Loading...
HomeMy WebLinkAboutPARKING GARAGE MAINTENANCE & BRIDGE REPAIR 2016 PARKING GARAGE MAINTENANCE/BRIDGE REPAIR 2016 28-Apr-2016 Plans, Specs, proposal, and contract SEE BIG ROLLED PLANS 03-May-2016 Res. 16-126, setting a public hearing 06-May-2016 Notice of Public Hearing 17-May-2016 Res. 16-157, approving plans, specs, form of agreement, and estimate of cost 20-May-2016 Notice to bidders 06-June-2016 Res. 16-180, awarding contract to Western Specialties Contractor 20-Jul-2016 Performance and Payment Bond 28-Nov-2022 Note from Kim Sandberg, Public Works: 2016 was skipped and there was no project. 1 ?U CITY OF IOWA CITY O DEPARTMENT OF PUBLIC WORKS v ";r ENGINEERING DIVISION rt, .:ym PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT-- FOR THE City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project IOWA CITY, IOWA May 3, 2016 0\9!frSS�Oti W RANDY R. c~n i WILSON •2 • 12311 ''Z ,� 10W' \i° SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE PAGE CERTIFICATIONS SPECIFICATIONS TABLE OF CONTENTS TC-1 • NOTICE OF PUBLIC HEARING NPH-1 NOTICE TO BIDDERS NTB-1 NOTE TO BIDDERS NB-1 INSTRUCTION TO BIDDERS IB-1 FORM OF PROPOSAL FP-1 BID BOND • BB-1 FORM OF AGREEMENT • AG-1 PERFORMANCE AND PAYMENT BOND r DB-1,. _ CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 (thru pg.8) GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 BIDDER STATUS FORM (2 PAGES) BSF-1 ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM • ATTACHMENT: PLANS continued on next page TC-1 Specifications Table of Contents, continued Page Number DIVISION 00- PROCUREMENT AND CONTRACTING REQUIREMENTS (Additional) SUPPLEMENTS TO FORM OF PROPOSAL 004300-1 SUBSTITUTION REQUEST FORM 004325-1 NON-COLLUSION AFFIDAVIT 004519-1 SUBCONTRACTOR AND MATERIAL SUPPLIER LIST 004550-1 DIVISION 1 —GENERAL REQUIREMENTS SUMMARY OF WORK 011000-1 ALLOWANCES 012100-1 ALTERNATES 012300-1 CONTRACT MODFICATION PROCEDURES 012600-1 PAYMENT PROCEDURES 012900-1 SUBMITTALS PROCEDURES 013300-1 QUALITY REQUIREMENTS 014000-1 DEFINITIONS AND STANDARDS 014216-1 TEMPPRARY FACITLITIES AND CONTROLS 015000-1 BARRIERS 015600-1 CLOSEOUT PROCEDURES 017700-1 DIVISION 3—CONCRETE CONCRETE REPAIRS 030100-1 POST-TENSIONED CABLE REPAIRS 033810-1 DIVISION 5—METALS MISCELLANEOUS METALS 055000-1 continued on next page TC-2 Specifications Table of Contents, continued Page Number DIVISION 7—THERMAL AND MOISTURE PROTECTION VEHICULAR TRAFFIC MEMBRANE 071800-1 EXPANSION JOINTS 079000-1 SEALANTS 079200-1 DIVISION 32—SITE WORK PAVEMENT MARKINGS 321723-1 TC-3 DRAWINGS INDEX Drawing Number Drawing Name S001 TITLE SHEET S010 DUBUQUE STREET— PHASING PLAN S100 DUBUQUE STREET— 1ST TIER FLOOR PLAN S101 DUBUQUE STREET—2ND TIER FLOOR PLAN S102 DUBUQUE STREET—3RD TIER FLOOR PLAN S103 DUBUQUE STREET—4T" TIER FLOOR PLAN S104 DUBUQUE STREET—5T" TIER FLOOR PLAN S105 DUBUQUE STREET—6T" TIER FLOOR PLAN S106 DUBUQUE STREET—7T" TIER FLOOR PLAN S110 CAPITOL STREET—TYPICAL TIER FLOOR PLAN S120 CHAUNCEY SWAN —2ND TIER FLOOR PLAN S130 ; TOWER PLACE—TYPICAL TIER FLOOR PLAN c\J S200wJ WEST IOWA STREET—BRIDGE PLAN AND REPAIRS S201 -1-1>—' EAST COLLEGE STREET— BRIDGE PLAN AND REPAIRS e:., 3- S202 - SOUTH GILBERT STREET— BRIDGE PLAN AND REPAIRS c. - __. S300 `�' CONCRETE AND STEEL REPAIR DETAILS S301 CONCRETE AND STEEL REPAIR DETAILS S400 SEALANT AND EXPANSION JOINT DETAILS S500 MEMBRANE DETAILS S501 MEMBRANE DETAILS TC-4 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2016 PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the City of Iowa City Parking Garage Maintenance Program 2016 Project in said City at 7 p.m. on the 17th day of May, 2016, said meeting to be held in the Emma J. Han/at Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. N 'co 4 This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided :5 "z? by law. MARIAN K. KARR, CITY CLERK S.ENGIARCHITECTURE FILE1Projeds\Parking Garage Maintenance Program 2015 through 2018mront Ends and Bids Documents and Noticesc2018 nph for City of Iowa City Parking Garage Maintenance Program and Budge Repair 2018 Projed for 05 03 2016 doc 5/15 NPH-1 NNA7: 7 0 1CfMC! 1:3 (t..1Z Jt411 910Z NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2016 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 2nd day of June, 2016. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 7th day of June, 2016, or at special meeting called for that purpose. There will be a recommended pre-bid meeting visiting the sites. This will start at 2 p.m. local time on Thursday, May 24, 2016 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2016 Project focuses on minor concrete floor repairs and membrane coating and recoating in the Dubuque Street Ramp. Additional efforts in this facility include membrane removal areas, top level stair tower flashing, minor repairs to deteriorated overhead concrete and expansion joints, plus other isolated structural and waterproofing repairs throughout the garage. Further efforts are also planned in the following facilities, including but not limited to the following: Capitol Street Ramp will have minor repairs to deteriorated concrete, leaking sealant replacement and shear connector weld repairs; and Tower Place Garage will have minor repairs to isolated concrete floor spalls, replacement of expansion joints and membrane strip installations. Additionally three road bridges in Iowa City that are in need of bridge expansion joint membrane replacement will be bid as add alternates. The three bridges are Iowa Avenue Bridge, Gilbert Street Bridge and Chauncey Swan. All work is to be done in strict compliance with the plans and specifications prepared by THP Limited, Inc., of Cincinnati, Ohio, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1 ) year(s) from and after its com- pletion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: June 20, 2016 Final Completion Date: November 4, 2015 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779-0093 by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. NTB-1 A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contrac- tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK cs co tv (-) c.+ NTB-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal Envelope 3: Bidder Status Form aae taw -a i r: .i NB-1 :v stl LZ :-e ::d 2dV9Z ; I INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub-bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ry ARTICLE 2— BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. IB-1 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3—BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of 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, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub-bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, - Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub-bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. IB-2 C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to Substitutions Request Form 004325 for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt ig=lhe proper location on the bid form. ARTICLE 4— BIDDING PROCEDURES N 4.1 Form and Style of Bids A. A separate copy of the bid form is contained within the back..covet' of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". I B-3 F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an cv award is being considered until either: 1. The contract has been executed and bonds have been furnished. - 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. c._ 4.3 c Bidder Status Form Bidder Status form shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB - Note to Bidders. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID IB-4 ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2:30 p.m. on Thursday, June 2, 2016. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. • D. Bid security shall be in an amount sufficient for the bid asnnodified or resubmitted. c3 C ARTICLE 5 —CONSIDERATION OF BIDS 5.1 Opening of Bids rs P 'r A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. IB-5 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6— POST-BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: co �w- �' 1", Withdraw the bid. 2:. Submit an acceptable substitute person or entity with an adjustment in the bid, price to cover the difference in cost occasioned by such substitution. D. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. IB-6 ARTICLE 7— PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8— PRE-BID CONFERENCE 8.1 Conference A. Bidder is encouraged to attend a pre-bid conference. This will start at 2:00 p.m. local time on Tuesday, May 24th at 335 East Iowa Avenue in Iowa City. A tour of facilities will follow. tv 8.2 Parking A. Limited metered parking is available neighboring Tower Place and Parking Ramp. Otherwise an hourly-fee parking is available in Tower Place Parking Ramp. S:\ENG\ARCHITECTURE FILE\Projects\Parking Garage Maintenance Program 2015 through 2018\Front Ends and Bids Documents and Notices\IB--Instructions to Bidders the City of Iowa City Parking Garage Maintenance Program 2015 Project 04 17 2015.doc • IB-7 ) a 1' ' t" ld I ,Aiii 910Z • - 7 OZ G .,. ''''''1 •-•'.4 i t ...., FORM OF PROPOSAL CITY OF IOWA CITY Parking Garage Maintenance Program and Bridge Repair 2016 Project BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:30 PM local time on June 2, 2016 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project in strict accordance with the Project Manual and the Drawings dated May 3, 2016, including Addenda numbered , and , inclusive, prepared by THP Limited Inc., from Cincinnati, Ohio., for the Base Bid Lump Sum of : The undersigned bidder submits herewith bid security in the amount of $ ten percent (10%) of the Base Bid amount shown in Part A. A. Base Bid: (Total Cost for all work included in the Contract Documents, inclusive of all lump sum and unit price work efforts. Also included with the Base Bid is the Cash Allowance as stated in Section 012100 and Part A.1 on following page.) For the sum of ($ ) Dollars 03 Base Bid itemization included on next page j�4�- -ro FP-1 1. Base Bid Itemization: (Total sum of Base Bid Itemizations must be equal to Base Bid amount listed on preceding page.) Quantity Allowance Work Items(All Garages, Total) (a) Total costs for unit price work (per quoted Unit Prices listed in Part C multiplied by Allowance Quantities listed in Specification Section 012100) ($ ) (b) Cash Allowance per Specification Section 012100 ($_ 15,000.00 ) Dubuque Street Garage(S100 thru S106)Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) (b) New traffic membrane recoating ($ ) (c) Install new perimeter flashing at roof level stair towers (NW and NE corners) ($ ) Capitol Street Garage(S110)Lump Sum Work Items (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) Tower Place Garage(S130)Lump Sum Work Items (a) General conditions, permit fees, mobilization, ti demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) (b) New wing compression seal installations ($ ) "(c) New traffic membrane strip installations _ _at expansion joints ($ ) 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 Garage —Total cost for additional membrane removal unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100). For the sum of ($ ) Dollars Alternate 02: Chauncey Swan Garage—Full scope of work, as outlined on S120. For the sum of ($ ) Dollars Alternate 02 Itemization: (Total sum of itemizations must be equal to Alternate 02 amount listed above.) (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., . plus any other efforts not itemized elsewhere ($ ` . ) (b) Entrance bridge expansion joint replacement ($ ) (c) Entrance bridge concrete overlay work ($ ) N (d) New expansion joint installation at - top level stair towers (NW and SW corners) ($ ) (e) New silicone wet sealing installation at identified window system on top level NW stair tower only ($ ) (f) Cash Allowance per Specification Section 012100 ($ 5,000.00 ) Alternate 03: Iowa Avenue Bridge— Full Scope of work, as outlined on S200. For the sum of ($ ) Dollars Alternate 03 Itemization: (Total sum of itemizations must be equal to Alternate 03 amount listed above.) (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) (b) Bridge expansion joint replacement ($ ) continued on next page Alternate 03 Itemization continued FP-3 (c) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) ($ ) (d) Cash Allowance per Specification Section 012100 ($_ 5,000.00 ) Alternate 04: College Street Bridge—Full Scope of work, as outlined on S201. For the sum of ($ ) Dollars Alternate 04 Itemization: (Total sum of itemizations must be equal to Alternate 04 amount listed above.) (a) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) (b) Bridge expansion joint replacement ($ ) (c) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) ($ ) (d) Cash Allowance per Specification Section 012100 ($ 2,000.00 ) Alternate 05: Gilbert Street Bridge—Full Scope of work, as outlined on S202. For the sum of ($ ) Dollars Alternate 05 Itemization: (Total sum of itemizations must be equal to Alternate 05 amount listed •above.) c(t) General conditions, permit fees, mobilization, demobilization, barricades, sidewalk protection, etc., plus any other efforts not itemized elsewhere ($ ) (b) Bridge expansion joint replacement ($ ) (c) Total costs for unit price work (per quoted Unit Prices listed in Part D multiplied by Allowance Quantities listed in Specification Section 012100) ($ ) (d) Cash Allowance per Specification Section 012100 ($ 3,000.00 ) FP-4 C. Base Bid Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) No. 1 —Shallow concrete repairs (1/S300) ($ ) Dollars per sq.ft. No. 2— Deep concrete floor repairs (2/S300) ($ ) Dollars per sq.ft No. 3—Full depth concrete floor repairs (3/S300) ($ ) Dollars per sq.ft No. 4—Concrete beam bottom repairs (4/S300) ($ ) Dollars per sq.ft. No. 5—Column/vertical surface repairs (5/S300) ($ ) Dollars per sq.ft. No. 6—Overhead soffit repairs (6/S300) ($ ) Dollars per sq.ft. No. 7—Soffit knockdown repairs (7/S300) ($ ) Dollars per sq.ft. No. 8—Joint edge repairs (8/S300) ($ ) Doers per lin.ft. No. 9—Shear connector weld repairs (8/S300) Dollars•per location No. 10—Post-tension cable repairs (9/S301) ($ ) Dollars peer location. No. 11 — Expansion joint blockout repairs (10/S301) ($ ) Dollars per lin.ft No. 12—Tee joint sealant replacement (5/S400) ($ ) Dollars per lin.ft. continued on next page FP-5 Base Bid Unit Prices, continued No. 13—Wing compression seal nosing repair (7/S400) ($ ) Dollars per lin.ft. No. 14—Traffic membrane patch repair(S500/S501) ($ ) Dollars per sq.ft. No. 15—Traffic membrane removal and base coat installation (S.S. 071800) ($ ) Dollars per sq.ft. D. Add Alternate Unit Prices: (For addition to or deduction from the allowance quantities listed in Section 012100.) Alternate 01: Dubuque Street Garage No. 1 —Traffic membrane removal and base coat installation (S.S. 071800) ($ ) Dollars per sq.ft. Alternate 03: Iowa Avenue Bridge No. 2—Concrete edge repairs (1/S200) ($ ) Dollars per lin.ft. No. 3—Concrete spall repairs (1/S200) ($ ) Dollars per sq.ft. =' No. 4—Concrete curb repairs (3/S200) ($ ) Dollars per lin.ft. -, Alternate 04: College Street Bridge c�t r,. No. 5-Concrete edge repairs (1/S201) ($ ) c Dollars per lin.ft. No. 6—Concrete spall repairs (1/S201) ($ ) Dollars per sq.ft. No. 7—Concrete curb repairs (3/S201) ($ ) Dollars per lin.ft. continued on next page FP-6 Add Alternate Unit Prices, continued Alternate 05: Gilbert Street Bridge No. 8—Concrete edge repairs (1/S202) ($ ) Dollars per lin.ft. No. 9—Concrete spall repairs (1/S202) ($ ) Dollars per sq.ft. No. 10—Concrete curb repairs (3/S202) ($ ) Dollars per lin.ft. E. Labor Rates: (inclusive of all overhead, profit, benefits, and all other costs associated with the performance of any work efforts) 1. Laborer hourly pay rate for work performed during normal work hours ($ ) Dollars per man hour 2. Laborer hourly pay rate for work performed outside normal work hours (standard overtime rate) ($ ) Dollars per man hour 3. Mason (Mechanic or bricklayer) hourly pay rate for work performed during normal work hours ($ ) Dollars per man hour 4. Mason (Mechanic or bricklayer) hourly pay rate for work performed outside normal work hours (standard overtime rate) ($ ) Dollars per man hour T.� g p :%cam —. y a ri J FP-7 The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before October 7, 2016, and Final Completion is November 4, 2016. Firm: Signature: Printed Name: Title: Address: S�yT.1 $ 1 C- + CO Phone: Contact: FP-8 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in 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 day of , A.D., 20 . (Seal) Witness Principal - By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 C•..1 Lii 0,1 co .got •J=• cJ (=> FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 3rd day of May, 2016, for the Parking Garage Maintenance Program and Bridge Repair 2016 Project("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; c. Plans; ra c d. Specifications and Supplementary Conditions; R.7-0 e. Notice to Bidders; . „ f. Note to Bidders; g. Performance and Payment Bond; •• h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit AG-1 prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). 5. (No) Alternates included as part of this agreement. 6. Substantial Completion date is October 7, 2016 and final completion date is November 4, 2016. 7. CONTRACT DATE 7th day of June, 2016. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX-XXX]. City Contractor (Signature) (Signature) (Printed name) (Printed name) Mayor (Company OfficialTitle) ATTEST: ATTEST: (Printed name) (Printed name) Ciy,Clerk (Company Official Title) ILL•a6Yd ,�� CO s. cv ='K Approved By: .rr City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by THP Limited, Inc., which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default-ander the Agreement, the Owner having performed Owner's obligations thereunder,the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon • determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the PB-1 balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in • this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) q Witness (Title) L'j (Street) co ` ,, (City, State, Zip) (Phone) PB-2 Contract co Program N CO r- Cf ^.9 f SECTION I-GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors,vendors, and consultants with contracts of $25,000or more (or less) i f required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract,the completed and signed Assurance of Compliance(located on pages CC-2 and CC-3)or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. r. cn Cs cv ;>—c? r t .L c . CC-1 of 8 SECTION II-ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contracto►"• shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 et sea.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' 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. co r CC-2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions)that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date e s c_ t.e. a i. . (NJ >• .... t..3-4' CC-3 of 8 SECTION III-SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page p o s t i n g s,employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools.Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked.Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviewscarefully. Prepare interview questions in advance to ass u re t h at they are only job related. Train your interviewers on discrimiintion 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,transfgr, nd training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion,transfer and training are based upon a fair assessment of an employee's ability and: work record. Furthermore, all companies should post and otherwise publicize all job.-,promotional opportunities and encourage all qualified employees to bid on them. CC-4 of 8 kwounigir CITY OF IOWA CITY Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. C'4 C 1 s L. 7 } r : CC-5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e, national origin, color, creed, disability, gender identity, marital s t at us , race, religion, sex, or sexual orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilitiesforemployment. The Equal EmploymentOpportunity Officerfor is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. N .)" N.) co rn 1) CC-6 of 8 Sterling Codifiers, Inc. 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age,color, creed,disability, gender identity, marital status, national origin, race, religion,sex or sexual orientation. (Ord.03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant,to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed,disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shaft be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Emploment policies relating to pregnancy and childbirth shall be governed by the following: ' 1.A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2.Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F.The following are exempted from the provisions of this section: 1.Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC-7 of 8 Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 1.An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race,religion,sex or sexual orientation. (Ord.95-3697, 11-7- 1995) 2. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 3. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord.94-3647, 11-8-1994) 4.The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord.03-4105, 12- 16-2003) 5. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 6. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 7.Any employer who regularly employs less than four(4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312,8-11-2008) CC-8 of 8 r„ a, Q N GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. cx Q. m:, �... ,.«...q 71O 47, r`) ,..r... CO r:,-rya r 9 GC-1 V;t4 0! ) Z :7 2Z (''.1dki 910Z 4,4, • • • 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 ctrike out and additions to the AIA A201 are indicated as"bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 -GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor(hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials 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. IV , 1.3 ARTICLE 2 -OWNER "' - . --o l f 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 receipt-of 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 on appropriate Change Order shall-be isued-deducting the SUPPLEMENTARY CONDITIONS DOCUMENT SC-1 Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys'fees and expenses made necessary by such default, neglect, or failure. Such action by the Owner and amounts charged to the Contractor If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 -CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that r ortion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or ,", omissions discovered by or made known to the Contractor as a request for information in such esF form as the Architect may require. It is recognized that the contractor's review is made in the cys Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner t, " or Architect for damage resulting from errors, inconsistencies or omissions in the Contract co Documents unless the Contractor recognized such error, inconsistency or omission and knowin-gly failed to report it to the Architect. If the Contractor performs any construction activity knowing it involves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appropriate r. responsibility for such performance and shall bear an appropriate amount of the attributable all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub-subcontractors, vendors, materialmen 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 Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC-2 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 01 60 00-Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent;and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, except for those inherent Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. na H. Change paragraph 3.7.2 to read as follows: . 3.7.2 The Contractor shall eamply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and Jawful orders of public authorities bearing on performance of the Work. (NJ c I. Change paragraph 3.7.3 to read as follows: -:>> 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs attributable to the-correction and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC-3 J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 cloys after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. If either party disputes the Architect's determination or J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and one copy of 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 4..'. 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 {other than the Work itself), but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC-4 may be liable, part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4-ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, Contractor and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided-herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and certify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC-5 performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties, an exhibit to be incorporated in the Contract Documents. 