provisions of the Bidding Requirements, General Conditions and Supplementary Conditions, including Division 00 and Division 01, apply to work specified in this Division. .1 B. The scope of the Division 26 work includes furnishing, installing, testing and warranty of all Division 26, work and complete systems as shown on the Division 26 drawings and as specified in Division 26 and elsewhere in the project documents. C. Understanding that the contractors for various Divisions are sub -contractors to the Prime Contractor assignments of work by division are not intended to restrict the Prime Contractor in assignment of work among the contractors to accommodate trade agreements and practices or the normal conduct of the construction work. If there is a conflict of assigned work between Divisions 02 thru 33 and Divisions 00 and 01, Divisions 00 and 01 shall take preced4nce. 1.2 Permits and Regulations A. Include payment of all permit and inspection fees applicable to the work in this Division. Furnish for the Owner certificates of approval from the governing inspection agencies, as a condition for final payment. B. Work must conform to the National Electrical Code, National Electrical Safety Code and other applicable local, state and federal laws, ordinances and regulations. Where drawings or specifications exceed code requirements, the drawings and specifications shall govern. Install no work contrary to minimum legal standards. C. All electrical work shall be inspected and approved by the local jurisdictional authority. 1.3 Inspection of Site 21 ae A. Inspect the project sites and the premises of the existing garages. Coritions Vall ben compared with information shown on the drawings. Report immediately to tAle gineer an-� significant discrepancies which may be discovered. After the contract is sign®,-& aHewancla. will be made for failure to have made a thorough inspection. J a _ter M rn 1.4 Drawings and Specifications o7 0 ';E o A. The drawings indicate the general arrangement of the work and are to be followed i>lofar as possible. The word "provide", as used, shall mean "furnish and install'. If significant deviations from the layout are necessitated by field conditions, detailed layouts of the proposed departures shall be submitted to the Engineer for approval before proceeding with the work. B. Make all necessary field measurements to ensure correct fitting. Coordinate work with all other trades in such a manner as to cause a minimum of conflict or delay. BASIC ELECTRICAL REQUIREMENTS 260501 -1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 C. The drawings and specifications shall be carefully studied during the course of bidding and construction. Any errors, omissions or discrepancies encountered shall be referred immediately to the Engineer for interpretation or correction, so that misunderstandings at a later date may be avoided. The contract drawings are not intended to show every vertical or horizontal offset which may be necessary to complete the systems. Having bus duct, wireways and fittings fabricated and delivered in advance of making actual measurements shall not be sufficient cause to avoid making offsets and minor changes as may be necessary ds install bus duct, wireways, fittings and equipment. 1n Q 01). 0he fo eer shall reserve the right to make minor adjustment in locations of system runs and som�r5r�nts where he considers such adjustments desirable in the interest of protecting and W �bncgphag work or presenting a better appearance where exposed. Any such changes shall J rbe £rftated and requested sufficiently in advance as to not cause extra work, or unduly gel Fe work. Coordinate work in advance with all other trades and report immediately any LL .,iffi t_* which can be anticipated. ® o E. W—Vhere'ghy system runs and components are so placed as to cause or contribute to a conflict, shall be readjusted at the expense of the contractor causing such conflict. The Engineer's decision shall be final in regard to the arrangement of bus duct, conduit, etc., where conflict arises. Provide offsets in system runs, additional fittings, necessary conduit, pull boxes, conductors, switches and devices required to complete the installation, or for the proper operation of the system. Exercise due and particular caution to determine that all parts of the work are made quickly and easily accessible. G. Should overlap of work among the trades become evident, this shall be called to the attention of the Engineer. In such event, none of the trades or their suppliers shall assume that he is relieved of the work which is specified under his branch until instructions in writing are received from the Engineer. 1.5 Asbestos Materials A. Abatement, removal or encapsulation of existing materials containing asbestos is not included in the Division 26 Contract. Necessary work of this nature will be arranged by the Owner to be ' done outside of this construction and remodeling project by a company regularly engaged in asbestos abatement. Such work will be scheduled and performed in advance of work in the I L- construction and remodeling project. E� B. If, in the performance of the work, materials are observed which are suspected to contain asbestos, the Contractor shall immediately inform the Engineer who in turn will notify the Owner. Work that would expose workers to the inhalation of asbestos particles shall be terminated. Work may be resumed only after a determination has been made and unsafe materials have been removed or encapsulated and the area declared safe. 1.6 Inspection A. All work shall be subject to inspection of Federal, State and local agencies as may be appropriate, and of the Architect and Engineer. B. Obtain final inspection certificates and turn over to the Owner. BASIC ELECTRICAL REQUIREMENTS 260501 -2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 1.7 Record Drawings A. Maintain a separate set of field prints of the contract documents and hand mark all changes or variations, in a manner to be clearly discernible, which are made during construction. Upon completion of the work and within 90 days of system acceptance, these hand marked drawings shall be turned over to the Engineer. This shall apply particularly to underground and concealed work, and to other systems where the installation varies to a degree which would justify recording the change. 1.8 Operating and Maintenance Manuals A. Assemble three copies each of operating and maintenance manuals for the Electrical work. B. All "approved" shop drawings and installation, maintenance and operating instruction pamphlets or brochures, wiring diagrams, parts list, and other information, along with warranties, shall be obtained from each manufacturer of the principal items of equipment. In addition, prepare and include a chart listing all items of equipment which are furnished under this contract, indicating the nature of maintenance required, the recommended frequency of checking these points and the type of lubricating media or replacement material required. Name and address of a qualified service agency. A complete narrative of how each system is intended to operate. Major items of equipment shall consist of not less than the following: 1. Lighting equipment and lighting controls. ::1J C. Standard NEMA publications on the operation and care of equipment may be furnished in lid of manufacturer's data where the manufacturer's instructions are not available. t i D. Original purchase order number; date of purchase; name, address, and phone number of the vendor; warranty information. E. Copy of required test reports. F. These shall be assembled into three-ring loose leaf binders or other appropriate binding. An index and tabbed sheets to separate the sections shall be included. These shall be 9 Witted to the Engineer for review. Upon approval and within 90 days of system acce-tance anuals shall be turned over to the Owner. Z5 s .,.' 1.9 Final Inspection and Punch List c) -G — r A. As the time of work completion approaches, survey and inspect Division 26 W69andWeveln a punch list to confirm that it is complete and finished. Then notify the Eng ans-Eequ@" that a final inspection be made. It shall not be considered the Engineer's obn Mperfo a final inspection until the Contractor has inspected the work and so states 4AT the t*M of the request for the final inspection. B. Requests to the Engineer for final inspection may be accompanied by a limited list of known deficiencies in completion, with appropriate explanation and schedule for completing these; this is in the interest of expediting acceptance for beneficial occupancy. C. The Engineer will inspect the work and prepare a punch list of items requiring correction, completion or verification. Corrective action shall be taken by the Contractor to the BASIC ELECTRICAL REQUIREMENTS 260501 -3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 satisfaction of Architect and Engineer within 30 days of receipt of the Architect/Engineer's punch list. 1.10 Warranty A. Warrant all workmanship, equipment and material entering into this contract for a period of one (1) year from date of final acceptance or date of beneficial use, as agreed to between Contractor and Engineer. Any materials or equipment proving to be defective during the warranty period shall be made good without expense to the Owner. Use of equipment for temporary electric is not the start of the warranty period. B. This provision is intended specifically to cover deficiencies in contract completion or performance which are not immediately discovered after systems are placed in operation. These items include, but are not limited to, motor controller malfunction, heater element changes required for motor controller, fuse replacement where fuses blow due to abnormal shorts, adjustments and/or replacement of malfunctioning equipment and adjusting special equipment and communication systems to obtain optimum performance. C. This provision shall not be construed to include maintenance items such as making normally anticipated adjustments or correcting adjustment errors on the part of the Owner's personnel. D.rovisions of this warranty shall be considered supplementary to warranty provisions under �ivisio D1 General Conditions. FQk 2 -ZR TS 2J Ma�ialxam_Equipment — }U A.Aatf3[l and equipment furnished shall be in strict accordance with the specifications and Vra*esand shall be new and of best grade and quality. When two or more articles of the Rame material or equipment are required, they shall be of the same manufacturer. B. All electrical equipment and wiring shall bear the Underwriters Laboratories, Inc. label where UL labeled items are available, and shall comply with NEC (NFPA-70) and NFPA requirements. X2.2 Aeference Standards ` A. Where standards (NFPA, NEC, ASTM, UL, etc.) are referenced in the specifications or on the F drawings, the latest edition is to be used except, however, where the Authority Having Jurisdiction has not yet adopted the latest edition, the edition so recognized shall be used. 2.3 Equipment Selection A. The selection of materials and equipment to be furnished shall be governed by the following: 1. Where trade names, brands, or manufacturers of equipment or materials are listed in the specification, the exact equipment listed shall be furnished. Where more than one name is used, the Contractor shall have the option of selecting between any one of the several specified. All products shall be first quality line of manufacturers listed. BASIC ELECTRICAL REQUIREMENTS 260501 -4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 2. Where the words "or approved equal" appear after a manufacturer's name, specific approval must be obtained from the Engineer during the bidding period in sufficient time to be included in an addendum. The same shall apply for equipment and materials not named in the specifications, where approval is sought. 3. Where the words "equal to" appear, followed by a manufacturer's name and sometimes a model or series designation, such designation is intended to establish quality IBvel and standard features. Equal equipment by other manufacturers will be acceptable, subject to the Engineer's approval. B. Substitute equipment of equal quality and capacity will only be considered when the listing of such is included as a separate item of the bid. State the deduction or addition in cost to that of the specified product. C. Within ten (10) days after award of contract, the names of Subcontractors and manufacturers of the major items of equipment which are proposed shall be submitted to the Engineer for approval. Refer to the list of equipment below. D. Before bidding equipment, and again in the preparation of shop drawings, verify that adequate space is available for entry and installation of the item of equipment, including associated accessories. Also verify that adequate space is available for servicing of the equipment and that required NEC clearances are met. E. If extensive changes in conduit, equipment layout or electrical wiring and equipment are brought about by the use of equipment which is not compatible with the layout shown on the drawings, necessary changes shall be deemed to be included in this contract. 2.4 Shop Drawings A. Electronic copies of shop drawings and descriptive information of equipment and materials shall be furnished. Submit to the Architect and/or Engineer for review as stated in the General Conditions and Supplementary Conditions. These shall be submitted as soon as.practicable and before equipment is installed and before special equipment is manufactured. Submittal information shall clearly identify the manufacturer, specific model number, approval labels, performance data, electrical characteristics, features, specified options and Aqditional information sufficient to evidence compliance with the contract documents. Producttalogs, brochures, etc. submitted without project specific items marked as being sulghitted ILP review will be rejected and returned without review. Shop drawings for equipmen re evic� and materials shall be labeled and identified same as on the Contra �curfnts. --if.. compliance with the above criteria is not provided shop drawings will be i4t to.rejectlmr and returned without review. Samples shall be submitted when requested oc.49Specified h with -in. C:) 0 B. The review of shop drawings by the Engineer shall not relieve thPDContrgor from responsibility for errors in the shop drawings. Deviations from specifications anidrawing requirements shall be called to the Engineer's attention in a separate clearly stated notification at the time of submittal for the Engineer's review. C. Shop drawings of the following equipment and materials shall be submitted: 1. Wireway. 2. Firestopping. BASIC ELECTRICAL REQUIREMENTS 260501 -5 City of Iowa City Parking Garage Maintenance Program 2018 Prtkct April 13RO18 Q #108$Qo W 43. WV.EII boxes. J r4. L�Ucellaneous cabinets. + ing devices and coverplates. (L inets and enclosures. =7. laphtmg fixtures and drivers. Eq 8. Lighting standards. 9. Lighting controls/contactor and photocell. PART 3 - EXECUTION 3.1 Testing A. As each wiring system is completed, it shall be tested for continuity and freedom from grounds. B. As each electrically operated system is energized, it shall be tested for function. C. On all electric services including change -outs, backfeeds, etc. the Contractor shall verify phase rotation and voltage readings to ensure the final installation is proper. Submit to the Engineer in writing a record of voltage readings and current readings taken at no-load and fully loaded conditions. D. The Contractor shall perform megger and resistance tests and special tests on any circuits or equipment when an authorized inspection agency suspects the system's integrity or when requested by the Architect or Engineer. E. All signaling and communications systems shall be inspected and tested by a qualified representative of the manufacturer or equipment vendor. Submit four (4) copies of reports indicating results. F. Tests shall be witnessed by field representatives of the Architect or Engineer or shall be monitored by a recorder. Furnish a written record of each system test indicating date, system, test conditions, duration and results of tests. Copies of all test reports shall be included in the O&M manuals. G. Instruments required for tests shall be furnished by the Contractor. *T.7 Equipment Cleaning rri A. Before placing each system in operation, the equipment shall be thoroughly cleaned; cleaning shall be performed in accordance with equipment manufacturer's recommendations. B. -..Refer to appropriate Sections for cleaning of other equipment and systems for normal operation. 3.3 Operation and Adjustment of Equipment A. As each system is put into operation, all items of equipment included therein shall be adjusted to proper working order. This shall include balancing and adjusting voltages and currents; verifying phase rotation; setting breakers, ground fault and other relays, controllers, meters and timers; and adjusting all operating equipment. BASIC ELECTRICAL REQUIREMENTS 260501 -6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 B. Caution: Verify that all bearings of equipment furnished are lubricated, all motors are operating in the right direction, and correct drive settings and overload heater elements are provided on all motors. Do not depend wholly on the other trades judgment in these matters. Follow specific instructions in regard to lubrication of equipment furnished under this Contract. 3.4 Operating Demonstration and Instructions A. Set the various systems into operation and demonstrate to the Owner and Engineer that the systems function properly and that the requirements of the Contract are fulfilled. B. Provide the Owner's representatives with detailed explanations of operation and maintenance of equipment and systems. A thorough review of the operating and maintenance manuals shall be included in these instructional meetings. C. O & M manuals shall be submitted, reviewed and approved prior to scheduling of demonstrations. D. A minimum of 8 hours shall be allowed for instructions to personnel selected by the Owner. Instructions shall include not less than the following: 1. Show location of items of equipment and their purpose. 2. Review binder containing instructions and equipment and systems data. 3. Coordinate written and verbal instructions so that each is understood by personnel. 