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations decision& 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 decision&, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not c show partiality to either and will not be liable for results of interpretations or recommendations Qesisiocis rendered in good faith. 1.6 ARTICLE 5-SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC-6 1.7 ARTICLE 6-CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrongfully causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 -CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent(10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub-subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent(15%) of the cost. .4 For each Subcontractor, for Work performed by his Sub-subcontractors, five percent(5%) of the amount due the Sub-subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over$200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to,be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC-7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor's control, or by delay authorized by the Owner pending arbitration, or by other causes which the Architect determines may justify 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 "Final 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 "Final `_ Completion"is delayed beyond the date written in the Agreement, subject to t & s c; adjustments of the Contract Time as provided for in the Contract Documents. S, y c , 2. The Owner shall give written notice to the Contractor of intent to assess ' c. liquidated damages pursuant to provisions of this Article. Calculation of the �. .. amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. C ) N 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors'failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Final Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of SUPPLEMENTARY CONDITIONS DOCUMENT SC-8 lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. Payment in the manner chall so notify the Architect. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract portion thereof unless oth F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those'stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. f\J 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY • -T' A. Add paragraph 10.1.1: ' 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC-9 submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. 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 or claims mado basis and shall be N 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 insurancepolicies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: SUPPLEMENTARY CONDITIONS DOCUMENT SC-10 Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury&Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury&Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Professional Liability(if applicable) $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises& Operations, Products& Completed Operations, Independent Contractors, Personal&Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non-owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Tthe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable; or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy cdverage 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 nat'ure`and amount of any such deductible or self-insured retention. 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or SUPPLEMENTARY CONDITIONS DOCUMENT SC-11 limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement(see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made"insurance coverage, then 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 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC-12 such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof(subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or 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; -ra .6 include testing and startup;and I "; ca .7 be maintained in effect until final payment is made, 'T .8 Such coverage shall not include coverage for loses or datttage 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 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which SUPPLEMENTARY CONDITIONS DOCUMENT SC-13 shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an 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. co sa: The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided £- by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the 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 or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC-14 .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or(f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 -MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the place where tho B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at or sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or 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. rr> ` E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: co .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; SUPPLEMENTARY CONDITIONS DOCUMENT SC-15 layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance F. Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of$25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-I. 1.14 ARTICLE 14-TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall c, survive termination of the Contract. The Contractor shall bear all testing, engineering, c accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 N 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 in a timely manner. 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make SUPPLEMENTARY CONDITIONS DOCUMENT SC-16 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. F. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. END OF DOCUMENT 00800 c) _, Co -0 I Cx SUPPLEMENTARY CONDITIONS DOCUMENT SC-17 Lrt . (NI r:„I e CD v .<� C. r CZ) Bidder Status Form To be completed by all bidders Part A Please answer"Yes"or"No"for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized,please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes"for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No"to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to . / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s)if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes"to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. • You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I 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. 309-6001 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No ,: My business is a general partnership or joint venture. More than 50 percent of the general pp 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 n 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 n 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 ha: not filed a statement of termination. ❑ Yes n 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. 309-6001 02-14 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004300 SUPPLEMENTS TO FORM OF PROPOSAL PART 1 GENERAL 1.1 The following information (refer to attached forms as appropriate) must be submitted with the Bid Form. Failure to submit any of the listed information, or the submittal incomplete information, may be cause for rejection of Bid by the Owner. Form Name Section A. Substitution Request Form 004325 B. Non-Collusion Affidavit 004519 C. Subcontractor and Material Supplier List. 004550 C Supplements to Form of Proposal 004300 - 1 c'u g co . imr .1.1.• ) C=.) City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004325 SUBSTITUTION REQUEST FORM Bidder is to list here any "Substitutions" for which consideration is desired, showing the addition or reduction in price to be made, for each, if the substitution is accepted, or stating "No Change in Price", if none is proposed. The Bidder should also use this form to list "Approved Substitutions" for materials listed in the waterproofing technical sections. WORK PROPOSED SPECIFIED SUBSTITUTION ADD DEDUCT It is understood and agreed that the proposal submitted is based on furnishing "Standards" as specified and entitles the Owner to require that such named materials and methods be incorporated in the Work, except as substitutions for same, based on the supplementary quotations entered above are accepted and subsequently made a part of the written;gontract. Signed: - rw cn Principal/Officer Substitution Request Form 004325 - 1 Lr) CNI k„z-; • CL- (Nj ' • CD City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004519 NON-COLLUSION AFFIDAVIT STATE OF ) COUNTY OF ) being first duly sworn, deposes and says that he is (Title of Person Signing) of Name of Bidder that all statements made and facts set out in the Proposal for the above project are true and correct, and that the bidder (The person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid or any contract which may result from its acceptance. Affidavit further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. By By By Sworn to before me this day of 2016. co Notary public My commission expires Non-Collusion Affidavit 004519 - 1 f7 C\I {wan es C ,y ua t a • City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 004550 SUBCONTRACTOR AND MATERIAL SUPPLIER LIST Bidders must list below all subcontractors and material suppliers used in the compilation of this proposal, whose bids are in excess of 2% of the total Base Bid. MATERIAL SUPPLIER BRANCH OR SUBCONTRACTOR AMOUNT OF BID NOTE: Total of bids listed need not amount to sum of proposal. This listing is not meant to commit the Bidder to the material suppliers or subcontractors above. If the Bidder can show just cause at the time of awarding the Contract that a specific material supplier or subcontractor has withdrawn his bid, or raises his bid, the Bidder may substitute a material supplier or subcontractor upon approval of the Owner and at no additional cost to the Owner. - ry • r J Subcontractor and Material Supplier List 004550 - 1 L.r) CN..1 f ; - co "- (NJ cnol:271"' C=, City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 011000 SUMMARY OF WORK ' PART 1 GENERAL 1.1 SECTION INCLUDES A. Summary of Base Bid Work Efforts: The 2016 Project focuses on minor concrete floor repairs and membrane coating and recoating in the Dubuque Street Ramp. Additional efforts in this facility include membrane removal areas, top level stair tower flashing, minor repairs to deteriorated overhead concrete and expansion joints, plus other isolated structural and waterproofing repairs throughout the garage. Additional, less significant efforts are also planned in the following facilities, including but not limited to the following: Capitol Street Ramp — minor repairs to deteriorated concrete, leaking sealant replacement and shear connector weld repairs. Tower Place Garage— minor repairs to isolated concrete floor spalls, replacement of expansion joints and membrane strip installations. B. Summary of Alternate Bid Work Efforts: Add Alternate 01: In the Dubuque Street Garage, additional existing membrane removal unit price work. Add Alternate 02: In the Chauncey Swan Garage: 1. Entrance bridge concrete deck leveling/repairs and expansion joint replacement, which includes high curb replacement and embedded bollard removal and reinstallation. • 2. Top level at stair towers, replacement of stair tower expansion joints, roof membrane inspection, replacement and installation of sealant ,pt identified glass curtain wall. f Add Alternate 03: Iowa Avenue Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. Add Alternate 04: College Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. Summary of Work 011000 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 Add Alternate 05: Gilbert Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. 1.2 CONTRACTS A. Base and alternate bids for all the work will be received from the Contractor. B. The Work will be performed under one General Contractor, or two General Contractors working separately, at the Owner's option. 1.3 CONTRACTOR'S DUTIES A. Assume all Contractor responsibilities and provide for the Work required by the c.. Contract Documents. B. Give required notices where and when requested. C. Comply with codes, ordinances, rules, regulations, orders and other legal • requirements of public authorities which bear on the performance of the Work. a Pay all legally required taxes. Refer to Bidding Requirements, General Conditions for information relative to sales tax for which the Owner is exempt. N E. Apply, secure and pay for all required local permits, fees, licenses and approvals per the General Conditions of the Contract. 1.4 NOTES TO CONTRACTOR A. The division of the body of the Specifications into various Parts has been arranged for clarity in the delineation of the various parts of the whole Work. It is not the intent of such division to develop any secondary responsibilities for the satisfactory completion of the Work and all of its parts as required of the Contractor by the Contract Documents, nor is the assignment of any parts of the Work to any trade or craft to be inferred from the Contract Documents. B. Division 01 Specifications typically address items in a general nature and the Contractor must take notice that more specific requirements may be included in the Technical Sections. 1.5 PROJECT COORDINATION A. The Contractor has full responsibility and authority regarding the scheduling and coordination of the Work within the Contract time and within the requirements of Article 1.7. B. The Contractor also has full responsibility for the completeness and quality of the Work as outlined in the Contract Documents, and must staff the project with qualified, competent personnel to the extent required for the Work. Summary of Work 011000 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 C. The Contractor's Project Manager and Lead Project Superintendent are subject to the review and approval of the Owner. Upon request at any portion of the project (i.e. pre-award, post-award and prior to project start, or during the project), the Contractor shall produce a detailed resume, with references, documenting the experience of the Project Manager and Lead Project Superintendent for the Owner's review and approval. D. All subcontractors shall abide by the Project Schedule and coordination requests made by the Contractor. E. If a subcontractor is substantially responsible for specific components of the Work (i.e. concrete repairs or new concrete placements, waterproofing efforts, electrical work, painting, etc.), the Contractor must have a regular, periodic site presence during those efforts, not less than two separate days per week, nor less than 20 percent of the total work week time, to provide a level of coordination and quality control consistent with that expected of a wholly self-performing Contractor labor force. F. Unless otherwise directed or allowed, the Owner (or the Owner's representative) communicates directly with the Contractor. All dealings and decisions regarding execution of the Work shall be from the Owner, (or Owner's representative,) to the Contractor; and the reverse flow. G. The Contractor communicates directly with the subcontractors, vendors and suppliers. At the Engineer's option, direct communications between the Engineer and subcontractor may occur, for clarification of material delivery, installation procedures, technical support, logistics and other matters. Contractor will be kept advised of any such Engineer/subcontractor communications. H. The subcontractor shall coordinate with the Contractor who has the overall responsibility for the Work. I. Where Work of any one Section of the Specifications affects the Work of other Sections, successive Work shall not be installed until conditions have been inspected by the Contractor and are satisfactory for successive Work.--Installation of successive Work shall serve as the Contractor's acceptance and confidence with the conditions being covered by subsequent work. The performance of successive Work shall be the responsibility of the Contractor to coordinate. " J. The Project Manager for the Contractor is required to be :0n site to conduct regular, bi-weekly job progress meetings with the Owner. Contractor shall include Engineer via telephone for said progress meetings and shall distribute written meeting minutes as directed by Owner. K. The Owner reserves the right to hold additional job progress and coordination meetings on an as-needed basis as determined by the Owner. The Contractor shall be given 48 hours notice (when possible) to said meeting. Summary of Work 011000 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 L. A preconstruction project meeting shall be held by the Owner prior to the start of work. 1.6 APPLICABLE CODES A. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association and the National Electric Code. B. If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. 1.7 c•i PROJECT SCHEDULE AND SEQUENCING ` - A. The Contractor shall submit to the Owner a complete itemized time schedule and detail program for construction, purchasing of critical materials, and for . _submission of shop drawings and samples. This schedule is required within seven calendar days after Notice of Award. The schedule shall indicate the duration of time required for the performance of all work. All construction activities and each phase of work must be clearly indicated on the schedule. The schedule must be signed by an official of the firm. It must be realistic as its faithful execution will be considered a commitment, not an estimate. B. Normal working hours are permitted between 7:00 AM to 7:00 PM, Monday through Friday. Noise producing work in the Dubuque Street Garage may not start before 8:00 AM. C. Work is also permitted and encouraged for some efforts that are non-noise producing work items, after closure of adjacent buildings and businesses, from 10:30 PM to 8:00 AM, Sunday/Monday through Thursday/Friday. 1. If Owner approves night work efforts, the Contractor is fully responsible and liable to adhere to all city and local noise ordinances. a. City of Iowa City noise ordinance in effect from 10:00 PM to 7:00 AM. D. Work requested by the Contractor to be performed outside of normal working hours must be approved and coordinated through the Owner. Provide the Owner a minimum of 4 working days notice prior to the requested time to perform work outside normal working hours. Such request shall include type of work to be performed and expected duration. E. Odor or fume producing work performed in the vicinity of fresh air intakes (or similar occupied building access points) must be performed at night after the shutdown of fresh air intakes. At the Contractor's option, and if approved in advance by the Owner, work may begin prior to air intake shutdown. If work is Summary of Work 011000 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 elected to begin prior to intake shutdown, the Contractor shall at their expense, employ measures to draw fresh air from areas beyond the work activities that produce odors/fumes. All methods or procedures must be approved by, and meet the satisfaction of the Owner. F. Work performed outside of normal business/working hours shall be performed at no additional cost to the Owner. Additional cost incurred for testing and inspection, including services of the Engineer or Owner's representative shall be solely borne in full by the Contractor. G. Work Phasing: 1. Refer to Drawings for general and specific phasing information for each garage. 2. From start of work through Friday August 19, 2016, Contractor may have access to up to the following spaces (minimum) for work in each facility: Dubuque Street Garage — 100 spaces Capitol Street Garage — 15 spaces Chauncey Swan Garage — 15 spaces Tower Place Garage — 50 spaces 3. From August 20, 2016, 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 Garage —25 spaces Capitol Street Garage — 15 spaces Chauncey Swan Garage — 15 spaces Tower Place Garage — 25 spaces 4. Work at the Chauncey Swan Entrance Ramp that requires closure of the entrance ramp must be coordinated a minimum of 4 weeks in advance with the Owner, and take place during a coordinated 4-day period from 7:00 AM Monday through 5:00 PM Thursday. In addition, no work may take place during Rummage of Ramp event dates and during the Farmer's Market hours of operation listed below. July 23 through August 3 (Rummage of Ramp) Farmers Market days/times: 1:00 PM through 9:00 PM, Wednesday's (weekly) 7:00 AM through 12:00 PM, Saturday's (weekly) Summary of Work 011000 - 5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 5. Work at the City Bridges that require partial traffic lane closures are to be coordinated through the City of Iowa City a minimum of 4 weeks in advance. Work must adhere to City of Iowa City permitting process for lane or street closures. 6. During the following dates, contractor is to plan and take measures to reduce lost parking to Dubuque Street Ramp only, with no lost parking in all other facilities. In Dubuque Street Ramp, during all hours of noted dates, lost parking must be reduced to 50 spaces maximum or the amount listed in items 2 and 3 above, whichever is less. July 1 through 3 (Jazz Festival) August 24 (Taste of Iowa City) ` September 3, 10, 17 and October 1 and 22 (University of Iowa Home Football Games/Homecoming) 7. Should work extend beyond the Final Completion Date for any reason, (NIm_. contractor may have access to up the same number of spaces for work in each facility as outlined in Section 1.7, Article G, Paragraph 3. In addition, the requirements of Section 1.7, Article G, Paragraph 6 shall be in effect for any additional 2016 University of Iowa Home Football Games. N 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. I. Should the Contractor fall behind the approved or adjusted schedule in the performance of his Work and, in the judgment of the Owner, it appears that the 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. Summary of Work 011000 - 6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 J. Work rejected by the Owner as not meeting the intent or requirements of the Contract Documents shall be replaced by the Contractor and shall not result in additional costs to the Owner. Rejected work will not be cause for an extension to the Contract Time. K. The Contractor is responsible for securing work area for performance of the Work. L. Project Schedule and Sequence: 1. The Contractor shall deliver submittals to the Engineer at least 7 days prior to mobilizing. 2. The Contractor shall mobilize and begin work not later than two weeks from receiving a formal Notice to Proceed or executed Contract, but not later than Monday, June 27, 2016. • 3. Work shall follow the sequence and phasing as outlined in Contract Documents or Pre-Construction Meeting. 4. The anticipated Substantial Completion Date for all Work, including Change Order and/or Add Alternate work is Friday, October 7, 2016. 5. Final completion of all Work shall be 28 days beyond specified Substantial Completion date. Refer to paragraph 1.9.3 for additional information. M. Within 7 days after Notice of Award, submit a detailed plan for the project schedule implementation following the outline sequence shown above. 1.8 PROJECT CONDITIONS A. No equipment exceeding 4000 lbs. per axle, including transportation and removal equipment shall be allowed on a supported structural level. B. Existing emergency access routes must be maintained at all times on each level of the garage where work is being performed. 1.9 LIQUIDATED DAMAGES A. All required work shall be completed within the specified time period. If the Work is not completed for any reason, Liquidated Damages may be charged to the Contractor and deducted from the remaining funds or contract retainage per the following schedule: 1. Lump sum of $500.00 per calendar day until substantial completion is reached. 2. At Final Completion, all punch list issues shall be fully addressed to the satisfaction of the Owner, and all required project close-out• documents, including final pay requests and all warranties, as—built drawings and Summary of Work 011000 - 7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 maintenance manuals, shall be submitted to the Owner. Liquidated Damages equal to the Engineer's costs to administer the project beyond the Final Completion date will be assessed via a reduction in the retainage payment to the Contractor. 1.10 SAFETY A. The Contractor is responsible for all safety issues regarding performance of the Work. B. The Contractor must submit to the Owner a copy of the contractor's safety program prior to the start of work. c..1 C. The Contractor shall have weekly Tool Box Safety Meetings which must be t:;J attended by all Contractor and subcontractor personnel on-site. r < I - D. - Fire extinguishers shall be provided at all contractor furnished gasoline operated g equipment, contractor storage area, at membrane application areas and 4.._.° cv - membrane mixing areas, and at each area of other work efforts with flammable , c components. Extinguishers to be 10 lb. A, B, C Class. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Summary of Work 011000 - 8 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 012300 -Alternates. B. Section 030100 - Concrete Repairs. C. Section 055000 - Miscellaneous Metals. D. Section 071800 -Traffic Membrane E. Section 079000 - Expansion Joints. F. Section 079200 - Sealants. 1.3 QUANTITY ALLOWANCE A. General: 1. Allowances include all labor, material, tools, equipment, supervision transportation, handling, storage, overhead and profit, and all other costs associated with performance of work. 2. Additions to a quantity allowance as listed in this Section will be paid by the Owner at the unit price established in Section 012900- Payment Procedures. 3. Deletions from a quantity allowance listed in this Section will be credited to the Owner at the unit price established in Section 012900- Payment Procedures. B. Base Bid Quantity Allowance Items (All Garages): 1. Shallow concrete repairs (1/S300) 250 square feet 2. Deep concrete floor repairs (2/S300) 250_squareleet 3. Full depth concrete floor repairs (3/S300) 25 squar'e,feet 4. Concrete beam bottom repairs (4/S300) 25 square-feet 5. Column/vertical surface repairs (5/S300) 25 square feet Allowances 012100 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 6. Overhead soffit repairs (6/S300) 50 square feet 7. Soffit knockdown repairs (7/S300) 50 square feet 8. Joint edge repairs (8/S300) 50 linear feet 9. Shear connector weld repairs (8/S300) 10 locations 10. Post-tension cable repairs (9/S301) 2 locations 11. Expansion joint blockout repairs (10/S301) 50 linear feet 12. Tee joint sealant replacement (5/S400) 300 linear feet 13. Wing compression seal nosing repair (7/S400) 100 linear feet 14. Traffic membrane patch repair (S500/S501) 200 square feet 15. Traffic membrane removal and membrane base coat installation (S.S. 071800) 10,000 square feet " C. Add Alternate Quantity Allowance Items: L " Alternate 01: Dubuque Street Garage 1. Traffic membrane removal and membrane base coat installation (S.S. 071800) 15,000 square feet Alternate 03: Iowa Avenue Bridge 2. Concrete edge repairs (1/S200) 100 linear feet 3. Concrete spall repairs (1/S200) 150 square feet 4. Concrete curb repairs (3/S200) 25 linear feet Alternate 04: College Street Bridge 5. Concrete edge repairs (1/S201) 50 linear feet 6. Concrete spall repairs (1/S201) 50 square feet 7. Concrete curb repairs (3/S201) 25 linear feet Alternate 05: Gilbert Street Bridge 8. Concrete edge repairs (1/S202) 25 linear feet 9. Concrete spall repairs (1/S202) 500 square feet 10. Concrete curb repairs (3/S202) 25 linear feet Allowances 012100 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 D. The Contractor shall include the total cost for all Base Bid and Add Alternate Quantity Allowance items listed above in the appropriate itemized line item and overall Lump Sum Total as reflected on the Bid Form — Section 004100. 1.4 CASH ALLOWANCE A. General: 1. Cash allowances will be performed on a time and material basis. The Contractor shall furnish and certify daily detail records of all labor and materials provided. 2. If the cost to complete the work is less than the cash allowance, a deduct Change Order will be prepared by the Owner for the cost difference. B. Cash Allowance Items: 1. The following cash allowances shall be included in the Base Bid and the Add Alternates to address general work items identified on the drawings to be paid on a time-and-material basis, including coordination of material testing or site inspections, or as an Owner approved extension of the quantity allowance work items. a. A cash allowance of $15,000 shall be included in the Base Bid. b. A cash allowance of $5,000 shall be included in the Alternate 02. c. A cash allowance of $5,000 shall be included in the Alternate 03. d. A cash allowance of $2,000 shall be included in the Alternate 04. e. A cash allowance of$3,000 shall be included in the Alternate 05. 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 Bid Form — Section 004100. PART 2 PRODUCTS - NOT USED. j.=w PART 3 EXECUTIONS - NOT USED. co r- END OF SECTION &, Allowances 012100 - 3 • ) 0.1 .• C•1 C3" to.) OCC City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012300 ALTERNATES PART 1 GENERAL 1.1 SECTION INCLUDES • A. Add Alternate 01: In the Dubuque Street Garage, additional existing membrane removal unit price work. B. Add Alternate 02: In the Chauncey Swan Garage, entrance bridge leveling repairs and expansion joint replacement, and top level/roof stair tower waterproofing efforts. C. Add Alternate 03: Iowa Avenue Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. D. Add Alternate 04: College Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. E. Add Alternate 05: Gilbert Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. rs, B. Section 012100 - Allowances. C. Section 012900 - Payment Procedures. G D. Section 030100 - Concrete Repairs. -� t E. Section 055000 - Miscellaneous Metals. F. Section 071800 - Vehicular Traffic Membrane. 4.ca G. Section 079200 - Sealants. H. 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. Alternates 012300 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 Bid Form may be cause for rejection of bid by the Owner. 5. Alternates that are submitted by the Contractor at zero cost change must be indicated on the Bid Form by writing "No change in cost". • B. Provide a cost in the spaces provided on the Bid Form — Section 004100 for the following Alternates. Refer to Drawings for additional information. Add Alternate 01: In the Dubuque Street Garage, additional existing membrane removal of 15,000 square feet. cas cv Add Alternate 02: In the Chauncey Swan Garage: cy 1. Entrance bridge concrete deck leveling/repairs and expansion joint (. replacement, which includes high curb replacement and embedded bollard 1-1 removal and reinstallation. .. . 2. Top level at stair towers, replacement of stair tower expansion joints, roof membrane inspection, replacement and installation of sealants at identified C" glass curtain wall. Add Alternate 03: Iowa Avenue Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. Add Alternate 04: College Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. Add Alternate 05: Gilbert Street Bridge, replacement of expansion joints, and repairs adjacent to expansion joints. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Alternates 012300 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012600 CONTRACT MODIFICATION PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Change of Work Procedures. 1.2 CONTRACT MODIFICATIONS A. Minor Changes in the Work: 1. Interpretation of Contract Documents or minor changes in the Work not involving changes in Contract Price or Time shall be issued by the Owner in writing and shall be executed promptly by the Contractor. B. Contract Modifications: 1. Changes to the Contract that affect the cost/time shall be processed as follows: a. Contractor shall submit a written proposal, with a complete itemized breakdown, showing quantities and unit costs of the major items of materials, labor hours, labor costs per hour, overhead and profit, and time modifications to the Owner for review and acceptance. b. The Owner will review the proposal and respond with one ofihe following: • Reject the proposal in writing. • Issue a Construction Change Directive. N '' • Issue a Change Order C. Change Orders • 1. Cost for change orders shall be calculated as the sum of hourly wages, materials, overhead and profit. 2. The percentage to be used for General Contractor overhead and profit shall be 15 percent for self-performed labor, 10 percent for subcontractors and 10 percent for materials and equipment. Contract Modification Procedures 012600 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 3. The percentages to be used for Sub-Contractor overhead and profit shall not exceed 10 percent for labor and 10 percent for materials and equipment. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION • rs N Contract Modification Procedures 012600 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 012900 PAYMENT PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Unit Prices. B. Measurement Procedures for Allowances. 1.2 RELATED SECTIONS A. Section 012100 - Allowances. j B. Section 012300 - Alternates. C. Section 030100 - Concrete Repairs. D. Section 055000 - Miscellaneous Metals. E. Section 071800 - Vehicular Traffic Membrane. F. Section 079000 - Expansion Joints. ,-, --0 G. Section 079200 - Sealants. .' Co 1.3 UNIT PRICES A. General: 1. Unit prices shall apply for both additions to and deletions from the Work. 2. Unit prices shall be complete including all labor, materials, tools, equipment, supervision, transportation, handling, storage, overhead and profit, and all other costs associated with the work. 3. No monetary variance of unit prices for additive and deductive quantities will be accepted and will be cause for rejection of Bid. 4. The Owner reserves the right to accept or reject any or all unit prices. 5. All unit price items on the Bid Form must be completed. If unit price is zero, then it must be indicated as such in the space provided. 6. Failure to provide unit prices as required on the Form of Proposal may be cause for rejection of Bid. Payment Procedures 012900 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 1.4 MEASUREMENTS A. Prior to the start of work in each work area or phase, the Contractor and the Owner will inspect the area and document locations and quantities of all allowance items. The Contractor shall notify the Owner at least 3 days in advance of required inspection. Refer to Section 012100. B. Quantity allowance items will be recorded and the date of the inspection and the persons performing the inspections will be recorded on each item sheet. C. The Owner's representative will measure and count the allowance items. The Contractor will record the results. D. At the completion of each item inspection, both the Owner and Contractor will sign the record sheets. cv 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. w et.) F. These inspection sheets will be the only basis for determining final quantities of all L quantity allowance items. G. Measurements will be recorded to the nearest inch. N 1.5 PAYMENTS A. For each application of payment submitted by the Contractor, a summation of all quantity allowance items shall be sent for verification. B. Differences in sum totals between the Owner and Contractor will be resolved by comparing quantity sheets to determine exact final quantities. Quantities NOT measured AND confirmed per Article 1.4 shall not be approved for payment. C. The difference between an actual quantity and a specified quantity will be multiplied by the unit cost for that item to establish a dollar value. The dollar value for quantities above the allowance quantity will be added to the contract amount. The dollar value for quantities below the allowance quantity will be subtracted from the contract amount. D. Adjustments to the contract amount will be made by approved change order. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Payment Procedures 012900 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 013300 SUBMITTALS PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Procedural requirements for non-administrative submittals, including shop drawings, product data, samples and other miscellaneous work-related submittals. Shop drawings, product data, samples and other work-related submittals are required to amplify, expand and coordinate the information contained in the Contract Documents. B. Shop drawings are technical drawings and data that have been specifically prepared for this project, including but not limited to: 1. Fabrication and installation drawings. 2. Setting diagrams. 3. Shop work manufacturing instructions. 4. Coordination drawings (for use on-site). 5. Schedules. N 6. Concrete Mix Designs. C. Standard information prepared without specific reference to a project is not considered to be shop drawings. D. Product data includes standard printed information on manufactured products that has not been specifically prepared for this project, including but not limited to the following items: 1. Manufacturer's product specifications and installation instructions. 2. Standard color charts. 3. Catalog cuts. 4. Printed performance curves, independent technical analysis of performance, or similar. 5. Operational range diagrams. 6. Standard product operating and maintenance manuals. Submittal Procedures 013300 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 7. Mill reports. 8. Material safety data sheets on all material provided or used in execution of the Work. E. Samples are physical examples of work, including, but not limited to the following items: - 1. Partial sections of manufactured or fabricated work. 2. Small cuts or containers of materials. 3. Complete units of repetitively-used materials. 4. Swatches showing color, texture and pattern. 5. Color range sets. 6. Units of work to be used for independent inspection and testing. 1.2 SUBMITTAL PROCEDURES A. General: • 1. Promptly after the Contract has been signed, the Contractor shall submit complete and detailed shop drawings to the Owner or its representative for the work of the various trades, and the Owner or its representative shall approve or reject them with reasonable promptness. c 2. The Contractor prior to submitting the shop drawings shall review all shop drawings, check all conditions, check and verify all field measurements, and mark all corrections, sign and date each set. N 3. No shop drawings will be reviewed without the signature of Contractor, which will signify that he has checked drawings. c�- 4. No faxed copies to the Engineer for approval will be accepted. B. Coordination of Submittal Times: 1. Prepare and transmit each submittal sufficiently in advance of the scheduled performance of related work and other applicable activities. 2. Transmit different kinds of submittals for the same unit of work so that processing will not be delayed by the need to review submittals concurrently for coordination. 3. The Owner will endeavor to complete his review of submittals within 7 days of receipt. Submittals shall be returned noted: "No exceptions noted", or "Exceptions noted", or "Exceptions noted: revise and resubmit". Fabrication Submittal Procedures 013300 -2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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. 1\' g. Name of manufacturer. h. Number and title of appropriate Specification Section: r i. Drawing number and detail references, as appropriate. j. Similar definitive information as necessary. 2. Provide a space on the label for the Contractor's review and approval markings, and a space for the Owner's "Action" marking. 1.3 SPECIFIC SUBMITTAL REQUIREMENTS A. General: 1. Specific submittal requirements for individual units of Work are specified in the applicable Specification Section. 2. Except as otherwise indicated in the individual Specification Sections, comply with the requirements specified herein for each type of submittal. B. Shop Drawings: 1. Information required on shop drawings shall include dimensions, identification of specific products and materials which are included in the Work, information showing compliance with specified standards, and notations of coordination requirements with other work. Submittal Procedures 013300 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2. Provide special notation of dimensions that have been established by field measurement. 3. Highlight, encircle or otherwise indicate deviations from the Contract Documents on the shop drawings. 4. Coordination Drawings: a. Provide coordination drawings where required for the integration of the Work, including Work first shown in detail on shop drawings or product data. b. Show sequencing and relationship of separate units of Work which must interface in a restricted manner to fit in the space provided or function as indicated. c. Coordination drawings are considered shop drawings and must be definitive in nature. 5. Do not permit shop drawings copies without an appropriate final "Action" marking to be used in connection with the Work. 6. Do not reproduce Contract Documents or copy standard printed information as the basis of shop drawings. 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 co returned. One of the returned prints shall be maintained by the Contractor and marked-up as a "Record Document." 8. Final Submittal: a. Provide four (4) prints and/or Electronic versions of each revised submittal, as required by the Owner and based on the Engineer's Initial Submittal review. Two prints and/or one electronic version will be returned. One of the returned prints shall be maintained by the Contractor and marked-up as a "Record Document." C. Product Data: 1. General information required specifically as product data includes manufacturer's standard printed recommendations for application and use, compliance with recognized standards of trade associations and testing agencies, and the application of their labels and seals (if any), special notation of dimensions which have been verified by way of field measurement, special coordination requirements for interfacing the material, product or system with other work, and material safety data sheets. Submittal Procedures 013300 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2. 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 ascequired for proper performance of the Work. - c. Show distribution on transmittal forms. w 5. Installation Copy: a. Do not proceed with installation of materials, products and systems until a copy of product data applicable to the installation is in the possession of the installer. b. Do not permit the use of unmarked copies of product data in connection with the performance of the Work. D. Samples: 1. Submit a minimum of two samples for visual review of general generic kind, color, pattern, and texture, and with other related elements of the Work. 2. Samples are also submitted for quality control comparison of these characteristics between the final sample submittal and the actual work as it is Submittal Procedures 013300 - 5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 delivered and installed. 3. Refer to individual Work Sections of these Specifications for additional sample requirements which may be intended for examination or testing of additional characteristics. 4. Compliance with other required characteristics is the exclusive responsibility of the Contractor; such compliance is not considered in the Owner's review and "Action" indication on sample submittals. 5. Documentation required specifically for sample submittals includes a generic description of the sample, the sample source or the product name or manufacturer, compliance with governing regulations and recognized standards. Indicate limitations in terms of availability, sizes, delivery time and similar limiting characteristics. E. Miscellaneous Submittals: 1. Inspection and Test Reports: a. Classify each inspection and test report as being either "shop drawings" or "product data," depending on whether the report is specially prepared for the project or a standard publication of workmanship control testing at the point of production. b. Process inspection and tests reports accordingly. c. Refer to Section 014000 - Quality Requirements for report distribution. PART 2 PRODUCTS - NOT USED PART 3 EXECUTIONS - NOT USED. END OF SECTION t. co ass N Submittal Procedures 013300 - 6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 014000 QUALITY REQUIREMENTS PART 1 GENERAL • 1.1 SECTION INCLUDES A. General: Required inspection and testing services are intended to assist in the determination of probable compliance of the Work with requirements specified or indicated. These required services do not relieve the Contractor of responsibility for compliance with these requirements or for compliance with requirements of the Contract Documents. B. Definitions: Quality control services include inspections, tests and related actions, including reports, performed by independent agencies and governing authorities, as well as directly by the Contractor. These services do not include Contract enforcement activities performed directly by the Owner. C. Specific quality control requirements for individual units of Work are specified in the Sections of these Specifications that specify the individual element of the Work. These requirements, including inspections and tests, cover both production of standard products and fabrication of customized work. These requirements also cover quality control of the installation procedures. D. Inspections, tests and related actions specified in this Section and elsewhere in the Contract Documents are not intended to limit the Contractor's own quality control procedures which facilitate overall compliance with requirements of the Contract Documents. E. Requirements for the Contractor to provide quality control services as_raquired by the Owner, governing authorities or other authorized entities are not li`rnjted 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 F 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 and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 B. Owner Responsibilities: The Owner will employ and pay for the services of an independent agency, testing laboratory or other qualified firm to perform services which are the Owner's responsibility. Such services shall be coordinated by the Contractor as required. C. Retest Responsibility: Where results of required inspections, tests or similar services prove unsatisfactory and do not indicate compliance of related Work with the requirements of the Contract Documents, then retests are the responsibility of the Contractor, regardless of whether the original tests were the Contractor's responsibility. Retesting of Work revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original Work. D. Responsibility for Associated Services: The Contractor is required to cooperate with the independent agencies performing required inspections, tests and similar • services. Provide such auxiliary services as are reasonably requested. Notify the testing agency sufficiently in advance of operations to permit assignment of personnel. These auxiliary services include, but are not necessarily limited to the following: 1. Providing access to the Work. 2. Taking samples or assistance with taking samples. 3. Delivery of samples of test laboratories. 4. Security and protection of samples and test equipment at the Project site. E. Limitations of Authority of Testing Service Agency: The agency is not authorized to release, revoke, alter or enlarge the Contract Documents. The agency shall not approve or accept any portion of the Work. The agency shall not perform any duties of the Contractor. F. Coordination: The Contractor and each independent agency engaged to perform inspections, tests and similar services for the Project shall coordinate the sequence of their activities so as to accommodate required services with a 'minimum of delay in the progress of the Work. In addition, the Contractor and each independent testing agency shall coordinate their work so as to avoid the necessity of removing and replacing work to accommodate inspections and tests. r The Contractor is responsible for scheduling times for inspections, tests, taking of samples and similar activities. G. If the laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of its readiness and of the date arranged so the Owner may observe such inspection, testing or approval. Quality Requirements 014000 -2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 H. Special Tests: The Owner may on occasion request the Contractor to perform a special test on materials or equipment installed to verify conformance to the Specifications. The Owner will pay for all such tests if the materials or equipment meet or exceed specified requirements. However, if the items tested fail to meet these requirements, then the Contractor shall pay all costs of such tests and shall • rectify at no cost to the Owner. 1.3 QUALITY ASSURANCE A. Qualification for Service Agencies: Except as otherwise indicated, engage inspection and test service agencies, including independent testing laboratories, which are pre-qualified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which are recognized in the industry as specialized in the types of inspections and tests to be performed. Owner must approve Contractor's designated testing agency. B. Codes and Standards: Testing, when required, shall be in accordance with all pertinent codes and regulations and with selected standards indicated in the various Sections of these Specifications under the Article entitled QUALITY ASSURANCE. 1.4 SUBMITTALS A. General: Refer to Section 013300 — Submittal Procedures, for submittal requirements. B. Submit a certified written report of each inspection, test or similar service performed by the Testing Laboratory directly to the parties below. • Contractor, 1 copy. C • Engineer, 1 copy. ry CO • Owner's representative, 1 copy. • Owner, 1 copy • Submit additional copies of each written report directly to the governing authority when the authority so directs. C. Report Data: Written reports of each inspection, test or similar service shall include, but not be limited to the following: 1. Name of testing agency or test laboratory. 2. Dates and locations of samples and tests or inspections. 