4. Separate instructions shall be given by manufacturer's representatives for the various special and communications systems. E. A minimum of 48 hours continuous trouble-free operating time shall be acceptable to prove that the systems function properly. END OF SECTION BASIC ELECTRICAL REQUIREMENTS 260501 -7 N Q O >� 07 Gr rn v M o7K ZE a C:) D t. r BASIC ELECTRICAL REQUIREMENTS 260501 -7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 05 02 AGREEMENT AND WAIVER FOR USE OF ELECTRONIC FILES PART1- GENERAL 1.1 The Engineer, at his sole discretion and without obligation, makes graphic portions of the contract documents available for use by the contractor in electronic format. These electronic files are proprietary and remain the Engineer's Instruments of Service and shall be for use solely with respect to this project, as provided in the Standard Form of Agreement between Owner and Engineer. 1.2 Electronic files shall be released only after bids have been received for the project and contracts have been signed with the contractors. 1.3 The contractor shall acknowledge receipt of electronic files in the requested format for this project. The electronic files are provided as a convenience to the User, for use in preparing shop drawings and/or coordination drawings related to the construction of only the project identified in the Agreement. The electronic files and the information contained within are the property of the Engineer and/or the Owner, and may not be reproduced or used in any format except in conjunction with the project identified in the Agreement. 1.4 The User acknowledges that the information provided in the electronic files is not a substitution or replacement for the Contract Documents and does not become a Contract Document. The User acknowledges that neither the Engineer, the Consultants, the Client or the Owner make any warrant or representation that the information contained in the electronic files reflect the Contract Documents in their entirety. The User assumes full responsibility in the use of the electronic files, including the responsibility to see that all manual modifications, addenda, bulletins, clarifications and Change Orders to the drawings executed as a part of the Contract Documents have been incorporated. 1.5 The User acknowledges that the receipt of electronic files in no way relieves the )ager from the responsibility for the preparation of shop drawings or other schedules as seiforth ifMhe Contract between the Contractor and the Owner. o cm 1.6 Electronic files are available in a .DWG format for a cost as indicated in the I qwi rne?lf and*Mver Form. Providing the documents in a .DWG version that differs from the,:9V,9SiuZersiMq*� the .DWG files were initially created in will incur additional charges p0Kf?TeeVs inMsis ed in the Agreement and Waiver Form. Charges are for the Engineer' �e t>iprephe, documents in the format stated. They are available through the Engineer's o�.�on—C.O. only. A sample of the format will be provided by the Engineer upon reque y theEo�'ontractor, for' the purpose of testing the compatibility of the format to the contractor's systems. r 1.7 All drawings will be in an AutoCAD file format, when requested to be .DWG format. 1.8 All electronic files shall be stripped of the Project's name and address, the Engineer's and any consultant's name and address, and any professional licenses indicated on the contract documents, (and all dimensions, verbiage, and statistical information). Use of these electronic files is solely at the contractor's risk, and shall in no way alter the contractor's Contract for Construction. 1.9 The User agrees to indemnify, hold harmless and defend the Engineer, the Consultants, the Owner, the Client and any of their agents from any litigation resulting from the use of (by any means of reproduction or electronic media) these files. The Engineer makes no representation AGREEMENT AND WAIVER FOR USE OF ELECTRONIC FILES 260502-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 regarding fitness for any particular purpose, or suitability for use with any software or hardware, and shall not be responsible or liable for errors, defects, inexactitudes, or anomalies in the data, information, or documents (including drawings and specifications) caused by the Engineer's or its consultant's computer software or hardware defects or errors; the Engineer's or its consultant's electronic or disk transmittal of data, information or documents; or the Engineer's or its consultant's reformatting or automated conversion of data, information or documents electronically or disk transmitted from the Engineer's consultants to the Engineer. 1.10 The contractor waives all claims against the Engineer, its employees, officers and consultants for any and all damages, losses, or expenses the contractor incurs from such defects or errors in the electronic files. Furthermore, the contractor shall indemnify, defend, and hold harmless the Engineer, and its consultants together with their respective employees and officers, harmless from and against any claims, suits, demands, causes of action, losses, damages or expenses (including all attorney's fees and litigation expenses) attributed to errors or defects in data, information or documents, including drawings and specifications, resulting from the contractor's distribution of electronic files to other contractors, persons, or entities. PART 2 - PRODUCTS — NOT USED PART 3 - EXECUTION 3.1 Attached "Agreement" shall be submitted with accompanying payment to the Engineer prior to delivery of electronic files. END OF SECTION 4n Ln Q r\ fY— JY Lai o AGREEMENT AND WAIVER FOR USE OF ELECTRONIC FILES 260502-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 Heapy Engineering MEP Design Technology Planning Commissioning Energy Nationally Recognized Leader in Sustainability Project: Iowa City Parking Garage Maintenance Program Iowa City, Iowa Owner: City of Iowa City Heapy Engineering Project Number: 2018-07037 Heapy Engineering Project Manager: Nick Andrews ELECTRONIC FILES HEAPY RELEASE FORM TO CONTRACTORS The Provider, named below, will furnish the Recipient, named below, certain documents prepared by the Provider or its sub consultants in an electronic format. These documents are hereinafter collectively referred to as "Electronic Files". The Electronic Files are instruments of the Provider services performed solely for the Owner's benefit and to be used solely for this Project. The Provider does not represent that the information contained in the Electronic Files are suitable for use on any other project or for any other purpose. If the Electronic Files are used for any other project or purpose without the Provider's specific written permission, the risk of such use shall be assumed solely by the Recipient or other user. Prior to the use of the Electronic Files the Provider and the Recipient agree to the following terms and conditions: 1. The Provider and Recipient fully understand that the data contained in these electronic files are part of the Provider's Instruments of Service. The Provider shall be deemed the author of the drawings and data, and shall retain all common law, statutory law and other rights, including copyrights. U 2. The Recipient confirms their request to the Provider for Electronic Files for the o' ct ttged a4qwhich the Recipient understands are to be provided only in accordance with, and c n(Mupon, fFk terms and conditions of the Agreement and Waiver for Use of Electronic Files). c-)-< _ r =;C -:;1J 3. The Provider agrees that the Recipient may use the Electronic Files for the eel pur�pse'�eparing shop drawings and/or coordination drawings for the above Project only. Any EI ( ic=es ed are strictly for the use of the Recipient in regard to the Project named above, and ot3ie utillZbdfor any other purpose or provided by the Recipient to any entity other than its subdDntractrls for the Project named above. .r 4. The Recipient acknowledges that the furnishing of Electronic Files in no way relieves the Recipient from the responsibility of shop drawings or other schedules as set forth in the Contract between the Contractor and the Owner. 5. The Recipient acknowledges: a. That the Electronic Files do not contain all of the information of the Bid Documents or'Contract Documents for the construction of the Project above. ELECTRONIC FILES — HEAPY RELEASE FORM TO CONTRACTORS 260502A - 1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 6. The Provider makes no representation or warranty of any kind, express or implied, with respect to the Electronic Files and specifically makes no warranty that the Electronic Files shall be merchantable or fit for any particular purpose, or accurate or complete. Furthermore, any description of said Electronic Files shall not be deemed to create an implied or express warranty that such Electronic Files shall conform to said description. Due to the unsecured nature of the Electronic Files and the inability of the Provider or the Recipient to establish controls over their use, the Provider assumes no responsibility for any consequences arising out of the use of the data. It is the sole responsibility of the Recipient to check the validity of all information contained within the Electronic Files. The Recipient shall at all times refer to the Construction Documents of the project during all phases of the project. The Recipient shall assume all risks and liabilities resulting from the use of this data, and the Recipient agree(s) to waive any and all claims and liability against the Provider and its sub consultants resulting in any way from the use of the Electronic Files. 8. Electronic Files are provided strictly as a courtesy by the Provider solely for the convenience of the Recipient, and are not part of the Bid Documents or Contract Documents for the Project. The Electronic Files do not replace or supplement the paper copies of any drawings, specifications, or other documents included in the Contract Documents for use on the project. a. The Recipient assumes full responsibility in the use of Electronic Files, including the responsibility to see that all manual modifications, addenda, bulletins, clarifications and Change Orders to the drawings executed as a part of the Contract Documents have been incorporated. 9. As stated herein, the possibility exists that the Electronic Files provided may differ from the Bid Documents or Contract Documents for construction of the Project. The Provider shall not be responsible, nor be held responsible, for differences between Electronic Files, the Bid Documents, and Contract Documents. The Bid Documents or Contract Documents for the Project may be modified by the Provider at any time, either before or after construction begins. The Provider has no responsibility, either before or after any such modification, to determine or to advise the Recipient whether any such modification causes Electronic Files provided to the Recipient to be out of date, inconsistent with the Bid Documents or Contract Documents, or otherwise unsuitable or unfit for use in any way. 10. The Recipient assumes all risk and liability for any losses, damages, claims, or expenses (including defense and attorney fees) resulting from its receipt, use, or possession of Electronic Files furnished by the Provider. The Provider makes no representation, warranty or guarantee that the Electronic Files: a. Are suitable for any other usage or purpose. b. Have any particular durability. c. Will not damage or impair the Recipient's computer or software. ELECTRONIC FILES — HEAPY RELEASE FORM TO CONTRACTORS 260502A - 2 ct . information in the Bid Documents or Contract Documents may be revised or modified in the o2That fie. ftJ Q c. 4yU,,1t�0". _Provider does not have, and will not have, any duty or obligation to advise or give notice to L— 10kRecipient of any such revisions or modifications. E. m t the Recipient agrees that its use of the Electronic Files is at the Recipient's sole risk of i.Slity, and that the Recipient shall make no claim or demand of any kind against the Provider ani ing out of Recipient's receipt or use of the Electronic Files. 6. The Provider makes no representation or warranty of any kind, express or implied, with respect to the Electronic Files and specifically makes no warranty that the Electronic Files shall be merchantable or fit for any particular purpose, or accurate or complete. Furthermore, any description of said Electronic Files shall not be deemed to create an implied or express warranty that such Electronic Files shall conform to said description. Due to the unsecured nature of the Electronic Files and the inability of the Provider or the Recipient to establish controls over their use, the Provider assumes no responsibility for any consequences arising out of the use of the data. It is the sole responsibility of the Recipient to check the validity of all information contained within the Electronic Files. The Recipient shall at all times refer to the Construction Documents of the project during all phases of the project. The Recipient shall assume all risks and liabilities resulting from the use of this data, and the Recipient agree(s) to waive any and all claims and liability against the Provider and its sub consultants resulting in any way from the use of the Electronic Files. 8. Electronic Files are provided strictly as a courtesy by the Provider solely for the convenience of the Recipient, and are not part of the Bid Documents or Contract Documents for the Project. The Electronic Files do not replace or supplement the paper copies of any drawings, specifications, or other documents included in the Contract Documents for use on the project. a. The Recipient assumes full responsibility in the use of Electronic Files, including the responsibility to see that all manual modifications, addenda, bulletins, clarifications and Change Orders to the drawings executed as a part of the Contract Documents have been incorporated. 9. As stated herein, the possibility exists that the Electronic Files provided may differ from the Bid Documents or Contract Documents for construction of the Project. The Provider shall not be responsible, nor be held responsible, for differences between Electronic Files, the Bid Documents, and Contract Documents. The Bid Documents or Contract Documents for the Project may be modified by the Provider at any time, either before or after construction begins. The Provider has no responsibility, either before or after any such modification, to determine or to advise the Recipient whether any such modification causes Electronic Files provided to the Recipient to be out of date, inconsistent with the Bid Documents or Contract Documents, or otherwise unsuitable or unfit for use in any way. 10. The Recipient assumes all risk and liability for any losses, damages, claims, or expenses (including defense and attorney fees) resulting from its receipt, use, or possession of Electronic Files furnished by the Provider. The Provider makes no representation, warranty or guarantee that the Electronic Files: a. Are suitable for any other usage or purpose. b. Have any particular durability. c. Will not damage or impair the Recipient's computer or software. ELECTRONIC FILES — HEAPY RELEASE FORM TO CONTRACTORS 260502A - 2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 d. Contain no errors or mechanical flaws or other discrepancies that may render them unsuitable for the purpose intended by the Recipient. 11. Recipient agrees to indemnify, defend and hold harmless the Provider, agents, employees, and the Owner from, and against, any and all claims, suits, losses, damages or costs, of any kind or nature, including attorney's fees, arising from or by reason of the Recipient's use of Electronic Files provided by the Provider, and such defense and indemnification obligation duties shall survive any use under this Agreement and Waiver for Use of Electronic Files. 12. The Recipient agrees that the Provider shall have no responsibility whatsoever for problems of any nature arising from transmitting and storing electronic files at a Recipient requested FTP or project management site or the conversion of the Electronic Files by the Recipient or others for use in non-native applications. The Provider will not provide Electronic Files in compressed formats. Recipient agrees to accept the files in the format provided by the Provider, and that Recipient's conversion or electronic file storage at the Recipient's requested site, shall be at Recipient's sole risk. 13. Recipient acknowledges: a. That the Electronic Files provided by the Provider are a graphical representation of the building in order to generate two-dimensional industry standard drawings. b. That the data contained in the Electronic Files may not be 100% accurate and should not be used for dimensional control, building layout, shop drawings, or any other similar purpose c. That any schedule of materials produced directly from the Electronic Files has not been checked for accuracy. d. That the information in the Electronic Files should be used only for comparative purposes and shall not be relied upon for accurate quantity estimates or used in establishing pricing. 