3. Names of individuals making the inspection or test. Quality Requirements 014000 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 4. Designation of the Work and test method. 5. Complete inspection or test data. 6. Test results. 7. Interpretations of test results. 8. Notation of significant ambient conditions at the time of sample taking and testing. 9. Comments or professional opinion as to whether inspected or test work complies with requirements of the Contract Documents. 10. Recommendations on retesting, if applicable. 1.5 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample taking and similar services performed on the Work, repair damaged Work and restore substrates and finishes to eliminate deficiencies, including deficiencies in the visual qualities of exposed finishes. Protect Work exposed by or for quality control service activities, and protect repaired Work. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION c.1 •. `.ins <rJ/�w�y c•-J Quality Requirements 014000 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 for compliance with governing regulations and the codes and standards imposed upon the Work. These requirements include the obtaining of permits, licenses, inspections, releases and similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards. 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;1i,i,cluding the Engineer and other consultants serving as Owner's Representatives reviewing work. B. Engineer: THP Limited, Inc., Cincinnati, Ohio. C. Owner's Representative: THP Limited, Inc., or other authorized agent as designated by the Owner. D. General Explanation: A substantial amount of specification language consists of definitions for terms found in other Contract Documents, including the Drawings. (Drawings must be recognized as diagrammatic in nature and not completely descriptive of the requirements indicated thereon). Certain terms used in Contract Documents are defined in this Article. Definitions and explanations contained in this Section are not necessarily either complete or exclusive, but are general for the Work to the extent that they are not stated more explicitly in another element of the Contract Documents. E. General Requirements: The provisions or requirements of Division 01 Sections apply to entire work of Contract and, where so indicated, to other elements which are included in the Project. F. Indicated: The term "indicated" is a cross reference to graphic representations, notes or schedules on Drawings, to other paragraphs or schedules in the Specifications, and to similar means of recording requirements in Contract Documents. Where terms such as "shown", "noted", "scheduled", and "specified" Definitions and Standards 014216 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 are used in lieu of "indicated", it is for the purpose of helping reader locate cross reference, and no limitation of location is intended except as specifically noted. G. Directed, Requested, Etc.: Where not otherwise explained, terms such as "directed", "requested", authorized", "selected", "approved", "required", "accepted", and "permitted" mean "directed by Owner or Engineer", "requested by Owner or Engineer", and similar phrases. However, no such implied meaning will be interpreted to extend the Owner's, Engineer's or Owner's representative's responsibility into the Contractor's area of construction supervision. H. Project Site: The term "project site" is defined as the space available to the Contractor for performance of the Work, either exclusively or in conjunction with others performing other work as part of the project. The extent of the project site is shown on the Drawings. I. Furnish: Except as otherwise defined in greater detail, term "furnish" is used to mean supply and deliver to project site, ready for unloading, unpacking, assembly, (NJinstallation, 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, (Ni protecting, cleaning and similar operations, as applicable in each instance. K.- Provide: Except as otherwise defined in greater detail, term "provide" means furnish and install, complete and ready for intended use, as applicable in each instance. L. Installer: The term "installer" is defined as the entity (person or firm) engaged by the Contractor, its subcontractor or sub-subcontractor for performance of a particular unit of work at the project site, including installation, erection, application and similar required operations. It is a general requirement that such entities (installers) be expert in the operations they are engaged to perform. M. Final Completion: The term "Final Completion" refers to the degree of completion at which time the Project as a whole is turned over for full use to the Owner and all Work is completed in compliance with the Contract Documents. N. Entrance: The term "entrance" is defined as a pedestrian doorway, stair, walkway, passageway, landing, elevator or other type of connector which connects or allows access from one structure to another structure. 1.3 INDUSTRY STANDARDS A. General Applicability of Standards: Except to the extent that more explicit or more stringent requirements are written directly into the Contract Documents, applicable standards of the construction industry have the same force and effect (and are made a part of the Contract Documents by reference) as if copied directly into the Contract Documents, or as if public copies were bound herewith. Refer to other Definitions and Standards 014216 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 Contract Documents for resolution of overlapping and conflicting requirements which result from the application of several different industry standards to the same unit of work. Refer to individual unit of work Sections for indications of which specialized codes and standards the Contractor must keep at the project site, available for reference. 1. Referenced standards (referenced directly in Contract Documents or by governing regulations) have precedence over non-referenced standards which are recognized in industry for applicability to the Work. 2. Non-referenced standards recognized in the construction industry are hereby defined, except as otherwise limited in the Contract Documents as having direct applicability to the Work, and will be so enforced for the performance of the Work. The decision as to whether an industry code or standard is applicable to the Work, or as to which of several standards are applicable, is the sole responsibility of the Engineer. B. Publication Dates: Except as otherwise indicated, where compliance with an industry standard is required, comply with standard in effect as of date of Contract Documents. C. Copies of Standards: The Contract Documents require that each entity performing work be experienced in that part of the Work being performed. Eacftentity is also required to be familiar with recognized industry standards applicable to that part of the Work. Copies of applicable standards are not bound with the Contract Documents. D. Where copies of standards are needed for proper performance of the Work, the Contractor is required to obtain such copies directly from the publication source. E. In case of conflict between the published standard and Project Specifications, the more stringent shall govern. F. References to known standard specifications shall mean the latest edition of such specifications adopted and published at date of execution of the Contract. G. No claim by Contractor for additional compensation will be entertained on account of his failure to be fully informed as to requirements of any referenced standard. 1.4 REGULATORY REQUIREMENTS A. Adherence to Codes and Regulations: 1. Before proceeding with the Work, the Contractor shall thoroughly review the Drawings and Specifications to assure the design to be in accordance with all laws, ordinances, rules and regulations, and he shall assume full responsibility therefore and shall bear all costs attributable thereto UNLESS notice is given to the Owner in writing of the discrepancy BEFORE proceeding Definitions and Standards 014216 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 with the Work. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION ..x N ..._ I.� L .. ra .....,."' CV > L) p • Definitions and Standards 014216 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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. B. Work at City of Iowa City bridges (West Iowa Street, East College Street, and South Gilbert Street). Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.2 REFERENCES (BRIDGE WORK ONLY) A. Section 01570 -Traffic Control and Construction Facilities. 1. Attached after this Section and provided by City of Iowa City Engineering Division. This only applies to bridge work on the City of Iowa City streets. 1.3 OWNER OPERATION, MAINTENANCE OF OPERATION AND SAFETY A. The structures is currently operated by the Owner for support of the.University, local businesses, and municipality offices in the downtown Iowa City-area. Areas of the facilities outside the limits of a particular construction area shall remain functional throughout the construction period. B. All construction operations shall be carefully coordinated with the Owner so as to minimize the overall inconvenience to the Owner, maintain the use of the entrances at all specified times and to expedite job progress. C. All fumes and dust arising from construction operations shall be controlled so as to not adversely affect persons using the garages and adjacent facilities. D. The Contractor shall protect his Work and equipment from damage by the public and other entities occupying the garages and adjacent facilities during the construction period. E. The Contractor shall take all necessary precautions during all Work Areas to prevent debris from falling and causing damage outside the work area, including damage to existing mechanical/electrical fixtures. The Contractor shall be held liable for all damage caused by excavation, patching, drilling, coring, cutting, sandblasting, dust and debris. The Contractor shall be held liable for all damage to mechanical/electrical fixtures systems due to construction related activities. Contractor shall be responsible for all injury to people and property, including Temporary Facilities and Controls 015000 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 • motor vehicles, caused by any construction related activity. The Owner will endeavor to field complaints and forward same to Contractor. Contractor is responsible for contacting people or property owner and resolving complaints. F. When Work is performed which may create a hazard to persons or property above, below or in the proximity of Work, affected areas shall be blocked or otherwise protected to eliminate the hazard. Coordinate this activity with the Owner a minimum of 4 working days prior to the requested time for performance of such work. G. Access to all emergency egress routes outside the limits of an individual construction area shall be continuously and safely maintained. Emergency egress routes shall not be impaired due to construction activities. H. Coordinate Work Areas with the Owner to minimize interference with normal operations. 1.4 WORK AREAS A. The Work is divided into sections termed Work Areas. Work outside the closed ram: Work Area is not allowed, except work permitted by the Construction Documents cis or authorized by the Owner. • - _El:- The Construction limit lines are defined as the extent of the Work Areas c� 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. 1.57=7, MATERIAL AND EQUIPMENT STORAGE AND DELIVERY A. An area of the garage will be made available to the Contractor for material and equipment storage, staging and other facilities deemed necessary by the Contractor. B. Deliveries shall not block entrance or exit to the facility by patrons or other services. Deliveries are to be scheduled between 9:00 am and 3:00 pm. 1.6 PROTECTION OF THE SURROUNDING AREA A. All construction operations shall be conducted such as to protect the surrounding areas and adjacent buildings. B. Fumes and dust shall also be controlled so as to prevent harmful or undesirable effects in the surrounding areas. All potential avenues for penetration of fumes or dust into occupied spaces adjacent to the work area must be located and sealed by the Contractor in a manner acceptable to the Owner prior to the start of the work in the affected area. C. Areas below regions of construction activity may remain open for portions of that Temporary Facilities and Controls 015000 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 activity. However, the Contractor is totally responsible for damage as a result of the Work. 1.7 PROTECTION OF EXISTING CONDITIONS A. All portions of the existing structure, all utilities and all other building contents not part of the work damaged, moved or altered in any way during construction shall be replaced or repaired to the Owner's satisfaction at the Contractor's expense. B. Contractor and Owner shall conduct a preconstruction inspection of all finish materials and equipment located within the Work area to record in writing existing damaged finish materials and/or equipment not directly involved with this Contract. The Contractor shall be deemed responsible for damaged finish material and/or equipment not recorded during the preconstruction inspection. Contractor shall replace or repair to the Owner's satisfaction damaged finish material and/or equipment. It is the Contractor's responsibility to schedule and coordinate this preconstruction walk-through with the Owner. Provide a minimum of 5 calendar days notice prior to the requested walk-through time. C. Accidental interruptions caused by the Contractor to garage services outside of the work area shall be reported to the Owner at once, and immediate, emergency efforts to restore the service shall be made at the expense of the Contractor. D. When performing work adjacent to building and structures, protect buildings and structures from dirt, dust and debris. E. Protect drain openings during construction from construction debris entering drainage system. Provide filter cloth over openings to prevent debris from entering pipes, but still allowing water to enter. Clean debris from drains as necessary to maintain water removal. Remove drain protection during non- working hours and reinstall prior to commencing work. 1.8 TEMPORARY FACILITIES A. Existing electric and water service shall remain at their present level of service within the garage and may be used by the Contractor. The Owner will pay for current and water used. Additional electricity and water and their service connections which may be required for construction shall be provided by the Contractor. Contractor shall verify existence and usability of listed services prior to submitting Bid. Non-listed services required by the Contractor shall be provided by the Contractor. B. The Contractor shall provide his own job phone. C. The Contractor shall provide temporary toilet facilities for use by its employees and subcontractors. Locate in an area approved by the Owner. Use of Owner facilities is not allowed. D. Job signs are not allowed. Temporary Facilities and Controls 015000 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 E. The Contractor shall furnish temporary lighting or heat required so that work may proceed to meet the Contract schedule. F. The Contractor shall arrange and establish a location satisfactory to the Owner where workmen may eat; provide a rubbish container, and clean and remove all debris at the end of each work day. G. At all times when work is being performed, the Contractor's foreman shall be on- site. Both the foreman and the superintendent shall have a mobile phone or beeper with him/her at all times, 7 days a week. Provide the Owner with the telephone number. H. A job site office/trailer is not required. 1.9 PARKING A. Parking for a maximum of four Contractor vehicles in Dubuque Street, and two Contractor vehicles in all other facilities, associated with the production of the work will be provided. Contractor employee parking will not be permitted within Work Areas. Coordinate locations in advance with Owner prior to start of work. 1.10 USE OF FACILITY V'7 A. Contractor employees are not permitted to use Owner and tenant facilities except as previously noted. Failure to comply with this restriction can result in the dismissal of the offending employee from the construction site. B. Elevators may not be used by the Contractor, unless coordinated and approved in advance by the Owner. C. Except for materials being used during a work shift, store all materials in approved storage area. D. Materials being used for work shall be uniformly distributed throughout the work area so as to not overload or otherwise distress the supported structural system. 1.11 TRAFFIC CONTROL A. Provide lighting, signage, barricades, traffic cones, signals, and traffic direction personnel required to clearly and safely re-route traffic in non-work areas of each garage. Coordinate with the Owner a minimum of 7 days in advance of when an area is scheduled to be closed. B. Erect barricades to prevent unauthorized entry of pedestrian or vehicular traffic into, on or under the Work Area. Post appropriate signs to warn against entry. Construct barricades to prevent unauthorized entry during non-work hours. C. Perform temporary traffic marking and striping that may be required during construction. Temporary Facilities and Controls 015000 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 D. Provide signage to safely route pedestrians to the nearest stairwell. 1.12 USE OF STREETS AND WALKS A. All use of streets and walks must be in accordance with local authorities having jurisdiction. The Contractor must coordinate such use directly with the local authorities. B. The Contractor shall provide and maintain control device necessary for the protection of his Work, and areas which the local authorities may consider hazardous, including necessary lighting. Further, should conditions arise which necessitate the use of flagman and/or the services of the local police, the Contractor shall supply this type of control at no expense to the Owner. C. Maintain traffic in accordance with local authority's requirements. D. The Contractor shall provide and maintain signage, barricades, warning devices, etc. that may be necessary or required by local authorities or the Owner for the protection of pedestrians and vehicles while performing the work. 1.13 CLEANUP A. Each Contractor or Subcontractor, upon completion of his division of the work, shall collect and remove all rubbish, surplus material, tools and scaffolding pertaining to his work, and shall keep the work area neat and orderly by periodic removal and cleanup. Crates and cartons in which materials or equipment are received shall be removed daily. Contractor shall leave each phase of the work broom-clean upon completion of that phase. B. Each Contractor shall be responsible for daily collection and disposal of rubbish created by his materials, men and work. If this is not done, the Owner may direct that cleanup be done and the cost of same shall be deducted from the Contractor's contract. C. Contractor shall clean surfaces of all lights, control panels, overhead piping, duct work, etc., after construction is complete, to the same level of cleanliness as surfaces were before construction. D. Protect from damage during subsequent construction activities all new work and existing construction cleaned upon the completion of any one phase. E. Contractor shall legally dispose of all debris (including concrete)off the site. 1.14 FIRE PROTECTION A. It shall be the responsibility of the Contractor to take the proper precautions to prevent fires when welding or while other fire-hazardous work is being performed. r. Temporary Facilities and Controls 015000 - 5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 B. Gasoline and other flammable liquids shall be kept in approved safety cans at all times. 1.15 WATCHMEN A. The services of a watchman will not be provided by the Owner. B. The Contractor shall assume full responsibility for protection and safety of material and equipment stored at the job site both within and outside of the work areas or storage areas. 1.16 ADDITIONAL REQUIREMENTS A. During the term of this Contract, the employees of the Contractor shall not consume or be under the influence of alcohol while on the premises of the Owner. The use of nonprescription, over the counter drugs and medications (i.e., Contact, Actifed, etc.) is discouraged, but if used, manufacturer's guidelines must be followed. Drugs considered illegal by federal, state, and local authorities are strictly prohibited. B. Owner reserves the right with or without cause and at its sole discretion, provided that such right is lawful, to have the Contractor temporarily or permanently remove any of the Contractor's employees from the Project. C. Shutting down of existing apparatus and service lines shall be done only at times prescribed and approved by the Owner. Apparatus and service lines shall not be left out of service overnight, during non-working periods or during scheduled events. D. Notice of temporary service interruption (or potential interruption) shall be given to the Owner and his designated representative not less than (5) working days prior to required interruption to allow adequate preparation to be made. E. Provide the Owner with emergency telephone numbers to be able to contact the Contractor's superintendent or project manager 24 hours a day. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Temporary Facilities and Controls 015000 - 6 1 SECTION 01570 1 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition,as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT:. A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings,including apartments,between the hours of 10:00 p.m.and 7:00 a.m. PART 3 - EXECUTION =� r 3.01 TECHNIQUES: -,, ' CO t A. Except as amended in this document, the work in this section'will conform with the following divisions and sections of the DOT Standard Specifications:_ Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times,including non-work hours. Repair,replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: r c; - A. All excavations shall be fenced. c 3.05'1 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11/00 sharead\engineer\specs-ii\01570.doc 01570-2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 015600 BARRIERS PART 1 GENERAL 1.1 SECTION INCLUDES A. Partial height construction barriers and movable construction area enclosures. B. Dust barriers. C. Sawhorse barricades. D. Vehicle barriers at street level entrance ramp. E. Temporary pedestrian walkways through partially completed work areas. F. Miscellaneous barriers and efforts, including construction fencing, caution tape and signage. 1.2 RELATED SECTIONS A. Section 015000 - Temporary Facilities and Controls. B. Section 030100 - Concrete Repairs. C. Section 055000 - Miscellaneous Metals. D. Section 071800 - Vehicular Traffic Membrane. E. Section 079000 - Expansion Joints. F. Section 079200 - Sealants. -, G. Section 321723 - Pavement Markings. rs, r-- 1.3 SUBMITTALS A. Submittals are not required unless Owner or Engineer raise questions,or concerns regarding the quality or construction of barriers or enclosuresr..a 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 and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 5. Enclosure construction details. PART 2 PRODUCTS 2.1 MATERIALS A. Lumber: 1. Dimensional lumber: a. Minimum 2 x 4 dimensional lumber. b. Fire-retardant treated (non-corn) with treatment stamp visible. 2. Plywood: a. Minimum 1/2-inch thick. b. Fire-retardant treated (non-corn) with treatment stamp visible. ..k. B. Visqueen Sheeting: 1. Approved Products: c. Griffolin fire-retardant type 55-FR. d. Midco vinyl fire-resistant reinforced polyfilm. C. High Visibility Safety Fencing: 1. High density polyethylene material. 2. Diamond mesh with 1-1/2" openings. 3. Minimum 4 feet high. 4. Bright orange color. 5. Minimum 2200 lbs. break load capacity. D. Chain Link Fencing: 1. Minimum 6'-0" feet tall. 2. Minimum 9 gauge galvanized with 2"x2" pattern configuration 3. Fence to be panelized system, surface set with ballasted based. 4. Drilled posts are not permitted. Barriers 015600 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 E. Caution Tape: 1. 3" wide. 2. Minimum 4 mil thick plastic. 3. Safety yellow tape with black "CAUTION" lettering, minimum 1-1/2" high. PART 3 EXECUTIONS 3.1 GENERAL A. Work shall not proceed until dust barriers, barricades, construction fencing or partial or full height barriers or enclosures are in place and secure. B. Provide barricades to isolate areas directly under work areas for protection of persons or property. C. Remove barricades at entrances during non-working hours which will obstruct or hinder the use of the entrance. D. Installation and removal of barricades or barriers shall not damage existing surfaces. E. The use of anchors which penetrate the existing surface are prohibited, unless approved in advance by Engineer. F. Remove all evidence of barriers installation upon removal. G. Contractor is responsible for erection, maintaining, moving and, removal of barricades, fencing and barriers from the job site. 3.2 BARRICADES ry A. Where barricades are required for vehicular traffic control, provide orange construction fencing to divert traffic around work area. Support orange fencing to prevent sagging along entire length of barricade. Maximum spacing of orange fencing support is ten feet. Construct and provide barricades that arermanent 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. Barriers 015600 -3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 3.3 DUST BARRIERS A. Extend dust barriers from the deck surface to the bottom of the beam, joist or bridging rib above. Minor lateral adjustments are allowed to facilitate dust barrier installation. B. Do not damage the existing surfaces when installing and removing dust barriers. Wedges and braces are the only approved method of securing barriers. C. Doors may be installed in the dust barriers to facilitate construction access. Construct doors from the same material specified in Part 2 PRODUCTS. Equip doors with automatic, self-closing devices. Do not prop doors open except temporarily for material delivery. D. Construct dust barriers and doors to prevent the migration of dust from Work Area to adjacent areas. • E. Erect dust barriers considering the aspects of the structure. Build dust barriers 4` tight around existing piping and other existing items which penetrate or interfere with dust barriers. (N` F. Dust barriers shall remain in place and maintained in a condition equal to that ' originally installed until work in a Work Area is complete. 3.4 COVERED SIDEWALKS AND ENTRANCES/EXITS A. When any portion of the Work is directly over or within fifteen feet of a sidewalk or entrance/exit, provide a covered walkway for pedestrians to safely pass through the area. Covered walkway shall extend ten feet beyond the end of the Work Area. B. The covered walkway shall meet the following minimum requirements: 1. Walkway to be constructed with metal walk-through scaffolding with nominal 2 inch thick dimensional lumber on the upper surface covered with 3/4 inch plywood. 2. Provide lighting within the enclosed walkway so that pedestrians may safely use passage at all hours. 3.5 VEHICLE BARRIERS A. Partial height water filled plastic or concrete jersey barriers, positioned on-grade at street level entrances to the garage as shown on Drawings. Barriers 015600 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 B. Provide signage directing vehicles to open entrances, positioned on or next to jersey barriers, and fixed in place. Signage to be at least 2 ft. by 3 ft. in size, painted traffic yellow, with black stenciled lettering. Owner will provide text of signage. Maintain signage for the duration of the phase or phases of the project where it is necessary. END OF SECTION CC7 C ti � _..{ ,., 0:' a^ N r, Barriers 015600 - 5 2016 A.F7, 28 2: 214 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 017700 CLOSEOUT PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Requirements for Close-Out of Contract. B. Specific requirements for individual units of work may be included in the appropriate Sections. 1.2 DEFINITIONS A. Contract Closeout is the term used to describe certain collective project requirements, indicating completion of the Work that are to be fulfilled near the end of the Contract time in preparation for final acceptance and occupancy of the Work by the Owner, as well as final payment to the Contractor and the normal termination of the Contract. 1.3 PREREQUISITES TO SUBSTANTIAL COMPLETION A. General: Complete the following before requesting the Owner's inspection for certification of substantial completion, either for the entire Work or for portions of the Work. List known exceptions in the request. _, 1. In the progress payment request that coincides with, or is the first request following, the date substantial completion is claimed, show either 100% completion for the portion of the Work claimed as "substantially,complete," or list incomplete items, the value of incomplete Work, and reasons for the Work being incomplete. Include supporting documentation for completion as indicated in these Contract Documents. 2. Submit a statement showing an accounting of changes to"the Cdiltract Sum. 3. Advise Owner of pending insurance change over requirements. 4. Submit specific warranties, workmanship/maintenance bonds, maintenance agreements, final certifications and similar documents. 5. Obtain and submit releases enabling the Owner's full, unrestricted use of the Work and access to services and utilities. Where required, include occupancy permits, operating certificates and similar releases. 6. Submit record drawings, maintenance manuals, final project photographs, damage survey and similar final record information. Closeout Procedures 017700 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 7. Discontinue or change over and remove temporary facilities and services from the project site, along with construction tools and facilities, mock-ups and similar elements. 8. Complete final cleaning-up requirements, including touch-up painting of marred surfaces. Touch up and otherwise repair and restore marred exposed finishes. B. Inspection Procedures: Upon receipt of the Contractor's request for inspection, the Owner will either proceed with inspection or advise the Contractor of unfilled prerequisites. 1. Following the initial inspection the Owner will either prepare the certificate of substantial completion or will advise the Contractor of work which must be performed before the certificate will be issued. The Owner will repeat the inspection when requested and when assured that the Work has been substantially completed. 2. Results of the completed inspection will form the initial "punch list" for final - acceptance. 1.4 PREREQUISITES TO FINAL ACCEPTANCE cv A. General: Complete the following before requesting the Owner's final inspection r- for certificate of final acceptance and final payment as required by the General F-z Conditions. List known exceptions, if any, in the request. 1. Submit the final payment request with final releases, affidavits and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 2. Submit an updated final statement accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Owner's final punch list of itemized Work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance. 4. Submit consent of Surety. 5. Submit evidence of final, continuing insurance coverage complying with insurance requirements per General and Supplementary Conditions in these Specifications. 6. Submit a certificate clearly indicating that all outstanding bills for materials, services and labor, and all subcontractors have been paid in full. Closeout Procedures 017700 -2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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. J � ei 3. Addenda. =1 — c_, - N 1 4. Reviewed shop drawings. 5. Change orders. ;�w= 6. Other modifications to Contract. ^' B. Maintain documents in clean, dry, legible condition. C. Do not use project Record Documents for construction purposes. D. Failure to maintain documents up-to-date will be cause for withholding payments to Contractor. E. Obtain one complete set of Contract Documents, including: 1. Project Manual with all addenda. 2. One complete set of black-line or blue-line prints of all drawings not bound in project manual. 3. One complete set of sepia prints of all drawings not bound in project manual. F. Keep Record Documents current. Closeout Procedures 017700 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 G. Contract Drawings: Contractor may, at his option, enter required information on a "working set" and then at completion of project transfer the information to final submitted "Project Record" set. All notations on the "Project Record" set shall be in red ink made in a neat and legible manner, with additional explanatory drawings or sketches as required. The Project Record Drawings shall have marked the correct location of Work items and equipment where it differs from the location shown on the drawings, and any other information pertinent or useful in nature. H. Project Manual and Addenda: Contractor shall legibly mark up each section to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by change order or field order. 3. Other items not originally specified. I. At completion of Project, deliver 3 copies of the Project Record Documents to the Owner prior to request for final payment. Accompany submittal with transmittal c-, letter containing: - 1. Date. N -� 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. D. Deliver to the Owner all required warranties prior to the application for Final Closeout Procedures 017700 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 Noon on the date of Substantial Completion. Company Signature Date -n t.. v ry • Title rU C 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 during the course of the Work to protect existing or previously completed Work during the remainder of the construction period. Closeout Procedures 017700 - 5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 B. Compliance: Comply with safety standards and governing regulations for cleaning operations. Do not discharge volatile or other harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. Where extra materials of value remaining after completion of associated work have become the Owner's property, dispose of these materials to the Owner's best advantage as directed. PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Closeout Procedures 017700 - 6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 03— CONCRETE SECTION 030100 CONCRETE REPAIRS PART 1 GENERAL 1.1 SECTION INCLUDES A. All labor, material, tools, equipment and services to perform concrete repairs at areas indicated on the Drawings and in the Specifications, including but not limited to: 1. Shallow, deep and full depth floor repairs. 2. Overhead/vertical repairs to beams and soffits. 3. Tee-to-tee joint edge repairs. 4. Expansion joint blockout repairs. 5. Miscellaneous repairs indicated on the Drawings. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012300 - Alternates. C. Section 015600 - Barriers. D. Section 017700 - Closeout Procedures. E. Section 055000 - Miscellaneous Metals. F. Section 071800 - Vehicular Traffic Membrane. $" " G. Section 079000 - Expansion Joints. "' CD H. Section 079200 - Sealants. I. Section 321723 - Pavement Markings. 1.3 UNIT PRICES A. Unit prices are taken for the work items listed in Section 012100, for the quantity measurements listed in Section 012900. B. Include in the lump sum bid the quantities in Section 012100. C. Final adjustment to the contract amount will depend on actual quantities of repair Concrete Repairs 030100 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 performed. D. Repair quantities will be determined by measurements made jointly by the owner or its representative and the contractor. The contractor will record the measurements with both parties signing the record to attest to its accuracy. 1.4 REFERENCES A. American Concrete Institute (ACI): 1. ACI 301 - Specification for Structural Concrete for Buildings. 2. ACI 305R - Hot Weather Concreting. 3. ACI 306R - Cold Weather Concreting. 4. ACI 318 - Building Code Requirements for Reinforced Concrete. B. American Society for Testing and Materials (ASTM): 1. ASTM A185 - Specification for Steel Welded Wire, Fabric, Plain, for Concrete cv Reinforcement. 2. ASTM A615 - Specification for Deformed and Plain-Billet Steel Bars for Concrete Reinforcement. 3. ASTM A775 — Standard Specification for Epoxy-Coated Reinforcing Steel Bars. 4. ASTM C31 - Method of Making and Curing Concrete Specimens in the Fields. 5. ASTM C33 - Concrete Aggregates. 6. ASTM C39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens. 7. ASTM C94 - Specification for Ready-Mixed Concrete. 8. ASTM C143 - Standard Test Method for Slump of Portland Cement Concrete. 9. ASTM C150 - Specification for Portland Cement Concrete. 10. ASTM C260 - Specification for Air-entraining Admixtures for Concrete. 11. ASTM C494 - Specification for Chemical Admixtures for Concrete. 12. ASTM C881 — Specification for Epoxy-Resin-Base Bonding Systems for Concrete. 13. ASTM C882 — Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete. Concrete Repairs 030100 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 not only be designed for average temperature and humidity conditions, but also for adverse conditions (hot and cold weather), as applicable to this project. D. Provide the following in accordance with ACI 301. 1. Mill test for cement. r =g --x co 2. Admixture certification. ; ..T 3. Aggregate certification. 4. Procedure for adding water to ready-mix at site, including method of measuring water. 5. Method of adding admixtures. 6. Materials and methods for curing. 7. Ready-Mix delivery tickets. 8. Certificate of Conformance for concrete production facilities by NRMCA (National Ready Mix Contractors Association). Concrete Repairs 030100 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 QUALITY ASSURANCE A. Concrete that does not conform to the specified requirements, including bond to substrate, strength, finish and tolerances shall be subject to removal and replacement, including necessary preparatory work, at no additional cost to the Owner and without extension to the Contract Time. B. Contractor shall be responsible for restoration of other components of the Work damaged during placement of concrete or damaged during removal of unsatisfactory concrete. C. ACI 301, ACI 305R and ACI 306R are a part of the Contract Documents, are incorporated herein as fully as if here set forth and are referred to as General Concreting Requirements. (‘ D. Chloride Ion Limitations: Maximum acid-soluble chloride ion concentration, in hardened concrete shall not exceed .10% by weight of cement. = E. Concrete testing and certification shall be as described in ACI 301, Chapter 16. 1.7 WARRANTY A. A warranty period of two (2) years shall be provided for concrete work performed under this Section against defects, as determined by the Owner, including but not limited to debonding, excessive cracking and surface scaling. PART 2 PRODUCTS 2.1 MATERIALS A. General: 1. Ready mixed materials used for concrete shall be furnished from the same source throughout the project unless otherwise approved by the Owner. B. Cement: 1. Use ASTM C150, Type I cement unless noted otherwise. Air-entrained cement shall not be used. Air requirements shall be met by separate admixtures. C. Admixtures: 1. Air-entraining admixtures meeting the requirements of ASTM C260. Concrete Repairs 030100 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2. High range water reducer meeting the requirements of ASTM C494. 3. Calcium chloride, calcium nitrate and thiocyanates are not permitted. Admixtures containing more than 0.05% chloride ions are not permitted. 4. Use approved admixtures in accordance with manufacturer's recommendations. D. Fine and Coarse Aggregates: 1. Meeting requirements of ASTM C-33. E. Water: 1. Mixing water shall be potable meeting requirements of ASTM C-94. F. Pre-packed Concrete Materials: 1. Horizontal Application —Typical Repair Areas (Patch Material Type A): a. MasterEmaco T430 by BASF b. SikaQuick 1000 by Sika Corp. c. MasterEmaco T1061 by BASF d. SikaTop 111 Plus by Sika Corp. 2. Vertical and Overhead Repair Areas (Patch Material Type B): a. MasterEmaco S488C1 by BASF a b. SikaTop 123 Plus by Sika Corp. '�•, c. MasterEmaco N425 by BASF d. SikaQuick VOH by Sika Corp. µ" - r' i G. Bar Coating: 1. MasterProtect P8100 AP by BASF 2. Sikadur 32, Hi-Mod LPL by Sika, Inc. 3. Zinc Clad by The Sherwin Williams Company Concrete Repairs 030100 - 5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 H. Welded Wire Reinforcement: 1. Conforming to ASTM A185. I. Reinforcing Steel: 1. All reinforcing steel shall have a minimum Fy of 60 ksi. 2. Provide epoxy coated steel where shown on Drawings. J. Curing Materials: 1. 10 oz. burlap meeting the requirements of AASHTO M-182. cv 2. Visqueen: 6 mil polyethylene (white). 6.:1 K. Curing Compound: 1. Epoxy Water Emulsion Primer/Sealer by The Sherwin Williams Company. cx� " 2. MasterKure CC 1315WB by BASF 3. Liquid membrane forming curing compound shall conform to the requirements of ASTM C1315, Type 1, Class A and have data from an independent laboratory indicating a maximum moisture loss of 0.40 grams per square cm. when applied at a coverage rate of 300 square feet per gallon. L. Form Lumber: 1. New fire retardant material, grade and size to adequately form, support and brace concrete and to provide finishes that match adjacent surfaces. M. Epoxy Grout: 1. Sikadur 32 epoxy mixed with silica sand. N. Patch Anchors: 1. Stainless steel spikes by Powers Rawl. 2.2 MIX PROPORTIONING A. General: 1. Ready Mix Producer, General Contractor, and those responsible for placing and finishing concrete shall review mix designs and agree on modifications to the proposed mixes listed below required to facilitate placing and achieve the desired results. No modifications reducing the cement content, increasing the chloride content or the W/C ratio will be acceptable. Both the General Contractor and Ready Mix Producer are responsible for design and Concrete Repairs 030100 - 6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 production of concrete mix. B. Concrete Mix: (Patch Material Type C) 1. Strength at 28 days 5000 psi 2. Minimum portland cement content 611 lbs./C.Y. 3. Maximum percent of chloride by weight of cement 0.10 4. Maximum water/(cement plus silica fume) ratio 0.40 5. Percent of air entrainment (tested at point of placement) 5 to 7 percent 6. Maximum aggregate size 3/8 inch C. Slump: 1. Produce the concrete to have a maximum slump of 4 inches as delivered to the site. The maximum slump may not be exceeded except by the job site addition of High Range Water Reducer (Superplasticizer). 2. When superplasticizer is used, the maximum superplasticized slump shall be 8". Superplasticizer may not be added to a batch of concrete after initial slump adjustments are made and discharge has started. 3. Method of measuring and adding superplasticizers to the truck mixer at the site shall be approved by the Engineer. 4. Mix designs incorporating superplasticizer must be accompanied by test results from cylinders made from previous field test data in which the superplasticizer was added to a 6 c.y. (min.) batch in a truck mixer. 2.3 PRODUCTION OF CONCRETE A. Furnish to the Project Superintendent 2 delivery tickets for each load of Ready- Mixed concrete. Tickets shall contain the following information: 1. Date. 2. Producer and plant. 3. Job. 4. Contractor. r,) ca 5. Truck No. and time dispatched. c. III 6. Concrete designation and cement type. ' ry 7. Admixtures description and content. Concrete Repairs 030100 - 7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 8. Time discharge started and completed. 9. Amount of concrete in load. • 10. Amount of water in mix at plant. 11. Amount of material(s) added at the site and authorized signature. B. Site-mixed concrete is prohibited. C. High Range Water Reducers (Superplasticizers) shall be premeasured and added at the site in accordance with the manufacturer's written instructions and _ specifications, using truck-mounted power injection equipment capable of rapidly and uniformly distributing the admixture to the concrete. Alternatively, the superplasticizer may be added manually to the back of the truck by a trained technician, if this procedure is confirmed by historical data to yield a uniform and acceptable product. Mix the concrete a minimum of six minutes after addition of the superplasticizer and before discharge. • . _ D. Re-tempering with superplasticizer is prohibited. ry n._ E. When concrete arrives at the project with slump below that suitable for placing and below the slump specified, water may be added only if neither the maximum specified water/cement ratio nor the maximum slump is exceeded, provided that: 1. The approved mix design has allowed for on-site addition of water. 2. The amount of water added at the site is accurately measured to ± 1 gallons of the desired added amount. 3. That water addition is followed by 3 minutes of mixing at mixing speed prior to discharge. 4. Standard cylinder samples as required by these Specifications are taken after addition of water. 5. The person authorized to add water shall be mutually approved by Engineer, Contractor, and Ready Mix Producer. F. All concrete arriving at the site above the maximum slump will be rejected. G. Addition of cement at the site is prohibited. H. Discharge concrete from mixer within 1-1/2 hours after the introduction of mixing water to the cement and aggregates. 1. During hot weather or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. When air temperature is between 85°F (30°C) and 90°F (32°C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is Concrete Repairs 030100 - 8 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 above 90°F (32°C), reduce mixing and delivery time to 60 minutes. 2. Maximum temperature of concrete mixes delivered to site: 85°F. PART 3 EXECUTIONS 3.1 GENERAL A. Prior to the start of work, the Contractor shall survey areas to receive repair concrete to determine locations and approximate quantity of material. B. Prior to start of excavations, perform an on-site review of the work areas with the Owner. Provide a minimum of 2 working days notice prior to the requested review day. C. Prior to performing operations such as jack hammer work, the Contractor shall make a careful and thorough survey of the underside of the level on which he intends to work and shall remove all loose soffit concrete which may fall as a result of those operations. The Contractor shall also be responsible for posting all signs and erecting all barricades as necessary to prevent pedestrians and vehicles from entering the area below hazardous work. D. During concrete removal work, Contractor shall not damage existing mild steel reinforcement. Mild steel reinforcement that is damaged by the Contractor, as determined by the Owner, shall have a new reinforcing bar the same size as the damaged bar lapped to each side of the damaged area. Lap lengths shall be determined by ACI 318. Cost of new reinforcing bar, concrete removal and patching for lap length shall be borne by the Contractor. E. It is intended that the existing reinforcement steel exposed during the work shall remain in place (unless noted on Drawing for removal) and undamaged during removal of the unsatisfactory concrete. Tie loose reinforcement bars in place in an approved manner prior to placing patch mix. If the reinforcement is deteriorated, as determined by the Owner, the Owner may direct that it be replaced and spliced in accordance with ACI splice and development requirements for reinforcement bars. Additional concrete removal may be required to expose undamaged reinforcing. If required, compensation will be made in accordance with the established Unit Prices. F. Concrete placement for patches or overlays on sloping surfaces shall begin on the low elevation end and proceed upwards to the high elevation end. G. Control joints to be either tooled of sawed into concrete slab. Confirm control joint pattern with Owner prior a minimum of 24 hours prior to placemdrin of concrete. Tooled joints are to be cut while concrete is wet. Sawed joints to be cut within 6 hours of slab placement before slab begins to crack. 3.2 PROTECTION Concrete Repairs 030100 - 9 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 A. Contractor shall protect all open excavations, and reinforcing therein, from damage due to mechanical disturbance, weather conditions or other causes. B. Contractor shall protect occupied areas below the work area during all phases of j 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. r B. Before removal of floor concrete within a Work Area, the Contractor and the Owner's representative will record the area bounded by the paint marks. Take - measurements to the nearest inch in such a way that results in a total plan area at each location. $ ,� C. Contractor and Owner's representative shall affix their signatures to each measurement sheet completed, attesting to the agreed-upon accuracy of the measurements. Furnish copies of measurement sheets to both parties for their records. D. Sum and calculate the total repair area to yield total square feet. Measurements are the sole basis for calculation of final payment, based upon the item's unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details. E. Remove floor concrete within the Work Area by conventional chipping methods. F. Conventional Chipping Method: 1. Sawcut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of sawcuts shall be 3/4 inch. Cut perimeter of removal area before beginning chipping hammer work. Do not over cut corners of patch area. 2. In post-tensioned structures, Contractor shall take caution to not cut or damage existing post-tensioning tendons or wires. Damage shall be repaired as directed by Engineer at no cost to the Owner. 3. Perform concrete removal with no larger than 18 pound chipping hammers. 