14. Electronic Files provided by the Provider will only contain elements and contgat that VL Provider deems necessary and appropriate to share. No specific Level of Development (LOD)Qs ijjjmpli;1or ezzpp"�ted. The Recipient agrees that no proprietary content, MvParts or Revit Families orhe1SutoCA17 MEP or Revit MEP content shall be removed from the model and/or used for any other�os ut toport this specific project. �� �& F {r- 15. The Provider, at its sole discretion, may modify the Electronic files before aX pro)* to the Recipient. Such modifications may include, but are not necessarily limifpnova certain information. The Provider, at its sole discretion, may refuse to provide scUne or 0 Electronic Files requested by Recipient. r 16. The availability of Electronic Files that were not prepared by the Provider is subject to the consent of the Owner or consultant that prepared those Electronic Files. The Provider will not negotiate with the Owner or consultant or repeatedly solicit the Owner or consultant to obtain such consent. Neither this Agreement and Waiver for Use of Electronic Files nor any such separate Consultant's consent may be assigned or transferred by Recipient to any other person or entity. Provider (Name of Company): Recipient (Name of Company): ELECTRONIC FILES — HEAPY RELEASE FORM TO CONTRACTORS 260502A - 3 City of Iw✓a Ci Uing6ar�taintenance Program Pr 03 S' it 13, 0 H �. ¢¢ 4= C:;;) dress: m _o Rime of authorized Recipient Representative: Title of authorized Recipient Representative: E-mail address of authorized Recipient Representative: Signature of authorized Recipient Representative: Date: NOTE: Select requested Electronic File Format, File Transfer Medium and complete applicable Cost Summary. A. Electronic File Format (select one): 1. ❑ .DWG Format - List of Drawings Requested: B. File Transfer Medium (select one): ❑ CD-ROM ❑ DVD -ROM ❑ Heapy FTP ❑ User's FTP site ❑ Flash Drive C. Delivery of Electronic Files Cost Summary: Available Electronic .DWG file format: ❑ 20XX DWG If a different file version is required than the indicated available version state the requested version: _.DWG Note that an additional charge per sheet will be incurred. gist of Preparation of Division 26 Electronic .DWG Files: S First Drawing: $50.00 $50.00 Additional Drawings $15.00 each x $15.00 = $ Conversion to .DWG version different from available .DWG: $5.00 additional/sheet x $ 5.00 Total Cost: (Please make check payable to Heapy Engineering and include a copy of this forth.) All files will be bound together. ELECTRONIC FILES — HEAPY RELEASE FORM TO CONTRACTORS 260502A - 4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 05 04 BASIC ELECTRICAL MATERIALS AND METHODS PART1- GENERAL 1.1 Temporary Electric Services A. The temporary service and temporary lighting for construction is provided by the Contractor. Refer to Division 01 - General Requirements. B. The Contractor is cautioned to carefully consider the possible sources of temporary electric service and the probable location of the General Contractor's office. C. The General Contractor will make application to the local utility company for the temporary electric service and will pay for all electric power used during construction, including electric heating. D. The Contractor shall furnish, install and pay for all necessary conduit, wire, metering, poles, switches, receptacles, lights and accessories to provide a 200 amp, 120/208 volt, 3 phase, 4 wire temporary electric service with the main disconnect switch, meter, and a 42 circuit load center at a location specified by the General Contractor. E. Consult the utility company for fees required and include same in Electrical Contract. F. Labor, receptacles, boxes, fixtures, wire, etc. required by the various Contractors inside their offices shall be paid for by the respective Contractors. G. Lighting fixtures shall be placed every 40 ft. along each corridor or, where corridors do not occur, along the long axis of all rooms and areas greater than 25 ft. in length. Provide a 200 watt lamp in a rubber coated socket with wire guard, spliced into branch feeder conductor at every 20 ft. The branch circuit wiring may be 3 wire type "NMC' and the wire guard shall be bonded to the ground conductor. Receptacle circuits shall consist of 1 gang handy box with grounded duplex receptacles a maximum of 50 ft. on center with a maximum of 4 per circuit. All receptacle circuits shall be protected by its own overcurrent device in a panelboard. Install wiring and equipment above 6 feet 6 inches and below the finished ceiling. Extend circuits as required and protect in an appropriate panelboard on each floor level„ Proves GFCI protected receptacles and circuits as required by NEC and OSHA. o a. H. Contractors requiring extension cords shall provide their own cords and plu94p capaaiiy, of 20 amperes. For services to larger items of equipment and welders, tfi4&ntWtor extend proper feeders as requested at the expense of the Contractors reci the sservicp,,, I. The Contractor shall maintain the temporary light and power system for Mu oQFj� work and shall remove it from the site when directed. Temporary wiring ?ild equi ent shall remain the property of the Contractor. r J. The use of the permanent electrical system for temporary services during the latter stages of construction shall be allowed. Expedite completion of system as practicable to this end. Maintain the system during this period. BASIC ELECTRICAL MATERIALS AND METHODS 260504-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #1808.00 LoQ Q K. periods on equipment, materials and systems shall commence upon Owner Tpc ce of the building or systems. Temporary use shall not jeopardize or alter warranty regYents. J L. aTh4 mplete temporary service shall comply with Power Company, OSHA, and all Code tj, �eggtents. m o_ 1.2 Coftuity of Service A. Work shall be so planned and executed as to provide reasonable continuous service of existing systems throughout the construction period. Where necessary to disrupt services for short periods of time for connection, alteration or switch over, the Owner shall be notified in advance and outages scheduled at the Owner's reasonable convenience. B. Submit, on request, a written step-by-step sequence of operations proposed to accomplish the work. The outline must include tentative dates, times of day for disruption, downtime and restoration of services. Submit the outline sufficiently in advance of the proposed work to allow the Engineer to review the information with the Owner. Upon approval, final planning and the work shall be done in close coordination with the Owner. C. Shutdown of systems and work undertaken during shutdown shall be bid as being done outside of normal working hours. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.1 Workmanship A. Materials and equipment shall be installed and supported in a first-class and workmanlike manner by mechanics skilled in their particular trades. Workmanship shall be first-class in all respects, and the Architect and Engineer shall have the right to stop the work if highest quality workmanship is not maintained. e , B` Electrical work shall be performed by a licensed Contractor in accordance with requirements . of the jurisdiction. 3.2 Protection A. ,TheContractor shall be entirely responsible for all material and equipment furnished in -connection with his work. Special care shall be taken to properly protect all parts thereof from theft, damage or deterioration during the entire construction period in such a manner as may be necessary, or as directed by the Engineer. B. The Owner's property and the property of other contractors shall be scrupulously respected at all times. Provide drop cloths and visqueen or similar barriers where dust and debris is generated, to protect adjacent areas. 3.3 Cutting and Patching BASIC ELECTRICAL MATERIALS AND METHODS 260504-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 i THP #18098.00 A. Refer to Division 01 - General Requirements for information regarding cutting and patching. B. Plan the work well ahead of the general construction. Where conduits and,wireways are to pass thru new walls, partitions, floors, roof or ceilings, place sleeves in these elements or arrange with the General Contractor to provide openings where sleeves are not practical. Where sleeves or openings have not been installed, cut holes and patch as required for the installation of this work, or pay other trades for doing this work when so directed by the Engineer. Any damage caused to the building shall be repaired or rectified. C. Where conduits, wireways, cable trays and bus ducts are to pass thru, above or behind existing walls, partitions, floors, roof or ceiling, cutting, patching, refinishing and painting of same shall be included in this contract. Core drilling and saw cutting shall be utilized where practical. Contractor to examine where floors and walls etc. are to be cut for presence of existing utilities. D. When cutting or core -drilling floor verify location of existing electrical, plumbing or steel reinforcement. Use X-ray method to verify existence of obstructions. Either re-route existing system brace floor or alter location of new work to maintain existing system. All sleeves and openings not used or partially used shall be closed to prevent passage of fire or smoke. All materials, methods and procedures used in patching and refinishing shall be in accordance with applicable provisions of specifications governing the various trades, and shall be completed by skilled workmen normally engaged in these trades. The final appearance and integrity of the patched and refinished areas must meet the approval of the Architect. Wall, floor and ceiling refinishing must extend to logical termination lines (entire ceiling of the room repainted, for instance), if an acceptable appearance cannot be attained by finishing a partial area. G. Provide steel angle or channel lintels to span openings which are cut in existing jointed masonry walls where the opening span exceeds 16 inches. Provide framing around roof openings for required support of the roof deck. 3.4 Removals, Alterations and Reuse 29 E5 m A. Refer to the drawings for the scope of remodeling in the existing building. mac? B. Cooperate with the General Contractor regarding all removal and remoEafi&Tg k. Contractor shall remove existing work which is associated with his trade ,� which wil superfluous when the new system is installed and made operational. V us$I co behind walls or below floors as necessary or as directed. No wire or condll �rem4n which will impair the functioning of the remaining work unless first repla with rerou ed section of wire or conduit to ensure continuity. Remove inactive wiring back to thrust active junction box, panelboard or piece of equipment. C. Upon completion, no unused conduit or stub shall extend thru floors, walls or ceilings in finished areas. Abandoned conduit where remaining in place shall have any unused wiring removed. All accessible unused conduit shall be removed. BASIC ELECTRICAL MATERIALS AND METHODS 260504-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, a8 T=1E W D. J LL E. necessary to reroute a section of an active circuit, the rerouted section shall be :fore removing the existing in order to minimize system down time. Rerouted all be installed as required for new work. Jlat2H*q!� and equipment which are removed shall not be reused within the scope of this project -unless specifically noted to be relocated or reused. Turn over to the Owner and place Where directed on the premises all removed material and equipment so designated by the Owner. All material and equipment not claimed by the Owner shall become the property of the Contractor responsible for removal and shall be removed from the premises. F. Remove, store and reinstall lay -in ceiling tile and grid as needed to perform work in areas where such removal and re -installation is not to be done by the General Contractor. Damaged tile and/or grid shall be replaced with new matching tile and/or grid. G. In areas of minor work where the space is not completely vacated, temporarily move portable equipment and furnishings within the space as required to complete the work. Coordinate this activity with Owner. Protect the Owner's property by providing dust covers and temporary plastic film barriers to contain dust. Remove barriers and return equipment and furniture upon completion of the work. H. Refinish any surface disturbed under this work to match existing, except where refinishing of that surface is included under the General Contract. 3.5 Painting A. In addition to any painting specified for various individual items of equipment, the following painting shall be included in Division 26: 1. Ferrous metal which is not factory or shop painted or galvanized and which remains exposed to view in the building including finished areas, mechanical rooms, storage rooms, and other unfinished areas shall be given a prime coat of paint and two finish coats of paint. 2. Ferrous metal installed outside the building which is not factory or shop painted or galvanized shall be given a prime coat of paint and two finish coats of paint. 3. Equipment and materials which have been factory or shop coated (prime or finished painted or galvanized), on which the finish has been damaged or has deteriorated, shall be cleaned and refinished equal to its original condition. The entire surface shall be repainted if a uniform appearance cannot be accomplished by touch up. 4. Apply Z.R.C. Galvilite cold galvanizing compound, or approved equal, for touch-up and repair of previously galvanized surfaces. 5. Each backboard shall be painted with a minimum of two coats of flame retardant paint, all sides; gray enamel primer with gray matte enamel finish. B. ' Paint, surface preparation and application shall conform to applicable portions of the Painting section of Division 09 of the Specifications. All rust must be removed before application of paint. C. Finish painting is included in the General Contract except where otherwise required under remodeling work. Refer to the Cutting and Patching paragraph in this Section for finishing requirements. BASIC ELECTRICAL MATERIALS AND METHODS 260504-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 END OF SECTION CD )> co a - J r :<r m a � g� = o v D F t BASIC ELECTRICAL MATERIALS AND METHODS 260504-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 260505 FIRESTOPPING PART1- GENERAL 1.1 Firestopping assemblies shall be provided at penetrations of conduits, bus ducts, cables, cable trays and other electrical items thru fire rated floors, fire rated floor -ceiling and roof ceiling assemblies, fire rated walls and partitions and fire rated shaft walls and partitions and smoke barriers. In addition, firestopping assemblies shall be provided at penetrations thru 0 -hour rated floors. Refer to the drawings for fire rated building elements. 1.2 Firestopping assemblies shall be tested and rated in accordance with ASTM E814, E119 and listed in accordance with ANSI / UL 1479, as published in the UL Fire Resistance Directory. Firestopping shall provide a fire rating equal to that of the construction being penetrated. 1.3 Firestopping materials, assemblies and installation shall conform to requirements of the OBC Chapter 1, Section 106 and Chapter 7, Section 714 and the Authority Having Jurisdiction. 1.4 For those firestopping applications that exist for which no UL tested system is available through any manufacturer, a manufacturer's engineering judgment derived from similar UL system designs or other tests shall be submitted to local authorities having jurisdiction for their review and approval prior to installation. Engineering judgment drawings must follow requirements set forth by the International Firestop Council. 1.5 Shop drawings shall be prepared and submitted for review and approval. Submittals shall include manufacturer's specifications and technical data of each material, documentation of U.L. firestopping assemblies and installation instructions. Submittals shall include all information required in OBC Chapter 1, Section 106 and Chapter 7, Section 714. PART 2 - PRODUCTS 2.1 Firestopping materials shall be manufactured and/or supplied by Hilti, 3M, RectorseS&etacaulk, Tremco, Nelson, Specified Technologies or other approved manufacturer. o m 2.2 Materials shall be in the form of caulk, putty, sealant, intumescent material, w ip,4e blo�4wog, ceramic wool and other materials required for the UL listed assemblies. The all ZinstclWin conjunction with sleeves and materials for fill and damming. {r- _rn a Z 2.3 Combination pre-set floor sleeve and firestopping assemblies shall be equal tdWCPt80. Q PART 3 - EXECUTION r w 3.1 Installation of all materials and assemblies shall be in accordance with UL assembly drawings and the manufacturer's instructions. 3.2 Installation shall be done by an experienced installer who is certified, licensed or otherwise qualified by the firestopping manufacturer as having the necessary training and experience. 3.3 Refer to 26 05 33 Raceway and Boxes for Electrical Systems for sleeve requirements and treatment of penetrations not requiring firestopping. END OF SECTION FIRESTOPPING 260505-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 05 09 EXCAVATION, BACKFILL AND SURFACE RESTORATION PART1- GENERAL 1.1 Excavate for all in -grade underfloor conduit, exterior ducts, conductors, conduit, lighting standard bases, and incidental work which are included in the Electrical contract. Backfill to finish grade or to levels consistent with the General Contractor's and the Site Contractor's activities. Cut existing street, drive and parking lot paving, walks, curbs and other permanent hard surfaces which are to be encountered. Repair or restore exterior surfaces to original condition where such are not affected by Division 31 – Earthwork or 32 Exterior Improvements. Cut existing floor slabs and replace slabs in conformance with 26 05 04 Basic Electrical Materials and Methods. All work shall comply with requirements set forth in Division 31 and 32. 1.2 Excavation and trench wall supporting, cribbing, sloping and stepping of excavations required for safety shall be done in accordance with OSHA and local requirements. Pumping of water from excavations and trenches which may be required during construction shall be included in the contract. 1.3 Existing utilities encountered during excavation work shall be protected in a manner acceptable to the utility owner. Any utilities that are damaged shall be repaired or replaced by this Contractor to the full satisfaction of the utility owner. 7 PART 2 - PRODUCTS ; 7 2.1 Refer to Division 31, Earthwork for bedding and backfill materials specifications. PART 3 - EXECUTION t , 3.1 Interior and exterior trenches shall be over excavated and the duct, conductor or congk shall be laid on 4 inches minimum depth sand bed. Where ductbank is concrete er=sed, =cavate to required depth, if fill or backfill needed under ductbank use washed pealrNel3sr cru&W limestone and compost. D— �9 3.2 Backfilling of excavations and trenches inside the building and outside under pqteji ordtherhard surfaced areas, shall be with graded pea gravel, graded coarse sand or cru%4*Pim9goneR* inch maximum size, to prevent undue settlement. Backfill material for non-metq$won49t shy pea gravel or sand. Other excavations and trenches shall be backfilled with ZnWear materia% -6r with excavated material up to 18 inches above the top of the conduit. The remifnder shall be with similar materials or with excavated material having no large clots, stones or rocks. W 3.3 Backfill shall be mechanically compacted in layers not over 6 inches deep. Water settling will not be permitted. Where excavations have not been properly filled or where settlement occurs, they shall be refilled, compacted, smoothed off, and finally made to conform to the initial requirements. Excess excavated materials shall be removed from the site or disposed of as directed by the General Contractor. Refer to Division 31 Earthwork for compaction requirements. 