4. Begin concrete removal at the center of the removal area and work towards the sawcut perimeter. Maintain vertical sawcut edge at perimeter. Re-saw if necessary to maintain required edge. Concrete Repairs 030100- 10 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project 111 May 3, 2016 THP #16010.00 5. Contractor shall use due diligence to perform concrete chipping operation in a manner to avoid punching through slab. Means such as utilizing wide chipping blades and performing chipping procedures on a low angle are recommended. Punch-through from improper chipping will not warrant compensation, and the Contractor will be required to square-up and patch/rub-out every punch-through. G. The surface of the sound, exposed concrete shall be relatively flat with 1/4" amplitude over the repair area for new concrete patches and overlays. Contractor is responsible for insuring that the final concrete repair area is sound. 1 H. Within 24 hours of concrete repair material placement, sandblast the excavation and the immediately adjacent surface. Reinforcing steel shall be cleaned to a t SSPC-SP6 condition unless otherwise indicated. I. After completion of all cleaning operations, blow-out excavations with oil-free and water-free compressed air. Previously cleaned excavations that are subjected to 6 contamination must be re-cleaned. i J. The Owner will inspect excavations prior to coating reinforcing steel. Final touch- up of excavations and reinforcing steel shall be performed before proceeding. K. Within 8 hours after cleaning, coat all surfaces of exposed steel with one coat of bar coating. Allow coating to become tack free before proceeding with second coat. L. Apply second coat of bar coating to previously coated steel. Do not apply coating to substrate or allow coating to puddle in low areas of excavation. M. Thoroughly saturate all concrete surfaces to be in contact with new concrete as necessary to provide a saturated surface dry condition. N. Just prior to concrete placement blow-down area with oil-free compressed air to remove standing and puddled water. O. Place Patch Material Type A or Type C in the excavations. Vibrate new patch material to ensure consolidation in maximum-depth areas and at the.excavations perimeter. Screed material flush with adjacent surfaces and finish With a float or light trowel. P. After finishing, fog concrete surfaces with water using approved fog spray device (hose not permitted) to prevent surface drying prior to start of curing. Q. Cure Patch Material Type A in accordance with manufacturer's written instructions. ' =' R. Cure Patch Material Type C with a 7 day wet cure: 1. As soon after finishing as possible without marking concrete, cover with wet, Concrete Repairs 030100 - 11 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 clean burlap followed by a minimum 6 mil polyethylene sheet (free of holes) which overlaps existing concrete on all sides. 2. Weight curing material to hold in place. 3. Maintain burlap in a wet condition during the wet curing period. 3.4 OVERHEAD AND VERTICAL SURFACE KNOCKDOWN PROCEDURE A. Contractor to visually survey all slab soffit surfaces and locate delaminated, spalled or otherwise deteriorated concrete requiring repairs. Mark area with paint. B. Engineer to verify locations prior to beginning knockdown repairs. ri C. Remove all loose or delaminated concrete. D. Wire wheel prepare all exposed reinforcing steel to an SSPC-SP3 condition. cv E. Blow clean with oil-water free compressed air. .;_r F. Within 8 hours after cleaning, coat all surfaces of exposed steel with (1) coat of bar coating. Ensure complete coverage of steel surfaces. Allow coating to © become tack free before proceeding with second coat. G. Apply second coat of bar coating to previously coated steel. 3.5 OVERHEAD AND VERTICAL REPAIR PROCEDURE A. Refer to the Drawings for repair details. Contractor shall sound overhead and vertical concrete surfaces using hammer sounding techniques to identify the limits of deteriorated concrete within the Work Area. Mark with paint each area to be repaired. Location of paint marks must be approved by the Owner's representative. B. Before removal of overhead or vertical concrete within a Work Area, the Contractor and the Owner's representative will record the area bounded by the paint marks. Take measurements to the nearest inch in such a way that results in a total plan area at each location. C. Contractor and Owner's representative shall affix their signatures to each measurement sheet completed, attesting to the agreed-upon accuracy of the measurements. Furnish copies of measurement sheets to both parties for their records. D. Calculate and sum the total repair area to yield total square feet. Measurements are the sole basis for calculation of final payment, based upon the item's unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details. E. Remove concrete within the Work Area by conventional chipping methods. Concrete Repairs 030100 - 12 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 F. Conventional Chipping Method: 1. Saw cut the concrete surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be 1/2 inch. Cut perimeter of removal area before beginning chipping hammer work. Do not over cut corners of patch area. 2. In post-tensioned structures, Contractor shall take caution to not cut or damage existing post-tensioning tendons or wires. Damage shall be repaired as directed by Engineer at no cost to the Owner. 3. Perform concrete removal with no larger than 18 pound chipping 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 1/a" amplitude over the repair area. Contractor is responsible for insuring that the final concrete repair area is sound. H. Within 24 hours of concrete repair material placement, sandblast the excavation and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6 condition unless otherwise indicated. I. After completion of all cleaning operations, blow-out excavations with oil-free and water-free compressed air. Previously cleaned excavations that are subjected to contamination must be re-cleaned. J. The Owner will inspect excavations prior to coating reinforcing steel. Final touch- up of excavations and reinforcing steel shall be performed before proceeding. K. Within 8 hours after cleaning, coat all surfaces of exposed steel with one coat of bar coating. Allow coating to become tack free before proceeding with second coat. L. Apply second coat of bar coating to previously coated steel. Do not apply coating to substrate. Concrete Repairs 030100 - 13 City-of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 M. Maintain all concrete surfaces of repair areas in a wet condition to provide a surface saturated dry condition. N. Just prior to material placement, blow-down area with oil-free compressed air to remove any standing water near vertical repair locations. O. Place Patch Material Type B in the excavations per manufacturer's written instructions. Vibrate new patch material at vertical repairs to ensure consolidation in maximum-depth areas. Screed material flush with adjacent surfaces and finish with a light trowel. P. After finishing, fog concrete surfaces with water using approved fog spray device (hose not permitted) to prevent surface drying prior to start of curing. Q. Cure Patch Material Type B in accordance with manufacturer's written instructions. 3.6 EPDXY GROUT INSTALLATION PROCEDURE A. Saw cut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be 3/4 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 t`,, 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 Q adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6 condition unless otherwise indicated. D. Mix epoxy mortar using 2 parts epoxy and 1 part clean over dried silica sand. E. Apply neat epoxy worked into substrate for positive adhesion. Immediately follow with application of the epoxy mortar. Follow manufacturer's instructions for mixing and installation. F. Do not allow traffic on epoxy mortar patch for a minimum of 24 hours. 3.7 FIELD QUALITY CONTROL A. All excavations shall be inspected and approved prior to placing concrete. The Contractor shall notify the Owner 2 working days in advance of required inspection. B. Notify the Owner at least 2 working days prior to placing concrete. C. Site Tests for Ready Mixed Concrete: Concrete Repairs 030100 - 14 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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. b. Make tests of lab cured cylinders, one (1) specimen at seven (7) days, two (2) at twenty-eight (28) days and one (1) for reserve. Tests shall comply with ASTM C39 "Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens." c. Report in writing all test results to Owner, and the Contractor on same day tests are made. Report by phone results of early break cylinders to both the Contractor and Owner, and report to the Owner via phone results less than the required strength. Written reports of tests shall contain the name of the project, date of placement, location of concrete placement, breaking strength and type of break, size of aggregates, unit weight per cu. ft. type of cement, types of admixtures, percentage of entrained air, slump and required strength. d. If concrete strength test results do not exceed required 28 day strength, the Owner's acceptance of the affected area shall be In accordance with Paragraph 3.06 of ACI 301. 7. Air content tests shall be taken from each truck at the point of placement in addition to standard tests at the point of discharge. 8. Unless better definition of the placement location of the concrete-is provided, Concrete Repairs 030100 - 15 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 the location in the work represented by a test or series of test shall be defined as the entire concrete placement for the work shift in question. D. Acceptance of Structure: 1. Acceptance of Structure shall be in accordance with ACI 301 Chapter 18. 2. Contractor shall bear all costs of correcting rejected work, including the cost of Owner's services thereby made necessary. 3.8 CLEANING A. Empty containers shall be removed from the Garage at the end of each working day. Cloths soiled with adhesive materials that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage of disposal of flammable materials. Comply with health, fire and environmental regulations. B. All spilled materials shall be completely removed from hardware, adjacent floor areas, metal work, etc. Remove spilled coating by approved methods. C. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation of adhesive materials installations. D. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dust, dirt and debris. END OF SECTION Concrete Repairs 030100 - 16 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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. D. Submit experience records of post-tension system installer. Records to include list of project experience of installer's superintendent. Refer to paragraph 1.4A below. E. Submit written certification that the plant manufacturing the post-tensioned material complies with the PTI Certification Program. F. Submit copies of certified mill test reports for each coil or pack of strand used for the Project in accordance with PTI Specification for Seven Wire Steel Strand Barrier Cable Applications. G. Engineer's review of details and construction operations shall not relieve Contractor of his responsibility for completing the work successfully in accordance with these Specifications and within Contract time. H. Submit stressing log of tendons and back-stressing of anchors at completion of work. Post-Tensioned Garage Slab Tendon Repairs 033810 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 1.4 QUALITY ASSURANCE A. All post-tension reinforcing work shall be under the immediate control of the PT Contractor's superintendent, who shall have supervised at least three (3) prior projects of similar magnitude. PT superintendent shall exercise rigid control of all operations as necessary for full compliance with Contract Document requirements. B. Post-tensioning system and its manufacturer shall be pre-qualified. Refer to Article -4. 2.1 below. C. Plant Certification: • 1. Post-tension cable system shall be manufactured in a plant certified to comply with the PTI Program for Certification of Plants Producing Un-bonded Single Strand Tendons. 1.5 -_,DELIVERY, STORAGE, AND HANDLING A. Protect tendons from moisture and rust from time of initial fabrication until installation. Store tendons above ground at all times. B. Deliver, store and handle post-tensioning materials in accordance with PTI's Field Procedures Manual. C. Use nylon straps during loading, unloading and handling of materials. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Pre-qualified Cable Barrier System Manufacturers: 1. Amsysco, Inc. 2. Continental Concrete Structures, Inc. 3. Dywidag Systems International, USA, Inc. 4. Post-Tensioning Systems International (PTSI) 5. Suncoast Post-Tension, L. P. 6. VStructural LLC (VSL) 2.2 POST-TENSIONING STEEL A. Cable tendons shall be 0.5" diameter strands. End anchorage sizes shall be selected by the Contractor and submitted Engineer for review. B. Strands: 1. Conform to ASTM A416 Standard Specification for Steel Strand, Uncoated Seven-Wire for Pre-stressed Concrete. Provide strand conforming to (GBS) "Galvanized Barrier Strand" or (GPC) "Galvanized Pre-stressed Concrete Strand". Post-Tensioned Garage Slab Tendon Repairs 033810 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2. Strand to have a minimum ultimate tensile strength of 270,000 psi. C. Temporary stress shall not exceed eighty (60) percent of the minimum ultimate tensile strength of the strand. D. Maximum allowable anchor slip is 1/8". E. Broken strands, and strands showing fabrication defects, shall be removed and replaced. 2.3 ANCHORAGES A. Size bearing plates of anchorages to satisfy requirements of ACI 318 and PTI Specification for Un-bonded Single Strand Tendons unless certified test reports are submitted providing acceptable deviation. B. Anchorages shall be capable of developing at least 95% of the actual breaking strength of the pre-stressing steel without excessive deformation. Total elongation of the tendon under ultimate load shall not be less than 2% measured in a minimum gauge length of (3) feet. C. Tendon anchorage blocks shall be epoxy-coated with no knicks or discontinuous coating. D. Caps over the wedge cavity at end anchorages to be supplied pre-greased. E. The anchorage casting and wedges shall be supplied by the same manufacturer. 2.4 CORROSION PREVENTIVE COATING A. Galvanized Coating of Tendons: 1. Provide zinc coating complying with ASTM Specification A-475 Class A, Table 4 coating weight. 2. Apply coating by either hot-dip, hot-dip and post-drawing, or electro-plating process that ensures complete zinc coating around each individual wire of the strand. B. Galvanized Coating of Miscellaneous Steel and Rebar: 1. ZRC Cold Galvanizing Compound by ZRC Worldwide. =' 2. Zinc Clad by The Sherwin Williams Company 2.5 EPDXY GROUT ' fnez+M A. Refer to Specification Section 030100. j 14 2.6 CONCRETE PATCH REPAIR AREAS ' ry A. Refer to Specification Section 030100. cz Post-Tensioned Garage Slab Tendon Repairs 033810 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 PART 3 EXECUTION 3.1 REPAIR OF SLAB TENDON A. Locate with Engineer damaged post tensioning tendon in concrete slab. B. Saw cut patch perimeter 1/2" deep and carefully chip out concrete with maximum 18 pound hammer. Remove approximate area 1'-6" wide by 3'-0" long to expose cY� 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. cKI C. Pull both sides of damaged tendon to determine broken direction of tendon. Pull broken tendon through concrete deck and measure length of tendon. Report conditions to Engineer. D. Engineer and Contractor to locate anticipated area where tendon is broken based on length. E. Saw cut and remove concrete per 3.2.B to expose broken tendon for repair. Do not overcut edges of repair area. F. Sandblast the excavations and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6. G. Apply galvanizing coating to reinforcing steel and anchoring devices. Do not apply coating to substrate or allow coating to puddle in low areas of excavation. H. Install new tendon through existing duct. Connect new tendon to existing tendon with a dead end anchor (splice coupler) and a center stressing anchor (dog bone). Stress tendon to effective prestressing force noted on the drawings. I. Review with Engineer additional slab excavations as required to install new tendon through slab. J. Cut tendon tail at center stressing anchor. K. Place concrete patch repair material, Type C per Specification Section 03 01 00, in the excavation. Vibrate new patch material to ensure consolidation in maximum- depth areas and at the excavations perimeter. Screed materials flush with adjacent surfaces and finish with a float or light trowel. L. Cure patch material per manufacturer's written instructions. END OF SECTION Post-Tensioned Garage Slab Tendon Repairs 033810 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 05— METALS SECTION 055000 MISCELLANEOUS METALS PART 1 GENERAL 1.1 SECTION INCLUDES A. All labor, material, equipment, tools and services to complete the miscellaneous metals work required for the project as indicated on the Drawings and in the Specifications, including but not limited to: 1. Shear connector weld repairs. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 -Allowances. C. Section 012300 -Alternates. c c-^ D. Section 012900 - Payment Procedures. . N �-... E. Section 015600 - Barriers. ;. .. F. Section 017700 - Closeout Procedures. �.ti r' G. Section 030100 - Concrete Repairs. n) 1.3 REFERENCES A. The following codes and standards are hereby incorporated as part of the Project Specifications. These codes and standards including all supplements, apply to all miscellaneous metal work as if fully reproduced herein. Modifications in this Specification when in conflict with the referenced codes and standards, shall take precedence over the referenced codes and standards. 1. AISI Code of Standard Practice for Steel Buildings and Bridges, and including the Commentary on the Code of Standard Practice, 1986 Edition. 2. AISC Code of Standard Practice for Steel Buildings and Bridges, 2000 Edition. 3. American Welding Society (AWS) Structural Welding Code - Steel, 1990 Edition. 4. ASTM A6 - General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use. Miscellaneous Metals 055000 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 5. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel. 6. ASTM A153 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7. ASTM B221-88 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. c" 8. ASTM B209-88 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. y - B. Structural Steel Painting Council (SSPC): co 1. Surface Preparation Specification No. 3 (SP3) —Wire Wheel Cleaning. 2. Surface Preparation Specification No. 6 (SP6) —Commercial Blast Cleaning. 1.4 SUBMITTALS A. Submit literature for manufactured products, including manufacturer's specifications, test data and installation instructions. B. Submit shop drawings for review of all fabricated items. Include complete details and schedules. Submit field measurements of existing conditions with shop drawings. 1.5 QUALITY ASSURANCE A. Steel Fabricator shall have not less than 5 years experience in the fabrication of miscellaneous steel. B. All welders, welding operators, tackers and inspectors shall be fully qualified in accordance with the requirements of the American Welding Society for the type of work they are to perform. Copies of certification shall be submitted prior to performing that work. C. Modifications to the AISC Code of Standard Practice: 1. Restoration drawings and details are to be used in place of more detailed structural steel plans. Requirements for structural steel work may be shown on restoration drawings and details. 2. Contract drawings may be made to a scale less than 1/8-inch 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 and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 noted: "No exceptions noted", or "Exceptions noted", or "Exceptions noted: revise and resubmit". Fabrication of material before the receipt of shop drawings for that material noted "No exceptions noted" shall be at the Contractor's risk. 4.2.1 Review of shop drawings does not relieve the Contractor of the responsibility for: accuracy of detail dimensions: the general fit-up of parts to be assembled in the field; the ability to erect the material; the adequacy of any members or connections designed by the Contractor. 4.2.2 Any notations by the Owner made on the shop drawings do not authorize additional compensation for the Contractor without the issuance of a formal change order. 1.6 MATERIAL STORAGE AND HANDLINGS ., A. Protect metal from damage and deterioration. B. Support continuous lengths of material as necessary to keep from deflecting and bending. C. Store material off ground and keep covered and out of weather. N 1.7 STAIR TREAD/RISER AND LANDING DESIGN REQUIREMENTS (FOR REFERENCE ONLY) A. Design and fabricate stair tread/riser and landing assembly to support a uniform live load of 100 psf and a concentrated load of 300 pounds with deflection not to exceed 1/360 of span. Contractor is responsible for final design and engineering of tread/riser system, meeting minimal sizes and design requirements of applicable project drawings and details. B. Metal pans shall be galvanized with minimum 12 gage thickness conforming to National Association of Architectural Metal Manufacturers — Metal Stairs Manual, Class Commercial. C. Shop drawings shall be prepared and stamped by a registered Professional Engineer from the state the work is being performed in. Stair tread and riser dimensions be clearly shown and dimensioned on the shop drawings including landing elevations and each full run of stairs to be produced. D. Submit supporting stamped calculations upon request. 1.8 WARRANTY A. A warranty period of two (2) years shall be provided for all repair work of existing steel connections performed under this Section, against defects, as determined by the Owner, including but not limited to weld failures, rust formation at field galvanized or painted surfaces, and embedment failures. Miscellaneous Metals 055000 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 B. A warranty period of five (5) years shall be provided for all new steel fabrication and installation work performed under this Section, against defects, as determined by the Owner, including but not limited to weld failures, rust formation at field galvanized or painted surfaces, and embedment failures. PART 2 PRODUCTS 2.1 MATERIALS A. Wide Flange Shapes: ASTM A992. B. Rolled Steel Plates, Shapes and Bars: ASTM A36. C. Steel Pipe: Steel pipe conforming to ASTM A53, Type E or S, Grade B. N D. Steel Tubes: ASTM A500, Grade B E. Expansion Anchors (Stainless Steel) — Stud Type: 1. Stud type with wedge meeting requirements of Federal Specification A-A cam: 1923A, Type 4. 24 Basis of Design: Kwik Bolt 3 Expansion Anchor by Hilti. a�. F. Expansion Anchors (Stainless Steel) — Heavy Duty Sleeve Type: 1. Torque controlled expansion bolt consisting of hex bolt, threaded stud, sleeve, expansion sleeve, expansion cone and collapsible plastic sleeve, nut and washer. 2. Basis of Design: HSL Heavy Duty Sleeve Anchor by Hilti. G. Adhesive Anchors (Stainless Steel): 1. Injectable adhesive shall be used for installation of steel reinforcing dowels or threaded anchor rods into new or existing solid base materials, such as concrete, grout, stone or solid masonry. Only injection tools and static mixing nozzles as recommended by manufacturer shall be used. 2. Basis of Design: HIT HY 150 Injection Adhesive Anchors by Hilti. H. 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. Miscellaneous Metals 055000 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2. Dywidag Threadbar — Threads shall be deformed, not cut, conforming to ASTM A615. Dywidag bar material (grade 160) shall conform to ASTM A722. 3. All-Thread Bars— Stainless steel, fully threaded bars meeting AISI 316. 4. All Other Bolts — Regular low carbon steel hexagonal bolts and hexagonal nuts with washers, complying with ASTM A307. I. Welding: The Contractor shall determine, in accordance with AWS requirements, and submit to the Owner review, appropriate welding materials and procedures for the base metals involved for all welding in both new and existing structures. J. Galvanizing: 1. All materials, shall be hot dipped galvanized with a zinc coating of 2.00 oz./S.F. after fabrication conforming to ASTM A123. 2. Coating disturbed due to installation, welds and abraded areas shall be power tool cleaned and receive a spot coat of galvanizing repair paint applied per manufacturer's instructions. K. Galvanizing Repair Paint: 1. ZRC Cold Galvanizing Compound by ZRC Chemical Products Company. 2. LPS Cold Galvanize Corrosion inhibitor by LPS Laboratories, Inc., -- L. Paint at Steel Connection Repairs: " 1. MasterProtect P110 by BASF. 2. Zinc Clad XI by Sherwin-Williams Company. 2.2 FABRICATION ra A. General: 1. Fabricate items in accordance with AISC Specifications and as indicated on the final shop drawings. 2. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence which will expedite installation and minimize field handling of materials. 