3.4 Concrete floor slabs, paving, sidewalks, curbs, sodded and other finished surfaces which have been damaged or removed in order to install the underground work shall be replaced by this Contractor equal to original conditions. Refer to Division 31 and 32 for Surface Restoration Requirements. This requirement is not applicable in areas where the General Contractor or the Site Contractor is obligated to provide new surfaces. EXCAVATION, BACKFILL AND SURFACE RESTORATION 260509-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 3.5 Excavation, backfill, surface repair and traffic control within the public right-of-way shall be in accordance with governing agency rules and regulations. Any fee for activity in the roadway shall be included in this contract so that no additional cost will accrue to the Owner. 3.6 Maintain in place adequate barricades, guards, planking, plating, signage, warning lights, etc., at and around excavations. 3.7 All exterior underground conduit, concrete encased ducts, and direct buried conductors shall be protected against future excavation damage by placing a plastic tape warning marker in each trench during backfill. Tape shall be 6 inches wide with black letters identifying the type of service. Tape shall be equal to that manufactured by Seton. Install tape full length of the trench approximately 18 inches above and on the centerline of the conduit, duct or conductor. END OF SECTION EXCAVATION, BACKFILL AND SURFACE RESTORATION 260509-2 cc U') C M g ct::o W C LLJ -.J>:J C-) �- }U _ LL C U CD 0 N EXCAVATION, BACKFILL AND SURFACE RESTORATION 260509-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS PART 1 - GENERAL t 1.1 This section pertains to the use of copper conductors, 600V insulation class. PART 2 - PRODUCTS 2.1 All conductors shall be copper: conductors shall be insulated for 600 volts. , 2.2 Insulation types referenced are those of NEC. All conductors shall be UL labeled and shall be marked for size and type at regular intervals on its length. Conductors #8 and larger shall be stranded; #10 and smaller may be stranded provided approved terminations are used. 2.3 Types of conductor insulation for general use may be any of the following, subject to limitations listed, in addition to those in the NEC: A. Type THHN - restrictions - do not use for conductors in slab. Do not use in wet locations. B. Type THWN - no restrictions. C. Type XHHW - no restrictions. 2.4 Use conductors such as type FEP with high temperature insulation as identified in the NEC for connections to resistance heating elements or in other areas subject to temperature exceeding the rating of THWN, XHHW or THHN. 2.5 Color Coding — The use of colored commercial building wire is encouraged. A. On 208/120 volt, three phase and 240/120 volt, single phase grounded systems, wK colored black, red and blue shall be used for phase conductors. Neutral wires onse s &b.ms h II be white. If conductors No. 4 AWG or larger are not available in white ite apes neutral may be a black wire identified with white tape, minimum size 0.50.9 _ Zed IIII ee around at the following points: -n ...t r -<I- 1. At each terminal. o� s 2. At each conduit entrance. tr7C $ 0 3. At intervals not more than 12 inches apart in all accessible enclosureO* r Ca B. On 480/277 volt, three phase system, wires colored brown, orange and yellow shall be used for phase conductors. Neutral wires on these systems shall be gray or other NEC acceptable means for distinguishing each system grounded conductor from another. If conductors No. 4 AWG or larger are not available in the proper colors, black wire may be used with 0.50 inch tape bands of the proper color at the following points: 1. At each terminal. 2. At each conduit entrance. 3. At intervals not more than 12 inches apart in all accessible enclosures. C. Equipment grounding conductors shall be green, or for 4 AWG and larger may be completely taped green, at all accessible points. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS 260519-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 Go D. 1coYo-circuits shall be red with individual wire identification on each conductor. 92 0 WE. fiheffi-nisting wiring systems (remodel work or building additions) have different color ^ codirghnsult the Engineer concerning matching existing wire color coding and phasing. J 2.t'~Wir zer�uraacity shall equal or exceed its overload protective device. Where wire sizes shown („Lon tl drams are greater than the apparent ampacity requirements, the size shown shall prevail to cempense for voltage drop. In no instance shall conductors be installed that are less than reqLftd by N.E.C. Minimum conductor size shall be No. 12 AWG except No. 14 AWG may be used only for control wiring or where otherwise specifically shown. 2.7 When necessary to use a lubricant for pulling wires, lubricant must be listed by Underwriters' Laboratories, Inc. Only cable lubricants approved for the type of jacket material or insulation shall be used, and must be of such consistency that it will dry completely when exposed to air. Lubricant must leave no obstruction or tackiness that will prevent pulling out old wires or pulling in new wires or additional wires, and, after drying, must leave a film of lubrication which will promote easy movement of the wires. The lubricant shall contain no waxes, greases, silicones, or polyalkylene glycol oils or waxes. Lubricant shall be Ideal "Yellow 190", 3M "WL" Wire Pulling Lubricant, or approved equal. 2.8 Splices No. 10 AWG and smaller shall be made using the following: A. Preinsulated spring pressure connectors as follows: ITT Holub "Freespring", with metal grip threads 3M "Scotch -Lok", Ideal "Wingnut", Thomas and Betts Type "PT", or Buchanan "B Cap". Other hard insulated wire connectors which have bakelite or ceramic insulation are prohibited. (Non-metallic thread connectors shall not be used.) 2.9 Splices No. 8 AWG and larger shall be made using the following: A. Approved crimp type connectors with special crimping tool; T&B, Burndy, Buchanan or approved equal. Joints and free ends shall be covered with tape or approved moistureproof insulating kits. Applied insulation shall exceed 150 percent of conductor insulation voltage rating. B. For two or more taps use Power Distribution Blocks by Square D, Gould, Taylor, Ilsco or • Connectron. 2.10 Wiring in vertical raceways shall be supported with strain relief devices; Kellam's grips or approved equal. 2.11 Connections to equipment shall be made with pressure type terminals. On stranded wire, use spade type terminals or terminals approved for use with stranded wire. Connections shall contain only single conductors unless approved for multiples. A. For conductors No. 10 AWG and smaller, applied crimp type terminals shall be T&B "Sta Kon" ` or approved equal. B. For No. 8 AWG and larger conductors, applied crimp type terminals shall be Bumcly, T&B or approved equal. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS 260519-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 ? 2.12 Where tape is applied over wires and connectors on 600 volt or lower voltage applications, it shill consist of a minimum of two (2) half lapped layers of Scotch "88" or Plymouth No. 4,240 for both indoor and outdoor applications, except Scotch 33 Plus or Plymouth No. 4453 is acceptable for use indoors. `. 2.13 Where fireproofing of cables is noted on the drawings or required by Code, each cable shall be arc and fireproofed with one (1) half lapped layer of Scotch Brand 77 Electric Arc and Fireproofing Tape. Tape shall be secured with a 2 layer band of Scotch Brand 69 Glass Electrical Tape over the last wrap. Installation shall comply with manufacturer's recommendation. 2.14 Where installed underground, splices and terminations shall be listed and approved for waterproof application. Utilize kits approved for the application. PART 3 - EXECUTION 3.1 Branch circuit conductor identification means shall be permanently posted at each panelboard and switchboard. This identification shall be installed on the inside of the door and shall identify conductor colors for each voltage system in the building. Provide identification at all new panelboards and existing panelboards utilized within this project. 3.2 Conduit systems shall be clear and clean before pulling wire. Branch circuit conductors shall be pulled without resorting to levers or heavy pulling devices. 3.3 Cable pulling tensions shall not exceed recommended values. 3.4 Group ungrounded and grounded circuit conductors for each multiwire branch circuit by cable ties in panelboards and tap boxes. 3.5 Each branch circuit or multiwire branch circuit shall have its own dedicated neutral. Group neutral conductors with phase conductors by wire ties in each enclosure where multiple neutrallprovided. 3.6 Control conductors shall not be run in same raceway with branch circuit or motogi6uit Chduct=. 0 �i 3.7 Unless noted otherwise on the drawings, a maximum of 8 conductors shall be i edJaa br circuit conduit. This maximum is a count of all phase and neutral condorwf, gr and conductors are not counted when determining maximum fill for this purpose. :<m a (n 3.8 Wire tags shall be provided on all main and feeder conductors in all pull b�wi*aysIP panelboard and switchboard wiring gutters. Tags shall identify wire or calle nun*er and/or equipment served. Tags shall be of flame resisting adhesive material, T&B Type WSL 6Aapproved equal. 3.9 Perform meggar tests on all feeders and motor branch circuit conductors prior to energization of circuits. Provide documentation in standard NETA format to the Engineer for review. Do not run meggar check on solid state equipment. END OF SECTION LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS 260519-3 City of Iowa City Parking Garage Maintenance Program 2018 Proj@§t April 13, f,Q18 c T�'i18fi�.0� �Wjf Q w c 26'0 26 . r UNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.1 Wo$Q incluQs grounding and bonding of system neutral, equipment and conduit systems to comm to requirements of NEC and as detailed on the plans and in the specifications. PART 2 - PRODUCTS 2.1 Grounding rods shall be copper clad, molten -welded copper to steel; unless otherwise designated, 0.625 inch diameter x 10 ft. long. 2.2 Clamps and continuity devices shall be non-ferrous material, UL approved. Connections to ground rods and all underground connections shall be 'Thermoweld" or "Cadweld". 2.3 Ground conductors shall be insulated, identified by green insulation or by painting or taping green at all accessible locations and shall be connected with approved connectors and terminators to boxes, devices, equipment, etc. and to ground bars in panels. PART 3 - EXECUTION 3.1 Provide a listed intersystem bonding termination system with capacity for a minimum of 5 - #6 bonding conductor terminations. Locate external to the service entrance equipment and connect to the grounding electrode system. 3.2 Wiring devices shall be connected with grounding jumper from ground pole on device to grounding screw in the outlet box. 3.3 The complete metal conduit system shall be used for the equipment grounding system. Conduit systems and associated fittings and terminations shall be made mechanically tight to provide a continuous electrical path to ground and shall be safely grounded at all equipment by bonding all metallic conduit to the equipment enclosures with locknuts cutting thru paint or enclosures. Bond all conduits entering main breaker panel, and secondary service entrance switchboard with a ground wire connecting the grounding type bushings to the equipment ground bar. Conductors shall be sized per NEC Tables 250.66, 250.102 and 250.122. Bond all communications conduit systems to ground. 3:4 In addition to using the conduit system for grounding, a complete auxiliary green wire equipment grounding system shall be installed, continuous from main ground, thru distribution and branch circuit panelboards and paralleling all feeders and branch circuit wiring. Grounding conductor sizes shall comply with NEC Table 250.122, minimum size shall be #12 copper except #14 on control circuits. This shall apply to all circuits rated 100 volts or more above ground potential. A. Connect ground terminal on wiring devices to auxiliary green wire equipment grounding system. 3.5 Cord connected appliance frames shall be grounded to the equipment grounding system thru a green wire in the cord. 3.6 Equipment mounted on vibration isolation hanger and supports shall be bonded so bond does not transmit vibration. Size bond to match equipment ground conductor. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 3.7 A green grounding conductor shall be installed in each non-metallic conduit and all flexible conduits, including exterior underground conduits. 3.8 System neutral connections shall be insulated from metal enclosures except at the neutral of the service entrance equipment and on the neutral of a separately derived system. Connections to the main switchgear enclosure shall be by means of bonding jumpers. 3.9 The building neutral shall be identified throughout with white conductors. Where there are neutral conductors from a separately derived system (such as 120/208 volt, 3 phase, 4 wire where the main building service is 277/480 volt, 3 phase, 4 wire) the neutrals of the two systems shall be separately identifiable per NEC Article 200. 3.10 Steel frame buildings and metal exterior coverings on buildings that are not effectively grounded shall be grounded thru a low resistance grounding system whether or not a lightning protection system is required. Ground metal exterior coverings and metal roofs with minimum #4 copper conductor at a minimum of two points, intervals not exceeding 100 feet. Ground steel frame buildings at each corner with maximum of every 60 ft. around the outside perimeter by cadwelding #2/0 (#4/0 for buildings over 75 ft. tall) copper conductor to steel columns and extending below ground to driven ground rods; top of 0.625 inch x 10 ft. ground rod shall be minimum of 1'2 inches below finished grade and 3 ft. out from building foundation. Bond the water service, street side of water meter, to the adjacent perimeter steel column with #4/0 insulated copper conductor. Sleeve all concrete foundations and masonry walls with PVC sleeve. 3.11 Where metal covers on pull boxes and junction boxes are used, they shall comply, with tho grounding and bonding requirements of NEC Article 250. 1, 3.12 To supplement driven ground rods, provide a system of caisson grounds where identified on the drawings. Drop a #4/0 bare copper conductor to the bottom of the drilled caisson anis bond to rebar steel before concrete is poured. Extend the unspliced #4/0 bare copper to the building ground bar. ,at 3.13 Connections to driven ground rods or other such electrodes shall be a minim Q co feeticp� the foundation wall or beyond the roof drip line, whichever is greater. D:=i , CJ-< .� 3.14 The electrodes (driven ground rods) of the electrical grounding system shallZ"e t*d fOt 7he electrodes for the lightning protection system, and vice versa. However, thewcrw sgemsjp"ll be bonded together at one point per NEC. $ 3.15 Grounding Systems Tests a r A. Visual and Mechanical Inspection: Inspect ground system for compliance with plans and specifications. 1. Electrical Tests 2. Perform 3 -point fall -of -potential test per IEEE Standard No. 81, Section 9.01 on the main grounding electrode of system. 3. Perform the 2 -point method test per IEEE No. 81, Section 9.03 to determine the ground resistance between the main grounding system and all major electrical equipment frames, system neutral and/or derived neutral points. 4. Alternate Method to 2) above: Perform ground continuity test between main ground system and equipment frame, system neutral and/or derived neutral point. This test shall GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 be made by passing a minimum of ten amperes DC current between ground reference system and the ground point to be tested. Voltage drop shall be measured and resistant calculated by voltage drop method. B. Test Values: The main ground electrode system resistance to ground should be no greater than five ohms. C. Measure neutral -to -ground insulation resistance with neutral disconnect link temporarily removed. Report resistance level. Investigate and correct low resistance levels. Replace link before re -energizing system. END OF SECTION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-3 aD v') Q 0 �CD c w _J>: r f'- c UC m O le GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 This specification section covers common conduit systems, boxes, firestopping and sleeves. Where other methods are specified under separate sections for specific applications, the specific application requirements shall govern. 1.2 Refer to Section 26 05 05 Firestopping and Division 07 for firestopping requirements. 1.3 Refer to Section "Communication System Pathways and Support Equipment' for future communication system. PART2- PRODUCTS 2.1 Conduit Type - Application (Use only conduit types listed) A. Conduit - Rigid or Intermediate Grade Galvanized Threaded. Application - restrictions - (Not to be used in): 1. Direct buried in corrosive soils. 2. Corrosive atmospheres. B. Conduit -Rigid Aluminum threaded. Application - restrictions - (Not to be used in): 1. Underground. 2. Corrosive atmospheres. 3. In concrete. C. Conduit - Thinwall EMT. Application - restrictions - (Not to be used in): CDa D 1. Poured concrete. i 2. Exposed to weather. cs-C — �- 3. 4. Underground. ::qc.) Exposed in mechanical equipment or other equipment/process roort75r*ilov=6 inch 5. Hazardous or corrosive atmospheres. o= Q 6. Not to be used for medium voltage (2001 volts or higher) cable. Se 7. Not to be used in utility tunnels. D D. Conduit - PVC Type 40 (Schedule 40) rigid, conforming to ANSI, NEMA specifications and each length UL labeled. Application - use limited to: 1. In or under concrete slabs on grade where permitted by electric legend on the drawings. 2. Exterior use when encased in 3 inch concrete. 3. Direct buried, underground when indicated on drawings. E. Conduit - PVC, NEMA Type TC 6, rigid, conforming to ANSI, NEMA specifications and each length UL labeled. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13,298 TH SUU1809600 Y (jf FC= O plida# - use limited to: J n vr— +- 540or use when encased in 3 inch concrete, for duct bank use only. c_ 1< ELF.