3. Where finishing is required, complete the assembly, including connections and welding of units, before start of finishing operations. 4. Mill all surfaces in contact bearing. Miscellaneous Metals 055000 - 5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 B. Connections: 1. Provide welded shop connections unless otherwise shown. Grind smooth and flush all welds to match curve of joints. Grind welded area to remove weld flux, slag and spatter. 2. Provide field bolted or field welded connections as indicated. 3. Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. Assemble and weld sections by methods which will produce true alignment of axis without warp. {' C. Surface Preparation: ca c'W� �`� • 1. After inspection and before shipping, clean all metal fabrications to be painted or galvanized. Remove loose rust, mill-scale and splatter. Clean metal fabrications in accordance with SSPC SP-6. c, 2. Immediately after surface preparation, apply to all painted metal fabrications - primer paint in accordance with paint manufacturer's written instructions. Use painting methods which will result in full coverage of joints, corners, edges and all exposed surfaces. No sags or runs permitted on steel that will be exposed in the finish work. Do not shop paint items to be galvanized. 3. Clean and touch-up with galvanizing repair paint all abrasions on galvanized items before shipment. PART 3 EXECUTIONS 3.1 EXAMINATION AND PREPARATION A. Field measure all existing dimensions and be aware of all existing conditions which relate to the work prior to fabrication. Items fabricated without prior field verification shall not be the responsibility of the Owner and the Contractor shall fabricate new items at no additional cost to the Owner and no time extension shall be granted. B. Examine the areas and conditions under which the work is to be installed and notify the Owner in writing of conditions detrimental to the proper and timely completion of the work. C. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Engineer. 3.2 INSTALLATION A. Comply with AISC Specifications and Code of Standard Practice, and with specified requirements. Miscellaneous Metals 055000 - 6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 B. Provide erection equipment, hoists, temporary shoring and bracing, and other equipment required for proper and safe erection of the work. Do not remove temporary members and connections until permanent construction required to make installation self-supporting is in place and final connections are made. C. Provide temporary planking and working platforms as required and as necessary to effectively and safely complete the work. D. Field Assembly: 1. Set metal fabrications accurately to the lines and elevations indicated. Align and adjust the various members forming a part of a complete installation before permanently fastening. Perform necessary adjustment to compensate for discrepancies in elevations and alignment. 2. After metal fabrications installations are complete, foul threaded anchors. E. Following installation of metal fabrications clean all mud, dirt and debris accumulated during installation. Inspect all items for abrasions and touch up with specified primer. 3.3 EXISTING CONNECTION REPAIRS A. Identify existing connections potentially requiring repairs in accordance with the drawings. Confirm work locations with the Owner prior to starting repair efforts. B. Remove and discard all components of broken connections, including weld materials and connection plates or rods. Do not reuse. Grind embedded connection plates scheduled to remain to assure all weld remnants are removed. C. Confirm size, or range of sizes, of replacement connection plates or rods, and the size and length of repair welds with the Owner in advance. D. Coordinate repairs of connections impacted by daily temperature induced volume changes with Owner to allow for repair work to be performed as early as possible in the morning, at or near the coolest portion of the day. Do not perform repair of connections impacted by volume changes after 10:00 AM. Confirm connection repairs governed by these restrictions in advance with the Owner. E. Perform repairs in accordance with the Drawings and this Section. F. Contractor superintendent or project manager not involved in execution of weld repairs shall provide quality control review of all field welds of existing connections repairs, and submit a report to the Owner regarding the inspection, including data regarding the repair locations, date and other pertinent information. END OF SECTION u ' N) °. r Miscellaneous Metals 055000 -7s 2016 A?? 23 2: 23 t , t.o • City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 07—THERMAL AND MOISTURE PROTECTION SECTION 071800 VEHICULAR TRAFFIC MEMBRANE PART 1 GENERAL 1.1 SECTION INCLUDES A. Medium duty vehicular traffic membrane system —Type A. 1. At concrete patch repairs and at existing membrane removal areas, where indicated on Drawings. B. Heavy duty vehicular traffic membrane system —Type B. 1. At concrete patch repairs and membrane strips, where indicated on Drawings. C. Medium duty vehicular traffic recoat membrane system —Type C. 1. At existing membrane to remain areas, where indicated on Drawings. D. Heavy duty vehicular traffic recoat membrane system —Type D. 1. At existing membrane to remain areas, where indicated on Drawings. 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work. B. Section 012100 - Allowances. C. Section 012300 - Alternates. c)-. N D. Section 012900 - Payment Procedures. =r 'rt + '� E. Section 015600 - Barriers. F'' r,•:1' F. Section 017700 - Closeout Procedures. G. Section 030100 - Concrete Repairs. H. Section 055000 - Miscellaneous Metals. I. Section 079000 - Expansion Joints. J. Section 079200 - Sealants. K. Section 321723 - Pavement Markings. Vehicular Traffic Membrane 071800 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 1.3 DEFINITIONS A. The term "manufacturer's recommendations," or variations thereon it shall mean "manufacturer's recommendations which are found in publications available to and 0.4�f commonly used by the general architectural and consulting professions." 1.4 SUBMITTALS A. Joint and Several Warranty Form meeting the requirements of Article 1.8. B. Skid Resistance Addenda Form to Joint and Several Warranty meeting the = requirements of Articles 1.8 and 3.4. C. Bond Test Addenda Form to Joint and Several Warranty meeting the requirements of Articles 1.8 and 3.4. D. Literature for all manufactured products, including manufacturer's specifications, test data and installation instructions or applicator's manual. E. 12" x 12" samples of each membrane system to be used. Sample shall be applied to plywood or similar rigid material. F. 1/4-lb. (±) sample of aggregate type intended to be used. Provide two (2) samples, one sent to THP for record, and other sample sent to Membrane Manufacturer for laboratory testing and sieve analysis. G. Letter from Membrane Manufacturer stating sample aggregate was received, tested and reviewed, and is approved for use for the specified system and jobsite conditions. Letter shall include the following information: 1. Sieve or partical size analysis. 2. Grain Shape. 3. Hardness (Moh's Scale) 4. Moisture Content (ASTM C-566) 5. Specific Gravity (ASTM C-128) 6. Bulk Density (ASTM C-29) 7. Chemical Analysis H. If requested, copy of letter of approval per Article 1.5 Paragraph A. I. If requested, resume per Article 1.5 Paragraph B. J. If requested, Membrane Manufacturer letter stating membrane recoat areas were tested and reviewed, and are approved to be recoated with the specified Vehicular Traffic Membrane 071800 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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. : N r co 2. Project location. -71 3. Date. . -,' r",9 ..- r.) 4. Owner's name. 5. Coating system(s). 6. Drawings indicating the coating systems and their location in the structure. 7. Schematic drawing of each membrane type identifying each element of the membrane system by dry film thickness and manufacturer's reference number or name. 8. Recommendations for routine care and maintenance. 9. List of three (3) approved Contractors nearest the project location authorized to perform repairs. 10. Identify common causes of damage and instructions for temporary patching until permanent repair can be made. 11. Upon completion of the Work and prior to final payment, provide a fully executed warranty. 1.5 QUALITY ASSURANCE A. The membrane applicator shall be approved by the manufacturer and shall have been an approved manufacturer's applicator for the membrane products, as identified on the subcontractor supplemental proposal form, for a minimum of three consecutive years. If requested, the contractor shall provide written confirmation from the manufacturer within three calendar days of the request. B. The membrane applicator and its superintendent shall meet the following minimum requirements: 1. Installed the approved membrane materials as identified on the Bid 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. Vehicular Traffic Membrane 071800 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2. Installed the approved membrane materials as identified on the Bid Form in a traffic membrane system currently in use within the last two years. C. Membrane manufacturer and approved applicator shall perform Bond Tests to certify that existing membrane surfaces in contact with new vehicular traffic c'`1 membrane system are compatible and acceptable to receive new vehicular traffic membrane recoat. Bond tests to meet or exceed requirements in Part 3, Article 3.4, Paragraph A. CV r. 1... Any existing membrane system area recoated constitutes acceptance by the membrane manufacturer and approved applicator. D. Conform to the Field Quality Control requirements in Part 3 of this Section. E. Membrane manufacturer to certify that aggregate specified is acceptable for use in the membrane system. F. Membrane manufacturer to certify that sealants in contact with membrane are compatible with membrane system. G. Membrane manufacturer to certify that substrate surfaces in contact with any component of the vehicular traffic membrane are compatible. H. Field Samples: 1. Prior to beginning surface preparation, prepare a sample area in the Garage to be used as the minimum standard of acceptability for cleanliness and surface texture to be achieved throughout the work. The area shall be at least 400 sq. ft. Size and location shall be as directed by the Engineer. The standard shall be jointly reviewed and approved by both the Engineer and the Manufacturer relative to Article 3.2 paragraph B.4 prior to start of full scale surface preparation work. The approved standard shall remain uncoated until all surface preparation work is completed. 2. After approval, the sample area shall be covered with 6 mil thick plastic sheets. Edges shall be continuously taped, as well as splices, and the perimeter shall be weighted down. The sample area shall be kept covered unless viewing is needed for comparative purposes or until final preparation for membrane application. Contractor shall monitor the area to insure the integrity of the covering. Neither foot nor vehicular traffic shall be allowed on the covering unless additional protective measures are taken to protect the cleanliness of the sample area. I. Manufacturer's Representation: 1. 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 Vehicular Traffic Membrane 071800 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 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. f; Cr. ' 1.6 DELIVERY, STORAGE, AND HANDLING c, A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material's name, date of manufacture and lot number. B. Only those materials being used during any one work shift may be.,stored in the garage area. Materials being used for shift work shall be uniformly distributed throughout the intended work area so as to not overload or otherwise distress the structural system. All other materials, if stored on site, shall be stored at the designated staging area. C. Coating materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the manufacturer's requirements and the requirements of the applicable environmental protection and safety regulatory agencies. E. Storage areas shall be heated or cooled as required to maintain the temperatures within the range recommended by the coating manufacturer. F. The handling and use of toxic or flammable solvents shall conform to the requirements of the applicable safety regulatory agencies, recommended by the manufacturer. Vehicular Traffic Membrane 071800 - 5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 1.7 JOB CONDITIONS A. Phasing of the traffic membrane installation is required. Refer to Drawings and the outline schedule in Specification Section 011000, as appropriate. 1.8 WARRANTY A. Completed installation shall be warranted jointly and severally on a single document by manufacturer and applicator against defects of materials and workmanship. The length of the warranty period shall not be less than (5) years from the date of substantial completion of the Project. C.. B. Manufacturer and installer shall further warrant the skid resistance and bond strength of the installed systems. The test may be measured at any single location, and shall meet the specified criteria in Part 3, Article 3.4. The length of the warranty period shall not be less than five (5) years from the date of substantial completion of the Project. C. Warranty documents shall not require the signature of the Owner to be effective, shall not limit the Owner's legal remedies otherwise allowed per the project contract, and shall not limit the venue of any potential legal jurisdiction. PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS A. Lymtal International B. Neogard Corporation C. BASF D. Sika Corporation 2.2 MATERIALS A. Medium Duty Vehicular Traffic Membrane System (Type A): 1. Iso-flex 760 Aliphatic System by Lymtal International, comprised of: a. Primer • Iso-Flex Epoxy SF, Primer 750, or Primer 757. • Apply at manufacturer's recommended application rate. b. Base Coat • Iso-Flex 750 Base Coat • Apply at 40 mils dry film thickness. Vehicular Traffic Membrane 071800 - 6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 c. Top Coat • Iso-Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 2. FC System by Neogard Corporation, comprised of: a. Primer • Neogard 70714/70715 • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/FC7960 • Apply at 40 mils dry film thickness. c. Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • 12/20 silica by Carmeuse Industrial Sands, Brady, Texas:--) m�- • Install at membrane manufacturer's maximum application rate. y.,x • Uniformly distributed with no bare spots. 3. Sikalastic Traffic System by Sika Corporation, comprised of: ` ry a. Primer • Sikalastic FTP Lo-VOC Primer or MT Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 40 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. Vehicular Traffic Membrane 071800 - 7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 • Uniformly distributed with no bare spots. B. Heavy Duty Vehicular Traffic Membrane System (Type B): 1. Iso-flex 760 Aliphatic System by Lymtal International, comprised of: a. Primer • Iso-Flex Epoxy SF, Primer 750 or Primer 757. • Apply at manufacturer's recommended application rate. b. Base Coat • Iso-Flex 750 Base Coat • Apply at 40 mils dry film thickness. c. Top Coat • Iso-Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Iso-Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. e. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 2. FC System by Neogard Corporation, comprised of: a. Primer • Neogard 70714/70715 • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/7960 • Apply at 40 mils dry film thickness. c. Top Coat • Neogard FC7510 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Neogard FC7540/7964 • 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 and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 e. Aggregate • 12/20 by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 3. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic FTP Lo-VOC Primer or MT Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 40 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. e. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. C. Medium Duty Vehicular Traffic Recoat Membrane System (Type C): 1. Iso-flex 760 Aliphatic System by Lymtal International, comprised of a. Primer ,"Th • Iso-Flex Primer 750 • Mix 1:1 with Methyl Acetate - co • Apply at manufacturer's recommended application rate. 77 • b. Base Coat • Iso-Flex 750 Base Coat 'v • Apply at 20 mils dry film thickness. c. Top Coat • Iso-Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. Vehicular Traffic Membrane 071800 - 9 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 d. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 2. FC System by Neogard Corporation, comprised of: a. Primer t i • Neogard 7795/7796 Rebond Primer, or Neogard 70714/15 epoxy. cu • Apply at manufacturer's recommended application rate. b. Base Coat • Neogard FC7500/FC7960 • Apply at 20 mils dry film thickness. c. Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • 12/20 by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 3. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic Recoat Primer. • Apply at manufacturer's recommended application rate. b. Base Coat • Sikalastic 720 Base Coat • Apply at 20 mils dry film thickness. c. Top Coat • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. Vehicular Traffic Membrane 071800 - 10 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 D. Heavy Duty Vehicular Traffic Recoat Membrane System (Type D): 1. Iso-flex 760 Aliphatic System by Lymtal International, comprised of: a. Primer • Iso-Flex Primer 750 • Mix 1:1 with Methyl Acetate • Apply at manufacturer's recommended application rate. b. Base Coat • Iso-Flex 750 Base Coat • Apply at 20 mils dry film thickness. c. Top Coat • Iso-Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Iso-Flex 760 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. e. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 2. FC System by Neogard Corporation, comprised of: a. Primer • Neogard 7795/7796 Rebond Primer, or Neogard 70714/1 Qepoxy. • Apply at manufacturer's recommended application rate. b. Base Coat r-1 • Neogard FC7500/FC7960 �•r • Apply at 20 mils dry film thickness. _._ c. Top Coat r.) • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat • Neogard FC7540/FC7964 • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. Vehicular Traffic Membrane 071800 - 11 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 e. Aggregate • 12/20 by Carmeuse Industrial Sands, Brady, Texas • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. 3. Sikalastic Traffic System by Sika Corporation, comprised of: a. Primer • Sikalastic Recoat Primer. • Apply at manufacturer's recommended application rate. b. Base Coat (N • Sikalastic 720 Base Coat • Apply at 20 mils dry film thickness. c. Top Coat co • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. c.w • Aggregate seeded and back rolled to provide slip resistant surface. d. 2nd Top Coat c' • Sikalastic 745 Aliphatic Top Coat • Apply at 18 mils dry film thickness. • Aggregate seeded and back rolled to provide slip resistant surface. e. Aggregate • Unimin 12/20 by US Silica, either Ottawa, MN or Voca, Texas. • Install at membrane manufacturer's maximum application rate. • Uniformly distributed with no bare spots. E. Vapor Barrier (if required or at Contractor's option, with Owner approval, for expedited installations over new concrete): 1. Lymtal Systems: a. Binder Coat: • Iso-Flex Barrier Coat 650 • Apply at the manufacturer's recommended application rate. b. Second Coat: • Iso-Flex Barrier Coat 650 • Broadcast manufacturer approved aggregate to saturation. c. Aggregate • 30 mesh silica sand as approved by the system manufacturer. Vehicular Traffic Membrane 071800 - 12 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2. Neogard Systems: a. Binder Coat: • Neogard 70714/70715 • Apply at the manufacturer's recommended application rate. b. Second Coat: • Neogard 70714/70715 • Broadcast manufacturer approved aggregate to saturation. c. Aggregate • 30 mesh silica sand as approved by the system manufacturer. 3. Sika Systems: a. Binder Coat: • Sikalastic MT Primer • Apply at the manufacturer's recommended application rate. b. Second Coat: • Sikalastic MT Primer • Broadcast manufacturer approved aggregate to saturation. c. Aggregate • 30 mesh silica sand as approved by the system manufacturer. F. Localized Leveling Repairs (if required to build up materials to match existing membrane profile): 1. Lymtal Systems: a. Primer • Per Article 2.2 Paragraph A.1. b. Leveling Material • !so-Flex 750 Base Coat. • Pre-mix with manufacturer approved aggregate.. • Install in multiple lifts up to 1" thickness total. 2. Neogard Systems: a. Primer • Per Article 2.2 Paragraph A.2. b. Leveling Material • Neogard FC7500 Base Coat. • Pre-mix with manufacturer approved aggregate. • Install in multiple lifts up to 1" thickness total. Vehicular Traffic Membrane 071800 - 13 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 3. Sika Systems: a. Primer • Per Article 2.2 Paragraph A.4 b. Leveling Material • Sikalastic 720 Base Coat • Pre-mix with manufacturer approved aggregate • Install in multiple lifts up to 1"thickness total G. Individual steps of any systems inclusive of greater than 5 percent solvents by either weight or volume calculations shall require monitoring by a licensed c.� industrial hygienist for fumes and odors within work areas, at open air intakes c4a within 200 ft. of work areas, and inside occupied spaces adjacent to work areas. c;u Credentials of licensed hygienist and a monitoring plan must be approved by the Engineer in advance of the start of any membrane work. C1 H. Membrane color shall be manufacturer's standard gray, unless otherwise indicated — in the Documents. 1. Color: Membrane manufacturer to confirm finished color to match adjacent existing membrane at newly installed concrete patch areas. I. Intermediate coat and lock coat materials shall be U.V. stable. PART 3 EXECUTIONS 3.1 EXAMINATION A. Contractor and membrane manufacturer shall jointly review existing substrates (original concrete, past or new concrete repairs or overlays, past membrane or coating systems) to ensure compatibility with the specified membrane system. Submit in writing any materials which may cause membrane adhesion to substrate less than normally anticipated or other compatibility or performance difficulties. Failure to review and identify deleterious products/materials, and if failure of the membrane is a result of adhesion difficulties or chemical or physical incompatibilities with substrate materials, the Contractor and Manufacturer shall be responsible for all costs related to correcting the deficient Work. Manufacturer is bound to meet the above noted responsibilities equally with the Contractor regardless of the provisions of other agreements. B. Inspect deck surface for any visibly distressed concrete. If encountered, chain drag area to determine extent of distressed or delaminated area and repair as indicated on the Drawings, and Specification Section 030100. C. Examine areas for slab cracks to be routed and sealed. Vehicular Traffic Membrane 071800 - 14 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 3.2 PREPARATION A. Protection: 1. Erect dust barriers and barricades to protect adjoining areas from dust, dirt, debris, steel shot and sandblast material generated from this work. Refer to Section 015600. 2. Cover exposed drain grates during shotblasting/sandblasting operations. Recoat with approved rust inhibitive or galvanizing paint grates damaged by blasting operations. Similarly protect and recoat if necessary other, in place metal elements. Drains to be functional during non-working hours and during periods of inclement weather. 3. Cover exposed drain grates to protect from membrane material. Drains to be functional during non-working hours and during periods of inclement weather. Do not allow membrane material to enter drain piping system. B. Concrete (General): 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 olland proven dry via mat tests, to be considered for membrane system installation without installation of a vapor barrier. Review manufacturer requirements relative to site conditions in advance of performing the work. 3. Surfaces shall be free from all traces of dirt, dust, salt, grease, oil, asphalt, laitance, curing compounds, paint stripes, coatings and other foreign materials. Use manufacturer approved degreasing agents if necessary. 4. Concrete surfaces shall be cleaned using shotblast equipment (e.g. Blas Trac by Wheelabrator Frye or Turbo Blast by the Turbo Blast Company) to achieve standard of cleanliness per Article 1.5 Paragraph G. The size of shot and travel speed of the equipment shall be chosen to provide a uniformly clean surface and profile; basis for bid must be two perpendicular normal speed passes, or one slow speed pass. 5. Areas which cannot be adequately cleaned by shotblasting shall be cleaned by sandblasting. 