�n&Xd Wlexible Metal (Greenfield type), galvanized steel or aluminum. RplicalSh - use limited to: 1. Connection to lighting fixtures; not over 6 ft. in length. Note: Metal -Clad Cable: Type MC may be used for fixture whips only; must contain green insulated ground conductor, be limited to 6 ft. in length and must use UL approved connectors. 2. Narrow movable partitions where other raceways are not practicable, when approved by the Architect or Engineer. 3. Connections to transformers, dynamic equipment and for motors only when in air streams or plenums. 4. In existing walls for remodel projects, vertical drops to outlets and switches; no more than 3 ft. out the top of the wall. G. Conduit - Liquidtight Flexible Metal. Application - use and limitations: 1. Connections to all motors, except in air stream or plenum. 2. Connections to controls on dynamic equipment, transformers, etc., outdoors and indoors in wet locations. 3. Use not permitted underground or where subject to physical damage. H. Plastic jacketed rigid steel conduit shall be ETL performance verified. Application — use in corrosive atmospheres including swimming pool areas, pool equipment rooms, chlorine storage areas, etc. and other areas as noted on the drawings. I. Conduit Reinforced Thermosetting Resin RTRC shall meet UL 1684 for extinguishing flame aad shall not contain any compounds that release halogens. Application use limited to: 1. In or under concrete slabs on grade where permitted by electric legend on drawings. 2. Exterior uses when encased in 3" concrete. 3: Direct buried, underground when indicated on drawings. `.,3 4 Exposed corrosive atmospheres including pool equipment rooms, chlorine storage areas, etc. and other areas as noted on drawings. 5, Where subject to physical damage shall be identified for use i.e., types RTRC-X W. 2.2 Conduit sizes A. Conduits shall be 0.75 inch minimum size except 0.50 inch size may be used for switch legs and flexible connections to lighting fixtures. 2.3 Conduit Fittings A. Fittings and workmanship shall ensure electrical continuity. All conduit systems in poured concrete shall be concrete tight. B. Application of bushings, locknuts and insulated fittings shall comply with NEC requirements. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 C. Use conduit fittings as manufactured by Efcor, Steel City, Raco, Midwest, Appleton, ETP / O -Z / Gedney, American Fitting Corporation or T&B, equal to the following catalog numbgrs: 1. Rigid and intermediate conduit i • all fittings, couplings and connectors shall be threaded type. t • grounding bushings, malleable iron; insulated; Steel City BG -801; Midwest Series GLL. 2. EMT • fittings shall be all steel, set screw or compression type, concrete tight. • set -screw type couplings; Midwest Series 460; Steel City TK 121; Appleton TW 50S. • compression type couplings; Midwest series 660S; Steel City TK111:; Appleton TWC50CS. • set -screw type connectors; Midwest Series 450; Steel City TC 121; Appleton TWC 50S. • compression type connectors; Midwest Series 650; Steel City TC111; Appleton TW50CS. 3. Flexible metal conduit • malleable iron, "squeeze" type, non -insulated; Midwest series 1708; Steel City XC 901; Appleton 7481V. (For lighting fixture whips only - all steel or die cast screw in connector; Midwest 771; Steel City XC 241; Appleton SGC 5013C). 4. Liquid tight conduit • steel or malleable iron; Midwest Series LT; Steel City LT 100; Appleton ST. 5. PVC Type 40 and Type TC -6 • couplings and fittings socket type solvent weld, coupling and solvent by same manufacturer as conduit. 6. RTRC • Coupling and fittings socket type adhesive jointing. Coupling and adhesive by same manufacturer as conduit. Gasketed jointing system may be used underground where encased in conduit. 2.4 Boxes A. Junction boxes and pull boxes shall be code gauge galvanized steel A ulfile sere fasteners and galvanized steel covers. D �, n -G B. Outlet boxes all steel construction with galvanized or plated finish or otheMko all'Aetal„ U& Steel City, Appleton, Crouse Hinds, R&S or Raco. 1. Lighting fixture outlet boxes 4 inches square or octagonal, 2.125 incheiAp, h O.XM inch fixture studs. Equal to Steel City Series 54171; Series 52171 N*Pi 1 stuT. Fixtures weighing more than 50 lbs. shall be supported independently owe outhrt box. 2. Flush mounted device outlet boxes shall be minimum 4 inches square. r"lprovide extension rings as required. Use Erico Caddy No. 1-12-3 mounting support plate where metal studs are used. 3. Device rings in finished masonry or tile walls shall be square corner masonry type with no extended ears, to allow flush mounting of plates. 4. Surface mounted device boxes shall be cast "FS" type or special surface mounted boxes for use with surface raceway systems. C. Floor boxes shall be UL listed for its application as manufactured by Hubbell, Steel City, Walker, Raco or Wiremold. Drawings identify material type. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 D. Provide water tight boxes, slip expansions and bonding jumpers where dictated by Ujonstrogon conditions. 0 E. err3,ons at boxes shall be secured by locknuts or approved bushings. = W 2.W Surface jRaceways �A. a"mzover types by Mono -Systems, Panduit or Wiremold / Walkermold with prime gray (,j_ !&sfF06mel finish coat to match room finishes in remodel areas). Application - permitted fly wh5R specifically shown on the drawings. A 1. Fittings, boxes and extension rings: Furnish manufacturer's standard accessories; match finish of raceway. 2.6 Sleeves and Openings A. Sleeves and formed openings shall be placed in walls, partitions, floor slabs and poured concrete roof decks for the passage of conduit, cable, wireway, cable tray and bus duct. Sleeves and formed openings are not required: 1. In floor slabs on grade. 2. Where conduit is installed before the wall, partition or slab is constructed. 3. Openings are cut for conduit passage and patched with equal or comparable material to close the space around the conduit. 4. In stud and gypsum board or plaster walls and partitions which are not fire rated. 5. For conduit passing thru masonry walls and partitions and stud and gypsum board or plaster walls and partitions. Sleeves are required however, for which expansion, contraction and other movement can be expected. 6. In core drilled openings in solid concrete not requiring water protection. Sleeves are required, however, at core drilling thru hollow pre -cast slabs and concrete block walls, to facilitate containment of required firestopping material. 7. In large floor openings for multiple pipe and duct risers which are within a fire rated shaft, unless the opening is to be closed off with concrete or other material after conduits are set. 8. Sleeves for passage of conduit and cables shall be schedule 40 black steel pipe or galvanized rigid conduit. Rectangular sleeves for cables, wireway, cable tray and bus duct shall be 18 gauge galvanized steel in poured concrete floors, walls and roof decks; 26 gauge galvanized sheet steel in other than poured concrete. 9. Sleeves shall be sized to afford 0.25 inch to 0.75 inch clearance space. 2.7 In. areas having special membrane waterproofing in or on the floor slab, a Josam 26420, or equal approved by the Engineer, riser sleeve with clamping ring and auxiliary conduit sleeve extending 4 inches above finished floor or 8 inches above finished roof shall be used. Waterproofing membrane for roof and floor construction shall be secured by the clamping ring. These are to be used in areas having special membrane water -proofing in or on the floor slab and at roof decks. 2.8 Multiple conduits extending through the roof may be fitted with a manufactured pipe curb weatherproofing assembly equal to Pate # pca, Ipca and mpca as an alternative to that specified in paragraph 2.7 above. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 2.9 Escutcheon plates shall be split -ring chromium plated pressed steel. Plates shall be sized to cover the surface penetration and sleeve. Plates shall be installed on exposed piping in finished rooms and areas where conduits penetrate walls, floors, ceilings or overhead structure. 2.10 Anchors and Fasteners A. Anchors and fasteners shall be of a type designed and intended for use in the base material to which the material support is to be attached and shall be capable of supporting the intended load and withstanding any associated stresses and vibrations. B. In general, screws shall be used in wood, masonry anchors on concrete or brick, toggle bolts in hollow walls, and machine screws, bolts or welded studs on steel. C. Nails shall not be used except for temporary support or for light loads in wood frame construction. D. In outdoor locations or other corrosive atmospheres, the anchors and fasteners shall be non- corrosive or have suitable corrosion resisting coatings. PART 3 - EXECUTION 3.1 Conduit shall be run concealed in all finished areas of new construction and elsewhere unless specifically indicated or upon specific permission by the Architect. All conduit shall parallel building lines. 3.2 Conduit shall be run overhead and shall not be run in or below concrete slabs unless specifically indicated on the drawings and in the legend on the drawings. 3.3 Where feeders are permitted to be run below floor slab on grade, they shall be installed in non- metallic conduit encased in 3 inch concrete using galvanized rigid steel or RTRC (equal to Champion Fiberglass) elbows with all necessary fittings and couplers. (NOTE: Where not required to be run overhead, branch circuits may be installed in 1 inch or smaller Schedule 40 PVC conduit below the vapor barrier, shall have a minimum of 6 -inch fill over the conduit below the vam barrier without concrete encasing the PVC. The 90 degree elbow and stub up shall bValvar d rigid steel). *S2 v 3.4 All conduits installed below concrete slab on grade shall have a minimum of 6 -ice filgver t conduits in order to prevent accidental damage to conduits should the floor bet�wif in t future. Gm = 3.5 Conduits shall not be installed above the vapor barrier in concrete floors poured orf9?ade.$ 3.6 Conduit crossing building expansion joints shall have expansion provisions with grounding continuity; use special expansion fittings or other NEC approved method. Refer to the Architectural and Structural floor plans and details for locations of expansion joints. 3.7 Do not install wall -mounted boxes back-to-back in opposite sides of wall; in stud walls, boxes shall be on opposite side of studs. In acoustic rated and fire rated walls boxes shall be separated a minimum of 24 inches. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2818 THP #18.00 Q 10 C Yp .� 3Boxi nctTxj9;arwise accessible in ceilings and walls shall be made accessible by installation of J hint/ 6121 izcess panels. Refer to Section 26 05 04 -Basic Electrical Materials and Methods. 39'. Usa;;Rst�4 boxes for installation in slab on grade; formed steel boxes are acceptable for other LL inst&atigp;:;E as O _ 3.10 Worgshall be so planned as to: A. Minimize the number of offsets and junction boxes. For feeder conduits, use all long radius conduit bends or accessibly located large junction boxes with screw covers. B. Generally run conduit and conductors as high as practicable against underside of floor slab in concrete construction or immediately below the top chord of bar joist construction unless otherwise shown. This high level zone shall be used for running electrical raceways. Running conduits promiscuously at various levels and directions will not be acceptable. Runs at bottom chord level or ceiling grid level will not be acceptable. C. Where spray on fireproofing is used, coordinate with the General Contractor about installing supports, panel feeders and larger conduits before fireproofing is applied. Branch circuit conduits and smaller size conduits may be run as high as possible on stud walls that go all the way up to the structure; this will minimize damage to spray on fireproofing. Patch and repair damaged spray on fireproofing caused by electrical installation; conduits shall not be fully covered with fireproofing. D. Coordinate activity in advance to avoid interference with other trades. E. Provide access to all junction and pull boxes. F. Maintain 6 inches from conduit to paralleled hot water piping and 4 inches from cross piping and 12 inches from generator exhaust piping. 3.11 Secure feeder conduit to basic structural elements with galvanized strap hangers and clamps; use of trapeze type hangers is encouraged for multiple conduits where space will permit. Galvanized metal clamps and screws may be used for attaching and supporting branch circuit conduit. Non- metallic fasteners shall not be used except plastic inserts may be used in concrete for small conduits.Vertical conduits shall be supported at each floor by clamps. .3.12 Surface mounted horizontal and vertical conduit supports on walls up to a height of 7 feet -0 inches above the floor shall be one or two hole sheet metal pipe straps. Pinch type hangers similar to Minerallac type may only be used at heights greater than 8 feet -0 inches. The use of pinch type hangers similar to Minerallac type are expressly prohibited on ductwork, air handling units and other mechanical equipment below 8 feet -0 inches. 3.13 During construction temporarily cap open ends of conduit. Caution trades to take special care of runs in concrete slabs during pouring. 3.14 Empty conduit installed for communications use or for future systems shall have an insulated pull wire or heavy nylon cord inserted for use in pulling wires. 3.15 Pull mandrel or large swab thru conduit to ensure freedom from debris before pulling wires. Use pulling lubricants sparingly. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 3.16 Sleeves for passage of conduit, cables, wireway, cable tray and bus duct shall be placed in the initial stages of construction before concrete, masonry and other general construction activity. Means shall be taken to ensure that the sleeve will not move during or after construction. Beams, columns and other structural members shall not be sleeved except upon approval of the Architect: 3.17 Length of wall sleeves shall be such that the sleeve ends are substantially flush with both sides of the wall or partition. Floor sleeves shall be flush with the bottom and top of the floor slab except, in mechanical rooms and other areas which might have water on the floor, sleeves shall project a minimum of 1 inch above finished floor. Refer to the following paragraph for qualifications and exceptions relating to firestopping. 3.18 Refer to 26 05 05 Firestopping. Sleeves which are a part of firestopping assemblies shall conform to the requirements of the assembly with particular emphasis regarding size, annular space, length, passage or non -passage of insulation and the installation of the sleeves. 3.19 Where firestopping is not required, the annular space between the sleeve, core drilling or opening and the conduit, cable, cable tray, bus duct and raceway shall be closed with caulking to retard the passage of smoke. 3.20 Where permitted by OBC Section 712 Penetrations, metallic conduits requiring no pipe sleeves in passing thru concrete floors or concrete or masonry walls and partitions, the annular space shall be closed full depth of the penetration with materials and methods compatible with the floor, wall or partition material (concrete, grout or mortar). 3.21 Openings for multiple conduits extending through floors where water protection is required (mechanical rooms, kitchens, other potentially wet areas) may be protected with a 4 inch high by 4 inch wide concrete curb with chamfered corners in lieu of individual sleeves. These concrete curbs may be used in lieu of the Josam 26420 riser sleeve and clamping ring provided the floor membrane and curbing are arranged to maintain the integrity of the membrane. 3.22 Conduits, wire and cables entering from outside the building shall be sealed water and moisture tight. Seal between conduit and sleeves, conduits and core drilled holes and around conductors inside conduits. 3.23 Conduits extending through the roof shall be made watertight by means compaliT]le with-Ae roofing; system and as directed by the Roofing Contractor (the company who presentl*d2s t% warMR. on the roof) and approved by the Engineer. �� a 3.24 Power actuated fasteners of any type are prohibited in occupied buildings. Thg1mcludes anrprp�s which are driven into place by any device which produces an impact force 6�cTe �a p r charge, compressed air, gas or any other propellant. n 3.25 All conduit terminations to be equipped with locknuts and bushings. Conduits 1-1/2tFjpches and larger shall have insulating bushings, grounding lug and shall have locknuts inside and outside the enclosure. 3.26 Outlet Box Installation A. Set box square and true with finished building surfaces and trim. B. Secure boxes firmly to building structure. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 C. Verify location of outlets and switches in finished rooms with Architectural Drawings of interior details and finish. In centering outlets and locating boxes, allow for overhead pipes, ducts and mechanical equipment, variations in fireproofing and plastering, window and like, and correct any inaccuracy from failure to do so without expense to the Owner. D. Maintain symmetry of all outlets as closely as possible contained within Architectural Elevation. For example, the Contractor shall center light fixture over doorway or receptacle in section of masonry wall, if shown in that approximate position. If receptacle is shown in same location as counter or bench, determine countertop height and set receptacle to clear top and trim of counter and render outlet easily accessible. E. In the event of conflict between locations of electrical outlets as shown on the Electrical Drawings and on the Architectural Drawings, outlets shall be installed in accordance with the latter. F. Locate light switches on latch side of door and verify door hinge location in field prior to switch outlet installation. G. The Owner reserves the right to relocate any device as much as 10 feet -0 inches (measured horizontally) from its indicated location at no additional cost, provided the contractor is notified prior to roughing that device in. 3.27 Contractor shall record carefully on a set of "as built' prints the exact location of all feeder conduits. 3.28 Unless noted otherwise on the drawings, a maximum of 8 conductors shall be installed in a branch circuit conduit. This maximum is a count of all phase and neutral conductors only - ground conductors are not counted when determining maximum fill for this purpose. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-8 co In END OF SECTION Q Q YC) W c UJ - UJ— J J�- m O O N RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-8 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 Equipment Identification A. Identify all the following items with laminated plates: 1. Unit substations, medium voltage and secondary distribution switchgear, and switchboards, including all subassembly switches. 2. Every motor, lighting and equipment controller and disconnect switch. 3. Panelboards. B. Nameplate on motor controllers, disconnect switches, automatic transfer switches, switchgear, switchboards, panelboards and transformers shall indicate source, voltage, disconnect location, and load served. C. Branch circuit panelboards: 1. Identify panel designation on directory card within the panel. 2. Fill out branch circuit directory indicating circuit number and area served, rooms, group of rooms, lighting, convenience outlets, motors, etc. Card index shall be neatly typed. 3. Update or replace branch circuit directory in existing panelboards in areas of alteration. 4. Branch circuit phase conductor color format shall be permanently identified inside each panelboard. D. Conduit and junction boxes: 1. Color code or label all junction boxes and exposed conduit at 20 ft. intervals. Coding shall be painted or labels of the pre manufactured type permanently mounted with metal or plastic band. 2. Provide a color identification scheme under heavy plastic cover hanging in the electrical rooms; identification shall be: a. Emergency - Orange - b. Normal - Black o aa - c. Fire Alarm - Red ZEQ -=a' E. Wire identification: c-.* — r �n J 1. Identify communications and signaling system wiring and branch cnr'4_c wiigg by it number in panels and motor control center wiring gutters by means 6DrmInt dole wire markers wrapped around or fastened to conductors. This shall 0 done'ncurrently with pulling of conductors. 2. Wiring or fiber cabling installed by Contractor for termination by Owner's vendor such as for telephone or data systems shall be identified at both ends utilizing the alpha/numerical identification schedule established by the system vendor. F. For disconnecting means where power can be backfed (like tie breaker) provide permanent sign at disconnecting means saying: 'DANGER - CONTACTS ON EITHER SIDE OF THIS DEVICE MAY BE ENERGIZED BY BACKFEED.' Also, provide a single -line showing local switching arrangement on permanent sign. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 PART 2 - PRODUCTS 2.1 Nameplates A. Nameplates shall be laminated phenolic with black surface (red surface for emergency) and white core. Use 0.0625 inch thick material for plates up to 2 inches x 4 inches and 0.125 inch thick for larger sizes. The lettering shall be Condensed Gothic with space between the lines equal to the width of the letters. Use 0.25 inch minimum height letters on the small plates increasing the size proportionately to plate size. B. The lettering on the plate shall indicate the name of equipment, the specific unit number, voltage, phases, which panel, switchboard or motor control center the equipment is served from, and any other reference data pertinent to the operation. Names and numbers shall coincide with those listed on the drawings. Sample: Panel 3A; 277/480 V, 3 phase, 4 wire, served from unit substation USI. PART 3 - EXECUTION 3.1 Nameplates shall be secured with screws, one on each end. END OF SECTION IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-2 r— Ln 4 0 CE2 UJ a LLJ -J>- .J c3 y c� c Q ~a U3 m O END OF SECTION IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 05 65 SPECIFIC WIRING APPLICATIONS PART 1 - GENERAL 1.1 Specific wiring applications are identified. Refer to applicable sections of the specifications. PART 2- PRODUCTS 2.1 Materials and equipment shall be as indicated on the drawings and in the specifications. PART 3 - EXECUTION 3.1 Final connections to fixture pigtails shall be made with approved pressure connectors such as 3M "Scotchlok". 3.2 Miscellaneous Equipment Connections A. Roughing in drawings for equipment shall be obtained from the Engineer as the time approaches when such equipment is required. (Allow a reasonable period from the time of notice to secure this information.) END OF SECTION T C) *inao D� m �o =fit— m a =E D F N SPECIFIC WIRING APPLICATIONS 260565-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 09 23 LIGHTING CONTROL DEVICES PART1- GENERAL 1.1 Lighting control devices are identified on the drawings per legend symbols or as specifically noted. Catalog numbers from acceptable manufacturers for the common wiring devices shall be as listed herein. Catalog numbers are not listed for all devices. Other devices, such as key switches, clock hanger outlets, etc. shall be furnished by one of the manufacturers listed and shall be equal in quality to the device series listed. 1.2 When shop drawings are required for wiring devices the submittal shall be comprehensive for all wiring device configurations listed in the legend and for devices specifically noted on the drawings, including wall box dimmers, occupancy sensors and load control relays. PART 2 - PRODUCTS 2.1 Toggle type AC switches shall be listed by Underwriters Laboratories, Inc. Switches shall be 20 ampere, 120/277 volt AC and ivory (select color) in color unless noted otherwise. Acceptable General Red Pilot Illuminated Manufacturer Purpose Lighted Handle Momentary Eaton AH1221 series AH1221 PL series AH1221 LT series 1995 series Bryant 4901 series 4901 PL series 4901 GL series 4921 series Hubbell HBL1221 series HBL1221 PL series HBL1221 IL series HBL1557 series Leviton 1221-S series 1221 PL series 1221 LH series 1257 series P&S PS20AC2 series PS20AC2 RPL series 20AC1 SL series 1251 sbries 2.2 Provide a device plate to suit each particular application. Cover all empty outlet boxes with a blank plate. Coverplates shall be manufactured by Pass and Seymour, Hubbell, Cooper, Bry9l, Leviton or Mulberry; Taymac is an acceptable manufacturer for weatherproof non- allic wverplates Multi -Mac Series, "While -In -Use" type, 3.5 inches depth, opaque grey, locking tgMaMrk�"EX1 " Duty". >:: i � +� C-) -< r 2.3 In finished spaces, wall plates shall be nominal .032 inch thick, made of 302 hitCkel stair steel with brushed satin finish and beveled edges. Screws shall be metal with a rs�k h and finished to match plates. Sectional plates will not be permitted. Esm a PART 3 - EXECUTION D t w 3.1 Locate devices as shown on the drawings, coordinate exact location with other trades, to avoid interference. Check for potential interference from door swings, cabinets, HVAC equipment and other wall mounted devices. 3.2 Clean debris from device boxes prior to installation of devices. Adjust devices and coverplates to be flush and level. 3.3 Functional Testing — Lighting control devices and control systems shall be tested to ensure that control hardware and software are calibrated, adjusted, programmed, and in proper working condition in accordance with the construction documents and manufacturer's installation LIGHTING CONTROL DEVICES 260923-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 instructions. When occupant sensors, time switches, programmable schedule controls, or photosensors are installed, at a minimum, the following procedures shall be performed: A. Testing shall be performed by equipment supplier. Provide report certifying operation and performance level to Engineer. END OF SECTION LIGHTING CONTROL DEVICES 260923-2 r If7 Q W Q �O J}' J r— "'— LL oc cc F—a C -3 -:9 -- CD END OF SECTION LIGHTING CONTROL DEVICES 260923-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 09 43 WIRELESS NETWORK LIGHTING CONTROLS PART1- GENERAL 1.1 SUMMARY AND KEY SYSTEM DIFFERENTIATORS A. The lighting control system specified herein shall provide a wireless, distributed, secure, self - healing peer to peer mesh network of controlled luminaires with optional motion sensors for outdoor lighting applications. B. The system shall provide a marked -up site map with all fixture locations, and fixtures shall be labeled (on box and fixture) with corresponding location/type for easy installation. C. The system shall be capable of turning luminaires on/off (where supported by the luminaire) as well as full range dimming. D. The system shall be capable of operating luminaires completely independently, without the need for external control equipment (routers, servers, access points, etc.). The controlled luminaires shall have an internal Real Time Clock (RTC) to support independent operation. The RTC shall be backed with a solid state battery, providing backup power for at least four days with AC power disconnected. E. If required, the controlled luminaires can be shipped pre -commissioned from the factory. F. The system shall communicate wirelessly utilizing long range 2.4GHz ISM radio band (16 channels) and be capable of supporting distances up to 300'. Systems which use other frequencies shall provide documentation insuring range and performances equal to that of the specified system. G. All system components shall be completely contained inside of the luminaire. o_ o O° H. The controlled luminaires shall support multiple schedules including weekdrgCMd ficial Z" (e.g. Holiday) schedules. I. The controlled luminaires shall be able to perform lumen maintenance. :<r J rn _m a J. The controlled luminaires shall support an optional integrated Passive In 4[i (I ) m40 sensor (where available). Each sensor shall be capable of controlling its t fixt re, satellite luminaires within its group, up to four motion zones or the entire network. ro K. The system shall be supplied with a Graphical User Interface (GUI) and USB bridge node to wirelessly interface with and configure the luminaires. L. Device firmware shall be updateable from the GUI and USB bridge node. Firmware updates shall not require a serial or patch cable. M. For security purposes, the system shall not be capable of Internet connectivity or remote access. The system shall support AES -128 encryption for wireless communications. WIRELESS NETWORK LIGHTING CONTROLS 260943-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 r� a W J s LL 1.2 1.3 I not require a third -party 24/7 manned network operations center for systems not require an annual service contract or licensing fees. ;hall provide a 5 -year warranty for all components. A. AES -128 — Advanced Encryption Standard 128 bit encryption key B. FCC — Federal Communications Commission C. HCS — Hubbell Control Solutions D. HLI — Hubbell Lighting Incorporated E. IC — Industry Canada F. ISM Band — Industrial, Scientific and Medical radio frequency band G. NEC — National Electrical Code H. NEMA — National Electrical Manufacturer Association RF — Radio Frequency J. RTC — Real Time Clock SUBMITTALS A. Manufacturer shall provide submittal drawings and data for approval prior to beginning manufacture of equipment in printed and/or electronic formats. B. Submittal package shall include, but not be limited to, the following. Submittals that do not contain all the information listed below will not be considered for approval. 1. Bill of Materials: Provide as part of the submittal package a detailed itemized listing of all proposed equipment, including quantities and capacities for all major system components. 2. Product Data Sheets: Provide as part of the submittal package detailed product data sheets for all major system components. 3. Shop Drawings: Submittal shall include shop drawings that accurately represent the system or systems specified herein. Shop drawings shall include the name of the project, quantity and physical dimensions of all major system components, wire sizes and counts for all required connections between system components. 4. Factory Pre -commissioning and/or Onsite Commissioning Worksheets — must be completed prior to factory pre -commissioning or onsite commissioning start-up. 5. Specifications Compliance: Submit a line -by-line comparison that describes the differences between each specifications requirement and the equipment / systems being WIRELESS NETWORK LIGHTING CONTROLS 260943-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 proposed. Comparison shall include a complete listing of how the proposed equipment / systems differ from that specified with regard to size, quantity, quality, method of control, features and functions, control software functions and installation requirements. 1.4 QUALITY ASSURANCE A. Factory Assembly: All devices shall be factory assembled and tested. All system components shall arrive at the job site complete and ready for installation, requiring only the connection of lighting circuits and wireless update of date and time to the network. B. Component Testing: All system components and assemblies shall be individually tested prior to assembly. Once assembled, all finished products shall be tested for proper operation of all control functions per specifications prior to shipment. C. NEC Compliance: All system components shall comply with all applicable sections of the National Electrical Code (NEC) as required. D. NEMA Compliance: All system components shall comply with all applicable portions of NEMA standards pertaining to types of electrical equipment and enclosures. E. FCC Emissions: All applicable equipment shall comply with FCC emissions standards specified in Part 15, sub -part C for commercial and residential applications and shall bear labels indicating compliance testing. Equipment that does not meet these standards shall not be acceptable. F. All applicable products must be ETL or UL Listed or certified by a Nationally Recognized Testing Laboratory. N G. Manufacturer must have a minimum of ten [10] years of experience m ofactu� lighting controls. :*n v -n 1.5 COORDINATION C,>-< — r 1.6 WARRANTY :gym = M C_ v A. All devices in the lighting control system shall have a 5 -year manufacturer' aFi ang r B. Warranty period shall begin after the completion of the installation and the systeMi s start-up and training, the point at which the system owner receives beneficial use of the control system or 1 year after shipment from the manufacturer, whichever occurs first. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Hubbell Control Solutions a. System: SiteSyncTm Lighting Control WIRELESS NETWORK LIGHTING CONTROLS 260943-3 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 A. System controller shall be mounted inside the garage in a climate controlled space near the panelboard serving the new light poles being provided under this project. The Electrical Contractor is responsible to verify the mounting location of this controller on site with the owner prior to rough -in and shall provide all labor and material for a complete and operational installation. B. The Electrical Contractor is responsible to provide any/all wiring, programming, technician's/factory's time, training, and equipment associated with, and required for, proper installation and operation of this wireless lighting control system. j C. System shall consist of wireless, distributed and intelligent luminaires consisting of but not limited to ON/OFF (where available) and 0-10VDC full range dimming capabilities, and -optional integrated motion sensors. D. Device Firmware and radio firmware shall be upgradable over the air via a USB bridge node. E. System shall use a flood mesh algorithm wherein each repeater broadcasts each packet received (with safeguards against repeating a message more than once). Selection of repeaters shall be done via a system configuration file. F. System shall be self healing. System shall be capable to bypass a failed node without compromising message delivery. G. Controlled luminaires shall be able to maintain accurate date and time using an internal Real Time Clock (RTC). RTC shall be backed with a solid state battery, providing backup power for at least four days with AC power disconnected. WIRELESS NETWORK LIGHTING CONTROLS 260943-4 2. Basis of design product: Hubbell Control Solutions SiteSync or subject to compliance and prior approval with specified requirements of this section, one of the following r manufacturers: a. Q o iLutron itNLight UJ _ 4 %_LC&D L9>:Leviton .J r— ce?t"Encellium �. "I r' Watt Stopper B. � a Zubstilg_ons: �. All proposed substitutions (clearly delineated as such) must be submitted in writing for approval by the design professional a minimum of 10 working days prior to the bid date and must be made available to all bidders. Proposed substitutes must be accompanied by a review of the specification noting compliance on a line -by-line basis. 2. By using pre -approved substitutions, the contractor accepts responsibility and associated costs for all required modifications to circuitry, devices and wiring. The contractor shall provide complete engineered shop drawings (including power and control wiring) with deviations from the original design highlighted in an alternate color to the engineer for review and approval prior to rough -in. 2.2 SYSTEM REQUIREMENTS A. System controller shall be mounted inside the garage in a climate controlled space near the panelboard serving the new light poles being provided under this project. The Electrical Contractor is responsible to verify the mounting location of this controller on site with the owner prior to rough -in and shall provide all labor and material for a complete and operational installation. B. The Electrical Contractor is responsible to provide any/all wiring, programming, technician's/factory's time, training, and equipment associated with, and required for, proper installation and operation of this wireless lighting control system. j C. System shall consist of wireless, distributed and intelligent luminaires consisting of but not limited to ON/OFF (where available) and 0-10VDC full range dimming capabilities, and -optional integrated motion sensors. D. Device Firmware and radio firmware shall be upgradable over the air via a USB bridge node. E. System shall use a flood mesh algorithm wherein each repeater broadcasts each packet received (with safeguards against repeating a message more than once). Selection of repeaters shall be done via a system configuration file. F. System shall be self healing. System shall be capable to bypass a failed node without compromising message delivery. G. Controlled luminaires shall be able to maintain accurate date and time using an internal Real Time Clock (RTC). RTC shall be backed with a solid state battery, providing backup power for at least four days with AC power disconnected. WIRELESS NETWORK LIGHTING CONTROLS 260943-4 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 H. System architecture shall facilitate data transmission between each wireless luminaire over the 2.4GHz ISM Radio Frequency (RF) band with an unobstructed RF range of 300ft between each controlled luminaire. I. System architecture shall support the ability to configure controlled luminaires as wireless repeating nodes or non -repeating nodes. This setting shall be part of the luminaire pre - commissioning if the manufacturer is supplied with an appropriate site map. . J. System shall be capable of securing all wireless messages. When transmitting over the air, each controlled luminaire can be configured to use the strong and secure AES -128 (Advanced Encryption Standard) security cipher to encrypt and decrypt messages. K. System shall be capable of being accessed from a computer running the Windowse Operating System, the SiteSync GUI client application and the SiteSync USB bridge node. L. System shall have an intuitive and easy to use Graphical User Interface (GUI) to configure, control and schedule individual luminaires or groups of luminaires. M. System shall support factory pre -commissioning. If programming is required on site, the system shall remain fully functional during the programming process. Lighting control systems that must be taken "OFF LINE" for programming are not acceptable. All programming changes shall take effect immediately as they are programmed. N. System shall belong to the customer and the SiteSync client application can be installed on =g the customer's own computers. Electrical contractor shall coordinate whichomputer this software gets installed on with the owner and shall provide accordingly. O. The Electrical Contractor shall supply the Site Sync tablet and radio bridod r setu nd future system adjustments as part of this system. Tablet will be turne�'oo r ownsc.aiter system is set up. c _Ji 2.3 WIRELESS CONTROLLED LUMINAIRES o� Z T. A. Controlled Luminaires shall be fully programmable and capable of storir and aS�ionomously execute commands and schedules. The operating scenarios describe belowMall reside within each addressable intelligent controlled luminaire even in case of power outage. Systems which rely on the operator to develop these scenarios using a programming language will not be allowed. B. Standard on all controlled luminaires: 1. Unique network address 2. Radio Script Version Status 3. Radio Channel # 4. Encryption Key 5. Repeater Setting 6. Catalog # 7. Group # 8. Name (Optional) 9. Type (Optional) WIRELESS NETWORK LIGHTING CONTROLS 260943-5 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 10. Pole # (Optional) r— 11. Description 1 (Optional) 12. description 2 (Optional) & 11 hedulles (6) — Includes Weekday and Special Date Schedules UJ 15-1men Maintenance Setting J r— 16� o tion Sensor Settings ce 15 nual Control LL 6185 gnostics Information oe o CF System shall provide repeat capabilities to extend the range beyond normal radio range. D. Distributed Control Each addressable intelligent luminaire and sensor -modules shall be capable of autonomous automatic operation. Operating scenarios discussed above shall not depend on the operation of a central panel or computer. E. Controlled luminaires shall be FCC Certified and IC Certified. 2.4 SITESYNC SOFTWARE A. Graphical User Interface (GUI) 1. Data shall be entered through a simple Graphical User Interface independently of the language of the operating system. The operating system shall be Windows 7 or more F= recent. B. Schedules 1. Up to six (6) schedules may be assigned to controlled luminaires. 2. Each schedule shall allow up to eight (8) events per day. 3. Applicable period for individual schedules shall be user -defined, may be specific to the day of week, and shall include the concept of holidays, and special event periods. 4. Schedules may be individually specified for up to twenty-four (24) specific calendar dates, overriding the normally scheduled weekday schedule. 5. Daylight savings time changes (if applicable to the locale) shall be automatic. 6. Dimming events within each schedule may be defined in terms of a definite time (i.e. clock time), or astronomical time (relative to sunrise and sunset). Definite and astronomical times may be combined within the same schedule — the software shall automatically detect any conflict and provide a warning. 7. Sunrise and sunset times shall be based on the site location, and shall be programmed at the factory as part of the luminaire pre -commissioning. Each luminaire shall recalculate sunrise and sunset times on a daily basis and adjust schedules accordingly. C. Lumen Maintenance Lumen Maintenance settings shall be available to disable or enable lumen maintenance functionality. WIRELESS NETWORK LIGHTING CONTROLS 260943-6 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 D. Motion Sensor Settings 1. Enable Individual Motion Sensing 2. Enable as a Master Sensor for Own Group 3. Configurable cycle duration (mins) 4. Enable as a Master Sensor for up to four (4) Motion Zones :. 5. Enable as a Master Sensor for Entire Network 6. Restrict motion detection to specific time intervals 7. Configurable High Brightness Level 8. Luminaires responding as satellites can be configured to use either the Controlling master's settings, or their own, for cycle duration and high brightness level. E. Manual Control 1. Slider control for dimming level % 2. Numerical input for brightness % 3. Increase light level 4. Decrease light level 5. Flash/Wink luminaire 6. Reboot luminaire F. Diagnostics 1. Downloadable diagnostic data a. Network address b. Brightness % o c. Time d. Date D c, v —n e. Current DST status D �. f. DST setting c-)-< — �'— g. Clock status h. Modem rn i. RTC battery charging status o; = 0 j. PCB temperature (where available) :::E 7z q k. Operating hours v �' I. Highest recorded temperature (where available) ro m. Highest temp time/date (where available) n. Dim Schedule o. Scheduled Events #1 - #8 p. Thermal Protection Limit % q. Global Dimming Factor % r. Executed Brightness % s. Link Quality % t. Dimming Voltage u. Voltage Ckt 1 and Ckt 2 (where available) v. Drive Current (A) (where available) w. Power (W) (where available) x. Energy Used (kWh) (where available, not certified as Utility Grade) y. Time of Last Boot z. Time of Last Time Set WIRELESS NETWORK LIGHTING CONTROLS 260943-7 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 A. Motion Sensors shall provide automatic switching of lighting load(s) within an arealzone based on the presence of human activity. B. Motion Sensors shall not require any manual adjustment at the time of installation or during operation. C. Motion Sensors shall utilize passive infrared to detect motion. D. Motion Sensors with passive infrared technology shall monitor background temperature levels and automatically make corresponding adjustments. E. ;Motion Sensors shall be capable of controlling its host fixture, satellite luminaires within its 'group, up to four motion zones or the entire network, or any combination thereof. F. Motion Sensors shall have a configurable timeout delay that can be set via the GUI. Motion sensors that require manual time delay knobs or DIP switch settings for field adjustment are not acceptable. G. • Motion Sensors shall be end or surface mounted (depending on model). PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment shall be installed in accordance with manufacturer's installation instructions and in compliance with all applicable local and national codes and requirements. B. Provide complete installation of system in accordance with Contract Documents. C. Provide documentation on the commissioning of the system including by not limited to the following: 1. Sequence of operations 2. Device settings 3. Load parameters WIRELESS NETWORK LIGHTING CONTROLS 260943-8 r� Ln aEI5 Repeater Setting 0 Group (Live) _ r Motion Sensor State W c .dtA. Motion Config ID r— CeV;- Individual Motion Sensor Setting �r"Remote Motion Sensor Setting (l 01 -as Motion Sensor Master for Network HE Motion Sensor Master for Group m ii. Motion Sensor Master for Motion Zones jj. Software Script Version (Live) kk. Radio Channel (Live) ll. Encryption Key (Live) 2.5 Motion Sensors A. Motion Sensors shall provide automatic switching of lighting load(s) within an arealzone based on the presence of human activity. B. Motion Sensors shall not require any manual adjustment at the time of installation or during operation. C. Motion Sensors shall utilize passive infrared to detect motion. D. Motion Sensors with passive infrared technology shall monitor background temperature levels and automatically make corresponding adjustments. E. ;Motion Sensors shall be capable of controlling its host fixture, satellite luminaires within its 'group, up to four motion zones or the entire network, or any combination thereof. F. Motion Sensors shall have a configurable timeout delay that can be set via the GUI. Motion sensors that require manual time delay knobs or DIP switch settings for field adjustment are not acceptable. G. • Motion Sensors shall be end or surface mounted (depending on model). PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment shall be installed in accordance with manufacturer's installation instructions and in compliance with all applicable local and national codes and requirements. B. Provide complete installation of system in accordance with Contract Documents. C. Provide documentation on the commissioning of the system including by not limited to the following: 1. Sequence of operations 2. Device settings 3. Load parameters WIRELESS NETWORK LIGHTING CONTROLS 260943-8 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 4. Schedules 3.2 ON-SITE FACTORY COMMISSIONING A. Upon completion of the installation, the system shall be commissioned by the manufacturer's factory authorized representative who will verify a complete fully functional system. B. The electrical contractor shall provide both the manufacturer and the electrical engineer with ten working days written notice of the system startup and adjustment date. C. Upon completion of the system commissioning, the factory -authorized technician shall provide the proper training to the owner's personnel on the adjustment and maintenance of the system. END OF SECTION WIRELESS NETWORK LIGHTING CONTROLS 260943-9 N _O O n m ? �r a M0 m a ��Z o D P- N WIRELESS NETWORK LIGHTING CONTROLS 260943-9 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 27 16 ELECTRICAL CABINETS AND ENCLOSURES PART1- GENERAL 1.1 Work includes all special cabinets and enclosures; equipment shall conform to requirements of N.E.C. and shall be UL labeled. PART 2 - PRODUCTS 2.1 Miscellaneous Cabinets A. Indoor cabinets shall match panelboard finish and construction and shall be manufactured by Siemens, Square D, Eaton, Tanco Inc., Park -Ohio or G.E. B. Outdoor enclosures shall be manufactured by Hoffman, Rittal Corp., Milbank, Tanco Inc. or Hennessy Products. C. Provide backboard for mounting equipment, 3/4 inch plywood. Paint matte white. 2.2 Indoor Cabinets - NEMA 1 A. Cabinets shall be galvanized code gauge steel, finished gray enamel or manufacturer's standard equivalent finish, of sizes shown with flush painted hinged door and master keyed cylinder locks keyed to match panelboard locks. Cabinets in finished areas shall be designed: for flush mounting with separable front overlapping flange. Cabinets in concealed areas shaU� be surface mounted types. B. Each cabinet shall be equipped with a 0.75 inch thick waterproof fir plywood backboard - painted gray. m C:) m 2.3 Outdoor Enclosure - Single Door - Small ::E c"') fid a' "n A. The enclosure shall meet or exceed the requirements of a NEMA 3R retire d s?Mt II bert0L- listed. =gym x. m B. The cabinet and door shall be constructed from 5052-H32 sheet alum Inui5g:kby;g125 thick. The door opening shall be double flanged on all four sides. 3„ t�V C. The cabinet door shall be a minimum of 80 percent of the front surface area and shall be gasketed (UL 508 table 21.1) with weather tight seal between the cabinet and door. D. The hinges shall be continuous and made of 0.063 inch stainless steel with 0.120 inch diameter stainless steel hinge pins. E. The latching mechanism shall be a slam type with Corbin #R357SGS, or equal lock with keyhole cover for NEMA 3R enclosure; for NEMA Type 4X enclosure, the latch shall be weather tight quarter turn type. Furnish 2 keys with each lock. F. Provide aluminum back panel complete with all mounting hardware. ELECTRICAL CABINETS AND ENCLOSURES 262716-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 G. Cabinet finish shall be natural aluminum finish or factory painted using the three step iron phosphate conversion technique; standard grey color unless indicated otherwise. H. Cabinet mounting plates shall be located at bottom and top of enclosure for either in wall mounting or surface mounting. PART 3 - EXECUTION 3.1 Mount the cabinets and enclosures as indicated on the drawings and in accordance with manufacturer's instructions. 3.2 Mount top of wall mounted cabinets 6 feet -0 inches above floor. Coordinate location of recessed cabinets so they are accessible and to avoid interference with other equipment and trades. 3.3 Mount and anchor floor set enclosures on a concrete pad furnished by this Contractor. Indoor pads shall be 4 inches high; outdoor pads shall be steel reinforced as indicated on the drawings. 3.4 Refer to 'Identification for Electrical System" Section for nameplate requirements. END OF SECTION r -- Lr) Q o W s W a �' v� U co p ELECTRICAL CABINETS AND ENCLOSURES 262716-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 27 26 WIRING DEVICES AND COVERPLATES PART1- GENERAL 1.1 Wiring devices are identified on the drawings per legend symbols or as specifically noted. Receptacles are identified in the legend by NEMA configuration numbers only. Catalog numbers from acceptable manufacturers for the common wiring devices shall be as listed herein. Catalog numbers are not listed for all devices. Other devices, such as clock hanger outlets, etc. shall be furnished by one of the manufacturers listed and shall be equal in quality to the device series listed. 1.2 When shop drawings are required for wiring devices and coverplates, the submittal shall be comprehensive for all wiring device configurations listed in the legend and for devices specifically noted on the drawings. PART 2 - PRODUCTS 2.1 Extra hard use specification grade receptacles shall be listed by Underwriters Laboratories, Inc. Receptacles shall be minimum 20 -ampere, 125 volt, NEMA configuration 5 20R and ivory (select color) in color unless noted otherwise. Where identified on drawing that receptacle is controlled a device of same design to be furnished but with controlled symbol marking. Acceptable Ground WR Isolated Tamper Manufacturer Single Duplex Fault GFCI Ground Resistant Eaton 5361 AH5362 SGF20 WRSGF20 AHIG5362 TR5362 Bryant 5361 BRY5362 GFRST20 GFWRST20 BRY53621= BRY5362TR Hubbell HBL5361 HBL5362 GFR5362SG GFR5362SG I®62 m HBL5362TR Leviton 5361 5362S G5362WT G5362WT 5 aO 536` P&S 5361 5362A 2095 IG5362 D -i T C -3 m2.2 Receptacles installed in a damp or wet location shall be a listed weather -resist (vimtyp rn 20 A. Receptacle shall be installed in a listed weatherproof enclosure, whethof a attC7ble plug cap is inserted. IR r 2.3 Provide GFCI devices as shown on drawings and in compliance with NEC 210.8 fol;type and location. Where GFCI receptacle devices not available at rating required a GFCI protection device to be provided. Bender Lifeguard series. , 2.4 Transient voltage surge suppressors (SPD-ANSI/IEEE Category A and B), UL 1449 suppression (clamping) rating of 400 V, 3 mode protection (LN/LG/NG) for 120 V branch circuits: A. Duplex receptacles, 120 V, 20 A shall be LeGrand 5362 -ISP, Hubbell HBL53621SA, Leviton 5380-I, Bryant SP53-TIGIA or Eaton 5350S. Receptacle to be listed UL 1449 Type 3. B. Suppression strip with a heavy duty 6 ft. 14-2 AWG power cord, 6 electrical NEMA 5-15R 120V, 15 A outlets, computer grade on/off 20 A switch, resettable circuit breakers, internal thermal fusing, hybrid suppression circuit and comprehensive diagnostics. Strip to be listed UL 1449 Type 3. EFI Electronics Corp. - Model 453 (15 A Overload Protection) Wiremold Sentrex "High Performance" - Model M6S (10 A Overload Protection) WIRING DEVICES AND COVERPLATES 262726-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 Joslyn Electronic Systems - Model 1203-03 (15 A Overload Protection) Pass and Seymour - Model PS7 (15 A Overload Protection) Hubbell Model HBL6PS350A (15A Overload Protection) Leviton Model 5300 -PS 2.5 Provide a device plate to suit each particular application. Cover all empty outlet boxes with a blank plate. Coverplates shall be manufactured by Pass and Seymour, Hubbell, Cooper, Bryant, Leviton or Mulberry; Taymac is an acceptable manufacturer for weatherproof non-metallic coverplates Multi -Mac Series, "While -In -Use" type, 3.5 inches depth, 'Extra Duty', opaque grey, locking tab. Provide jumbo size plates for outlets installed in masonry walls. 2.6 In finished spaces, wall plates shall be nominal .032 inch thick, made of 302 high nickel stainless steel with brushed satin finish and beveled edges. Screws shall be metal with countersunk heads and finished to match plates. Sectional plates will not be permitted. PART 3 - EXECUTION 3.1 Locate devices as shown on the drawings, coordinate exact location with other trades, to avoid interference. Check for potential interference from door swings, cabinets, heating equipment and other wall mounted devices. 3.2 Clean debris from outlet boxes. 3.3 Install receptacles with grounding pole on bottom. 3.4 Verify each receptacle device is energized and test each device for proper polarity. 3.5 < -Adjust devices and wall plates to be flush and level. WIRING DEVICES AND COVERPLATES 262726-2 END OF SECTION r Q W11 !JL `- c�3 .m o r WIRING DEVICES AND COVERPLATES 262726-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 26 56 00 EXTERIOR LIGHTING PART1- GENERAL 1.1 Work includes a complete system of exterior lighting including luminaires, lamps, poles, bases, conduit, conductors, fusing, control devices, etc. as shown on drawings. Include all excavation, backfill, concrete bases and concrete encasement of underground conduits. 1.2 The catalog numbers listed on the schedule do not necessarily have complete prefix and suffix designations for placing the luminaire order. The Contractor shall verify these numbers and include in his bid the necessary plaster frames, accessories, trim, mounting hardware, etc. to achieve a coordinated installation with ceiling types indicated on the architectural drawings and in specifications. The Contractor shall provide any hardware indicated by notes on the fixture schedule. 1.3 Luminaires, ballasts, drivers and individual components shall bear UL label. All ballasts including compact fluorescents shall be high efficiency and high power factor (HPF). PART 2 - PRODUCTS 2.1 Refer to data on the drawings for fixture details and part numbers. Project is based around Beacon — Viper, approved equals are listed on the fixture schedule. 2.2 New LED pole luminaires shall be provided with and capable of control through the wireless control system specified in spec section 26 09 43. 2.3 Provide new LED pole luminaires with integral motion and daylight sensors - Site Sys — SWPM module. Refer to specification section 26 09 43 for further information. o G =En mo 2.4 Selected fixture/luminaire manufacturer shall provide point by point drawings Ind4tiaight ( jS S. (in foot candles) with shop drawings for approval. Point by point drawings shalt-tidfcate- ainT�ined light levels not initial. Minimum foot candles shall be 0.2 per IES Standards. —rn <m a ' PART 3 - EXECUTIONS 0 3.1 Concrete bases for standards shall be round or 4 -side formed above finisR"gradelF"f:hamfered corners and rubbed finish. Furnish anchor bolts as recommended by the manufacturer. Concrete bases shall be poured -in-place at the job site; steel reinforced concrete, minimum 3500 Ib. test. 3.2 Provide a surge arrester behind the handhole in pole base of each lighting standard exceeding 15 ft. in height and connect to each phase conductor and 0.625 inches diameter by 10 ft. long copper clad driven ground rod providing a good grounding path. Connect the equipment grounding conductor to this grounding terminal. A separate ground rod is required for each lighting standard exceeding 15 ft. in height. Surge arresters shall be Square D Series SDSA, Joslyn Model Series 1250 or G.E. 91_15E and F Series. Install per NEC Article 260. 3.3 Provide Buss "KTK" fuses in HEB waterproof in-line holder ahead of the ballast in each "hot' leg; locate behind handhole in pole base. EXTERIOR LIGHTING 265600-1 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 3.4 Note these special installation procedures — never install a pole without the intended luminaire in place. Poles are designed to carry a load, and a pole cannot be installed before the luminaire is mounted because of the potential for damaging the pole from unwanted vibrations. 3.5 Mount standards truly vertical. Shim and grout under fixture base to level standards; visible shims will not be permitted. Provide anchor bolt covers. 3.6 Splicing shall be made with listed and approved, waterproof splicing kits and shall be located in base of poles behind handhole. 3.7 Install a green wire ground throughout the underground wiring system, and bond to all standards. 3.8 Measure illumination levels to verify conformance to Performance Requirements. 3.9 Take measurements during night sky, without moon or with heavy overcast clouds effectively obscuring moon. END OF SECTION r C:) r G. s �- LLJ W J � VF— �V ae O 0 sv EXTERIOR LIGHTING 265600-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 DIVISION 32 - SITE WORK SECTION 321723 PAVEMENT MARKINGS PART 1 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 o a. A. Manufacturer product data sheets. n� B. Manufacturer produced written verifications per Article 1.4. .<r 1.4 QUALITY ASSURANCE 'gym a' A. Applicable Codes: q� r_ 1. 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, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). 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. 2. If the above laws, codes or ordinances conflict with the Specification, then the laws, codes or ordinances shall govern, excerpt in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. Pavement Markings 321723-1 City of Iowa City Parking Garage Maintenance Program 2018 ProjWJ April 13, 2978Cr TF P180.00y W Q W B. Pqqment marking manufacturer shall verify that the pavement marking media is J ~' cwutible with the vehicular traffic membrane system. 1 kL t*LlZi&, STORAGE AND HANDLING m O Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material name, date of manufacture and batch number. B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner. C. Marking materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies. E. Storage areas shall be heated or cooled as required maintaining the temperatures within the range recommended by the manufacturer. OVINNOWNTITZT:7-IN"I A. The Contractor shall warrant the pavement marking media from chipping and peeling for a period of two years. PART 2 PRODUCTS 2.1 MATERIALS - PAINT A. Acrylithane HS2 by Neogard. B. Isoflex 630 by Lymtal International. 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. Pavement Markings 321723-2 City of Iowa City Parking Garage Maintenance Program 2018 Project April 13, 2018 THP #18098.00 2. The surface to be painted shall be clean and dry, free of.dust, debris and other loose materials. 3. Paint shall be spray applied in 2 solid coats with no thin or bare spots in either coat. 4. New pavement markings shall be straight and neat. Striping : shall be geometrically accurate and uniform throughout the garage. Discrepancies shall be corrected at no additional cost to the Owner. 5. Pavement marking work shall be coordinated with membrane work. Perform pavement marking on membrane systems only after the systems have cured sufficiently as recommended by the system manufacturer. 6. Traffic shall not be permitted on new pavement markings until media has properly cured per manufacturer's requirements. 7. New pavement markings shall line up with existing markings on vertical surfaces; otherwise, Contractor shall remove and replace markings on vertical surfaces. 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 C o m C-) D n T r �m a r W Prepared by: Brelt Zimmerman, Public Works, 410 E. Washington Sl., Iowa City, IA 52240.(319)35&5044 Resolution No. 18-111 Resolution setting a public hearing on May 1, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Parking Garage Maintenance Program 2018 Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in account # T3004. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 3e(V�) 1. 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 1' day of May, 2018, 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. 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. A 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 17th day'of April 2018 C 74e7c� Milyor Clerk It was moved by trims adopted, and upon roll call there were: Ayes: x x x x x x x pwenglmasterslsetphAn 1/11 Nays: pp ved b City Attorney's Office seconded by aotchway the Resolution be Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton PRESS -CITIZEN MEDIA PART OFTHE USATODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, 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: 0002871221 4/24/18 04/24/18 $32.56 Copy of Advertisement Exhibit"A" RNoW ICFs SSFIGEN Gopublic Notary Stateof Wim Scone Subscribed and sworn t o e me by said affiant this 24th day of April. 2018 Notary Public Commission expires OF OF is hereby given to Council of" the City of owa, will conduct a Xingon plans, orm on contract ed cost for the of the City of Iowa i. on til meetin Harvaf the uity uounciu tneraiter as posted by the City. Clerk. Said plans, s ecifications, form of contract any the estimated cost are now on file in the office of the city clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested person may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, sppecifications, contract or the cost of'making said improvement. This notice is given by order of the City -Council o3 the City of Iowa Cittyy'' Iowa and as rovidedby law. KE7I.IE FRHLING, CITY CLERK Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 18-129 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of Parking Garage Maintenance Program 2018 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 account #T3004. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 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 3:00 p.m. on the 22nd day of May, 2018. 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 29r' day of May, 2018, or at a special meeting called for that purpose. Passed and approved this 1st day of May 2018. Attest: r- CiW Clerk X� v. 4�:i Maryor p roved City Attorney's Office I Resolution No. 18-129 Page 2 It was moved by sotchway and seconded by Mims the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, May 03, 2018 4:50 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 5.3.18 Notice To Bidder.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 Iowa City Asphalt Resurfacing 2018 Hwy 6 riverside Drive Rocky Shore To Sturgis Corner Drive Iowa City Parking Garage Maintenance Program 2018 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): May 3. 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 3, 2018 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Construction Update powered by ConstructConnect 221 Park St — PO Box 695 — Des Moines — Iowa — 50306 (D) 515.657.4400 (0) 515.288.8904 (E) Clonq�MBlonline.com (W) www.MBionline.com 4a Project Information IowaBidDate.com NOTICE TO BIDDERS RECEIVED CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRW 0 2 2018 2018 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 22nd day of May, 2018. 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 29th day of May, 2018, 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 10:00 A.M. (local time) on the 15u' day of May, 2018 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2018 Project focuses on work in four City operated garages. The Dubuque Street Ramp will have minor concrete and waterproofing efforts. The Capitol Street Ramp work efforts include concrete and waterproofing repairs, precast connector repairs, along with stair tower precast spandrel repairs, and complete joint sealant replacement of the SE, SW and N stair towers. Chauncey Swan Garage will have minor concrete repairs and localized joint sealant replacement on the exposed top level. The Tower Place Garage will have minor concrete and waterproofing efforts. Additionally, add alternate efforts will be bid for traffic membrane recoating efforts and NE and NW stair towers roof membrane replacements in the Dubuque Street Ramp, and complete light pole replacement with new LED light fixtures on the top level of five City operated garages (Dubuque Street Ramp, Capitol Street Ramp, Chauncey Swan Garage, The Tower Place Garage and Court Street Transportation Center Garage). 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: June 11, 2018 Substantial Completion Date: November2, 2018 Final Completion Date: November 30, 2018 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. KELLIE FRUEHLING, CITY CLERK AF -2 CITY OF WASHINGTON, IOWA RECEIVED 2018 SEALCOAT PROJECT MAY 0 2 2018 NOTICE OF PUBLIC HEARING AND INVITATION TO BID Notice is hereby given that the City Council of the City of Washington, Iowa, will meet in the Nicola-Stoufer Room of the Washington Public Library, 115 West Washington St., Washington, Iowa, at 6:00 p.m. on May 15, 2018 at which time and place the City Council will hear objections to the proposed plans, specifications, form of contract, and estimated cost for the 2018 Sealcoat Project. Bids for the 2018 Sealcoat Project will be received, by City of Washington, Iowa, at the office of the City Clerk at City Hall, 215 East Washington Street, Washington, Iowa, until 9:00 AM local time on May 14, 2018, at which time bids will be publicly opened and read aloud at City Hail. All bids received after the deadline for submission of bids as stated herein shall not be considered and shall be return to the late bidder unopened. Contractor assumes all risk associated with delivery of his or her bid to the office of the city clerk prior to the specified time deadline. All bids shall be submitted to the City Clerk of Washington, Iowa on or before the time set herein for the bid opening. Bids shall be made on the Proposal Form furnished by the City of Washington, in a sealed envelope labeled or marked as required by the Instructions to Bidders. Proposals will be acted upon by said City at the May 15th City Council meeting or at such later time and place as then may be fixed. The general description of the work involved is as follows: 2018 Sealcoat project is approximately of 22,162 SY of seal coat overlay and 157 SY of surface correction. Bids will be received for work under one contract The City will be issuing a sales tax exemption certificate, so the cost of sales tax should not be Included in the bid. Each proposal shall be made on the proposal form prepared for this purpose, which may be obtained from Garden & Associates, LTD or on a form approved by Garden & Associates, LTD. Each proposal shall be accompanied by a bid bond on the form included in the specifications or another approved form, or a cashier's check or certified check drawn on a bank or credit union in Iowa or a bank chartered under the laws of the United States and filed in a sealed envelope separate from the one containing the proposal. The contractor's bid bond, cashier's or certified check shall be in an amount of 10% of the bid price made payable to the Treasurer of the City of Washington, Iowa. The bid bond will act as security that, if awarded a contract by resolution of the Council, the Bidder will enter into a contract at the prices bid and furnish the required performance and payment bonds and certificate of insurance. The bid bond will be forfeited and the proceeds retained as liquidated damages if the bidder fails to execute a contract or file acceptable performance and payment bonds and an acceptable certificate of insurance within fifteen (15) days after the acceptance of his proposal by resolution of the council. No Bidder may withdraw a proposal within thirty (30) days after the date set for opening bids. Payment for said work will be made in cash from proceeds to be received from the Road Use Tax funds of said City and/or cash funds of said City that are available and that may be legally used for said purpose. Payments will be made to the Contractor based on monthly estimates in amounts equal to ninety-five percent (95%) of the contract value of the work completed during the preceding month. Estimates will be prepared the 11161LO 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 - City of Iowa City Parking Garage Maintenance Program 2018 Project Classified ID: 109328 A printed copy of which is attached and made part of this certificate, provided on 05/02/2018 to be posted on the Iowa League of Cities' internet site on the following date: May 2,2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 5/2/2018 Alan Kemp, Executive Director NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM 2018 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 22"' day of May, 2018. 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 29" day of May, 2018, 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 10:00 A.M. (local time) on the 15'" day of May, 2018 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2018 Project focuses on work in four City operated garages. The Dubuque Street Ramp will have minor concrete and waterproofing efforts. The Capitol Street Ramp work efforts include concrete and waterproofing repairs, precast connector repairs, along with stair tower precast spandrel repairs, and complete joint sealant replacement of the SE, SW and N stair towers. Chauncey Swan Garage will have minor concrete repairs and localized joint sealant replacement on the exposed top level. The Tower Place Garage will have minor concrete and waterproofing efforts. Additionally, add alternate efforts will be bid for traffic membrane recoating efforts and NE and NW stair towers roof membrane replacements in the Dubuque Street Ramp, and complete light pole replacement with new LED light fixtures on the top level of five City operated garages (Dubuque Street Ramp, Capitol Street Ramp, Chauncey Swan Garage, The Tower Place Garage and Court Street Transportation Center Garage). 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: June 11, 2018 Substantial Completion Date: November 2, 2018 Final Completion Date: November 30, 2018 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, tq 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. KELLIE FRUEHLING, CITY CLERK AF -2 46 Cz1 Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 Resolution no. 18-159 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Parking Garage Maintenance Program 2018 Project Whereas, Western Specialty Contractors of West Des Moines, IA, Iowa has submitted the lowest responsible bid of $256,525.00 for construction of the above-named project; and Whereas, the bid includes the base bid; and Whereas, funds for this project are available in account # T3004. Whereas, The Parks and Recreation Director 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 is hereby awarded to Western Specialty Contractors of West Des Moines, IA, 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 29th day of May 2018 MaVor Attest: City Clerk m5bya_��_ City Attorney's Office It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Mims X Salih X Taylor X Thomas X Throgmorton Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 19-85 Resolution accepting the work for the Parking Garage Maintenance Program 2018 Project Whereas, the Engineering Division has recommended that the work for construction of the Parking Garage Maintenance Program 2018 Project, as included in a contract between the City of Iowa City and Western Specialty Contractors of West Des Moines, IA, dated June 11, 2018, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Parking Facility Restoration Repair account # T3004;and Whereas, the final contract price is $267,950.00. 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 2nd day of Mail 2019 Attest: City Jerk fv. G , Ma or A proved by (7-� -?- City Attorneys Office It was moved by salih and seconded by trims adopted, and upon roll call there were: Ayes: Nays: Absent: the Resolution be Cole Mims Salih Taylor Teague Thomas Throgmorton r