6. Surfaces that become contaminated by dirt or moisture after initial shotblasting, sandblasting, shall be cleaned again by shotblasting or sandblasting and blown clean with compressed air at no additional cost to the Owner. Vehicular Traffic Membrane 071800 - 15 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 7. Minimum standard of acceptability applies to all surfaces intended to receive membrane regardless of surface preparation procedure or process. 8. The use of acids in surface preparation procedures and techniques is prohibited. 9. After completion of shotblast work, and prior to application of membrane materials, repair all scaled, freeze-thaw damaged and loose, pop-out areas, cracks and all damage made apparent by the shotblasting procedure, in a manner approved by the Engineer. Such repair work shall be part of the Base Bid without unit price adjustment. Areas requiring patching will be subject to re-shotblast or re-sandblast where a patch exceeds one (1) square foot in area. 10. Grind all high spots or transition grind all depressions per details. Shotblast or sandblast only after all grinding is complete. C. Existing Coating (Recoat): 1. Preparation and cleaning procedures shall be in strict accordance with this Specification, unless more stringent requirements are recommended by the system manufacturer. 2. Locate and remove areas of deteriorated or debonded membrane. 3. Remove deteriorated membrane with approved procedures until sound, intact and well bonded membrane is achieved. Prepare concrete and install leveling per procedures outlined in Part 2, Article 2.2 Paragraph G. 4. Degrease all oil and other staining per the manufacturer's recommendations. 5. Detergent scrub and pressure wash clean all existing membrane surfaces - minimum 4,000 psi with oscillating turbo tip. Thoroughly rinse surfaces to assure all detergents and residual degreasing agents are flushed to drains. 6. Minimum standard of acceptability applies to all surfaces intended to receive membrane regardless of surface preparation procedure or process. 7. Surface must be completely dry prior to start of recoating efforts. D. Membrane Removal: 1. If existing membrane system scheduled to be removed, the criteria for acceptance are 0% of the existing membrane remaining on horizontal surfaces. 5% of the existing membrane may remain on the vertical curb faces with no area larger than 3 square inches. 2. The membrane removal is to be done with a dry cutting process only. Vehicular Traffic Membrane 071800- 16 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 3. After removal, perform surface preparation the same as for Concrete, Part 3, Article 3.2 Paragraph B. 3.3 INSTALLATION A. General: 1. Install materials in strict accordance with all safety and weather conditions required by product literature and Local, State and Federal regulations. 2. Fumes and dust shall be controlled to prevent harmful or undesirable effects in surrounding areas. All potential avenues for penetration of fumes or dust into surrounding occupied areas shall be sealed prior to the start of the work. 3. All exposed membrane edges and termination details shall be taped to provide straight, neat edges. 4. Install base coat membrane materials on concrete surfaces only when concrete temperature has stabilized or is falling. Do not install base coat membrane on concrete surfaces when surface temperature is rising. 5. Install membrane materials only if the temperature of the surfaces to be coated is 5 degrees or higher than the dew point temperature measured at the job site. B. Sealants - Refer to Section 079200. C. Membrane: c 1. Where necessary to locally level surfaces and after approval by bin/net., install membrane leveling materials in depressed areas. Refer to Part 2, Article 2.2 Paragraph F. 2. Install detail coat 4" wide by 20 mil thick (dry film thickness) over properly primed cracks, caulked joints, joints between concrete pours, or leveling repairs, junctures and other locations in the membrane area which is a deviation from the nominal membrane plane, except where otherwise indicated by the Specifications or Drawings. 3. The membrane system shall turn up 4" at all vertical surfaces unless shown otherwise on the drawings. Detail coat is required at all turn-ups to vertical surfaces. Detail coat at turn-ups shall be the same as the detail coat required by Part 3, Article 3.3 Paragraph C.2. 4. Contractor shall ensure the specified/recommended application rates of all components of the membrane system. Base coat(s), intermediate coat, and lock coat of each application of the membrane system shall be distributed onto the deck by calibrated, notched squeegees. Squeegees showing signs of wear shall be discarded. Vehicular Traffic Membrane 071800 - 17 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 5. Contractor shall ensure specified/recommended application rates of liquid products on vertical or sloped surfaces by the use of non-sag grade materials or by multiple applications of material over previous applications which are fully cured. 6. Each fluid-applied component of the membrane system shall be back-rolled to properly distribute materials across the deck and eliminate squeegee marks. a) Back-roll to be perpendicular to the general direction of the squeegee, unless membrane manufacturer states, in writing, that it would be detrimental to the application of the membrane product. 6 7. Use of power rollers either to distribute the membrane system or to backroll squeegee marks shall not be permitted. ca.. 8. No vehicular traffic shall be allowed on membrane areas for at least 48 hours after completion of membrane installation. Provide extended cure time with no `' ' vehicular traffic exposure if temperatures fall below 50°F. 3.4 FIELD QUALITY CONTROL A. Bond Test: 1. Bond tests of the installed membrane systems may be performed by the Engineer during and after the membrane work on this project. Tests shall be conducted using a calibrated instrument which measures in-place bond strength by applying a direct axial pull on a 3 inch diameter steel disk epoxied to the completed membrane top surface. 2. A membrane phase for the purpose of bond testing is an area of base coat installed in a single work shift. If examined, a membrane phase will be tested at (3) locations per phase no sooner than 10 days after completion of the entire membrane system and no sooner than 14 days if temperatures fall below 40°F for two or more days. Contractor shall assume a total of (15) test locations in the Base Bid. 3. The acceptance criteria for initial tests of a Phase shall average bond strength of 200 psi for all locations, with no single location testing below 150 psi. Any Phase failing to meet the initial acceptance criteria may be retested at a later date by the Engineer. Retests of Phase shall include at least 4 separate test locations not sooner than 14 days after the initial tests. The acceptance criteria for retests of a Phase shall average bond strength of 200 psi for all locations, with no single location testing below 175 psi. 4. Any Phase failing to meet the initial test and retest acceptance criteria shall be considered "deficient" and shall be cause for the Contractor to execute or provide one of the following remedies: Vehicular Traffic Membrane 071800 - 18 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 a. Extend Standard Guarantee to include an additional 5 years (for a total of 10 years) on membrane system intercoat bond and bond to the concrete for the "deficient" areas. b. Removal and replacement of the "deficient" area, including all necessary preparatory work and Engineering costs to coordinate and observe the work, at no additional cost to the Owner. 5. Any additional bond testing requested by the Contractor to limit the extent of the "deficient" area(s) as determined by initial tests and retests as defined above shall be paid for by the Contractor. 6. Contractor shall include as part of his proposal the costs of repairing all test locations. B. Skid Test: 1. Prior to any membrane preparation work and after membrane installation, the Engineer may conduct tests to determine values of the static coefficient of friction between the coated and uncoated floor surfaces and the neoprene base of the Engineer's test equipment. • 2. Determination of the coefficient of friction will consist of a series of individual tests for each surface type. The initial coefficient of friction is defined as the average of the tests performed on the concrete surfaces prior to membrane preparatory work. The final coefficient of friction is defined as the averages of the tests performed on each type of completed membrane system surface. 3. The final, average static coefficient of friction shall be a minimum of 0.85 under wet and dry conditions and equal to or greater than 110% of the initial coefficient of friction. No individual test area shall have a coefficient less than 0.80 or 95% of the initial coefficient of friction. Any membrane system that does not conform, as determined by the Engineer, to the specified acceptance criteria shall be subject to rework, upgrading or replacement of the deficient areas, including necessary preparatory work, at no additional cost to the Owner. C. The Engineer may direct the Contractor to make test cuts in the membrane for testing purposes. Tests cuts shall be 2" x 2" and will be in partially-completed or fully-completed membrane. A maximum of 3 total tests per separate installation phase may be made. Contractor shall include as part of his Proposal the costs of taking test cuts as and where directed by the Engineer and the costs of patching test cut areas. D. The Engineer will periodically monitor application rates of the membrane system individual components and will notify job foremen of discrepancies noted. Vehicular Traffic Membrane 071800 - 19 �`' City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 E. The Contractor shall keep at the site and maintain in proper condition an adequate number (at least one per application crew) of wet film thickness gages and shall continuously use such to ensure the specified thickness of each membrane coat is uniformly maintained. The periodic monitoring of application rates per Article 3.4 Paragraph D shall not relieve the Contractor of the responsibility of verifying specified coating thickness. F. Contractor shall provide information required by Part 3, Article 3.6. 3.5 CLEANING A. Empty containers shall be removed from the garage at the end of each working day. Cloths soiled with coating that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health, fire and environmental regulations. B. All spilled coating material shall be completely removed from hardware, adjacent floor areas, metal work, etc. Remove spilled coating by approved methods. C. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation for membrane application. D. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dust, dirt and debris. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) co _.._ e,.'.) Vehicular Traffic Membrane 071800 - 20 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 ( °F) Start End Deck Air Relative Humidity (%) Dewpoint Note: Contractor shall estimate quarter points in time between the start and end of membrane application. Record air and deck temperatures at those times. Superintendent's Signature: END OF SECTION o, • -3 -_ V Vehicular Traffic Membrane 071 800 - 21 t..•• • #.* 2016 tk7R 28 Pii 2: 22 _. , City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 07—THERMAL AND MOISTURE PROTECTION SECTION 079000 EXPANSION JOINTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Wing compression expansion joint seal installation. B. Compressible expansion joint seal installation. C. Existing winged expansion joint seal repairs. 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. e=7 F. Section 030100 - Concrete Repairs. 7.7 G. Section 071800 - Vehicular Traffic Membrane. c _ '^ H. Section 079200— Sealants. I. Section 321723 - Pavement Markings. :a ,-,) 1.3 SUBMITTALS A. Joint and Several Warranty Form meeting the requirements of Paragraph 1.7. B. Letter of inspection approving blockout or noting unacceptable conditions per Paragraph 1.4F. C. Shop drawings of all expansion joint conditions, including typical section, factory manufactured splices and each termination detail. D. Literature for manufactured products, including manufacturer's specifications, test data and installation instructions including temperature limitations and joint opening recommendations. E. Letter of approval per Paragraph 1.4.A. Expansion Joints 079000 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 F. Prior project experience per Paragraph 1.4.B. G. Joint System Sample per Paragraph 1.4.D. H. Name and resume of persons per Paragraphs 1.4.0 and 1.4.E. I. Letter from expansion joint manufacturer per Paragraph 1.6. 1.4 QUALITY ASSURANCE A. The expansion joint installer shall be approved by the manufacturer. B. All work under this Section shall be performed by Contractors which have successfully performed at least three verifiable years of projects that are similar in magnitude and type to those involved in this Contract and three or more prior =tea projects in a climate similar to that for this project. twt C." All work under this Section shall be under the immediate control of the Contractor's non-working superintendent(s) experienced in this type of work. The person(s) shall have supervised three prior projects of similar magnitude N and type, and shall be present during all operations. This person(s) shall be c approved by the Owner. c,__ D. The Owner may submit material samples to an independent testing laboratory for verification of material properties and/or conformance to performance standards. E. A technically competent employee of the expansion joint manufacturer (not associated with the installation crew or Contractor) shall be present before and during the installation of the initial lengths of the joint system (minimum 50% of total joints) on this project. This person shall be approved by the Owner. F. The expansion joint manufacturer and installer must inspect the completed block-outs prior to the start of new joint system installation. Unacceptable conditions must be reported, in writing, to the Owner prior to start of work. Starting installation of the new expansion joints constitutes acceptance of the completed block-out conditions. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver all materials to job site in sealed, undamaged containers. Each container shall be identified with materials' name, date of manufacture, lot and batch number. B. Store materials when not in actual use in a place specifically assigned for that purpose which is well ventilated and lighted and not subject to direct sun rays. Materials shall be kept or packaged when not in use. Keep storage area neat and clean and secure from vandalism and theft. Expansion Joints 079000 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 C. Perform work in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. I D. When toxic or flammable solvents are used, the seal installer shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies. 1.6 SEQUENCING A. The expansion joint seal manufacturer shall provide a written procedure for installation of new expansion joint seals within 10 days after placement of cementitious material used for the modification of expansion joint block-outs and overlays. 1.7 WARRANTY A. A warranty of five years shall be provided for all types of new expansion joint seals. The manufacturer and approved installer shall jointly and severally maintain the joint in a safe, waterproof condition for the warranty period at no additional cost to the Owner. The Contractor is responsible for compliance of both the manufacturer and approved installer for the warranty period. B. A warranty of two years shall be provided by the contractor for all existing expansion joint system repairs against problems, including debonded repair materials, deterioration of repair materials, and leakage at repair locations. PART 2 PRODUCTS 2.1 WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEM: A. Wabocrete 201 Membrane System by Watson, Bowman, Acme/BASF 1. Seal size — Field verify seal size during bidding. B. Thermafex Parking Deck EJ System by Emseal Joint Systems 7: 1. Seal size — Field verify seal size during bidding. ry C. 'so-flex Winged EJ System by Lymtal International "1 .-t, A 1. Seal size — Field verify seal size during bidding. � r:;) D. LokCrete Membrane System by MM Systems 1 1. Seal size — Field verify seal size during bidding. Expansion Joints 079000 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2.2 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM—TYPE A (GARAGE): A. DSM seal by Emseal, Inc. 1. Seal size— Field verify seal size during bidding. 2.3 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM—TYPE B (BRIDGES): A. Jeene—FW Bridge Series by Watson Bowman Acme Corp 1. Seal size— Field verify seal size during bidding. PART 3 EXECUTIONS 3.1 GENERAL A. Where scheduled for replacement, remove existing expansion joint systems and perform minor concrete repairs as required to perform the work. Refer to Drawings and Section 030100 as appropriate. B. ..If found, remove styrofoam or any other form of joint filler material in expansion joint openings. c _ C. -Cure all expansion joint system nosing and adhesive materials in accordance with co cv 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: 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. Expansion Joints 079000 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 2. Rout and seal adjacent construction joints or cracks that intersect the block- out for a length of 8 inches. Refer to Specification Section 079200. 3. Sandblast all concrete surfaces to be in contact with seal system no sooner than 24 hours before seal installation. Contact surfaces shall be clean, dry and sound. Re-sandblasting is required if contact surfaces become contaminated after the initial blasting. This includes contamination by rainwater runoff. 4. Coordinate sandblasting to avoid damage to vehicles on levels below or adjacent to work area. Remove all sand, dirt, durst and debris from joint opening and adjacent floor areas on both levels immediately after work is complete. B. Installation: 1. Install new seal per manufacturer's installation instructions. Perform work during coolest portion of day, typically in the middle of the night. Complete work at least 4 hours prior to anticipated rising deck temperatures. Cease installation of joint system under adverse weather conditions. 2. Splice seal material per manufacturer's instructions to form a continuous length. Do not splice seal in drive lane unless approved by the Engineer. 1 3. All transitions, turn-ups, corners and "T" joints shall be factory manufactured components shall be approved in advance by Engineer. 4. Seal elevation shall be installed flush or slightly recessed from nosing/header surface. 5. Cure materials in accordance with manufacturer's recommendat+ons. 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,,Q alternative concrete repair materials for larger repair areas. Refer to Specification Section 030100. 2. Rout and seal adjacent construction joints or cracks that intersect the block- out for a length of 8 inches. Refer to Specification Section 079200. 3. Sandblast all concrete surfaces to be in contact with seal system no sooner than 24 hours before seal installation. Contact surfaces shall be clean, dry and sound. Re-sandblasting is required if contact surfaces become contaminated after the initial blasting. This includes contamination by I Expansion Joints 079000 -5 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 rainwater runoff. 4. Coordinate sandblasting to avoid damage to vehicles on levels below or adjacent to work area. Remove all sand, dirt, durst and debris from joint opening and adjacent floor areas on both levels immediately after work is complete. B. Seal Installation: 1. Install new seal per manufacturer's installation instructions. Perform work during coolest portion of day, typically in the middle of the night. Complete work at least 4 hours prior to anticipated rising deck temperatures. Cease installation of joint system under adverse weather conditions. 2. Install manufacturer's approved adhesive or bonder to compression seal and concrete, nosing or metal surfaces which will be in contact. 3. Install seals per manufacturer's installation instructions. 4. Install the seals in continuous lengths with no splices in the horizontal plane of the seal. Recess seals slightly from adjacent floor surfaces. 5. Turn seals up onto and across curbs and up 4 inches at adjoining vertical wall and column surfaces. Vertical installation to be flush with adjoining wall and column surfaces. `, , 6. As appropriate, provide heat welds or adhesive at direction changes from horizontal to vertical. Execute welds per manufacturer's requirements. 7. Before installation, test splices with a 150# axial tension load. 8. Seal splices at end conditions as recommended by the manufacturer if those conditions are not shown on the Drawings. 9. Install any supplemental cap seal materials in the same work shift, or no later than the next day if no inclement weather is predicted. 3.4 REPAIR OF EXISTING WINGED COMPRESSION SEAL EXPANSION JOINT SYSTEMS A. Via visual examination, hammer sounding and observations during rainy weather, locate and paint nosing length of existing joints requiring repair. Confirm repair locations with Owner's representative or Engineer prior to commencement of work. Using electric chipping hammers and hand held tools, carefully remove painted nosing length without damaging the existing gland seal. Extend nosing removal 4 inches beyond end of painted length, in each direction. B. Cut wing of gland seal perpendicular to joint length approximately three inches from ends of nosing removal. Without damaging, pull wing up and out of blockout Expansion Joints 079000 - 6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 bedding material, using flat hand held tools to aid in breaking bonded interfaces. C. Wire wheel clean exposed blockout surfaces without damaging adjacent seal. Blow clean with compressed air and solvent wipe down all blockout and seal surfaces in repair area. D. Install epoxy bedding repair material per manufacturer's recommendations and lay down seal wing into wet epoxy. Weight seal wing if necessary to assure contact while epoxy is curing. E. Install epoxy nosing repair material per manufacturer's recommendations. Strike repair material flush with adjacent concrete surface and gland seal top surface. 3.5 CLEAN-UP A. During the progress of the Work, remove from the project all discarded materials, rubbish, cans and rags. B. Clean all surfaces of drops or spills of nosing materials with manufacturer approved solvents which are not deleterious to the concrete surface. I C. All hardware, adjacent floor areas, metal work, etc., and the premises shall be lift clean and free of all construction dust, dirt and debris. This includes the removal of dust from pipes, etc., which resulted as part of the construction process. D. Empty containers shall be removed from the building at the end of each working t 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 >-� fr.? N Expansion Joints 079000 - 7 N i 'per .4f OD y.'l City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 DIVISION 07—THERMAL AND MOISTURE PROTECTION SECTION 079200 SEALANTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Tee-to-tee/construction joint sealant. B. Crack routing and sealant installation. C. Tooled joint sealant. D. Cove joint sealant. 1.2 RELATED SECTIONS .4 A. Section 012100 -Allowances. ` . B. B Section 012300 - Alternates ,rµ I ov C. Section 012900 - Payment Procedures. D. Section 017700 - Closeout Procedures. y� E. Section 030100 - Concrete Repairs. F. Section 071800 - Vehicular Traffic Membrane. G. Section 321723 - Pavement Markings. 1.3 DEFINITIONS A. Where the term "manufacturer's recommendations," or variations thereon, are found in this Specification, it shall mean "manufacturer's recommendations which are found in publications available to and commonly used by the general architectural and consulting professions." 1.4 SUBMITTALS A. Copies of literature for all manufactured products, including manufacturer's specifications, test data and installation instructions or applicator's manual. B. Letter per Paragraph 1.5.A. C. Resume of contractor superintendent or employee per Paragraph 1.5.C. D. Manufacturer's certification per Paragraphs 1.5.E. I Sealants 079200 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 E. Proof samples of sealants intended to be installed per Paragraph 1.5.F. F. If requested, Field samples of sealants installed on site per Paragraph 1.5.G. G. Material Safety Data Sheets on all materials which are classified as hazardous materials. H. Upon completion of the Work and prior to final payment, provide written recommendations for routine care and maintenance. Provide list of three Contractors nearest the project location who are qualified to perform repairs to the sealants. . Identify common causes of damage and include instructions for temporary patching until permanent repair can be made by qualified personnel. I. Upon completion of the Work and prior to final payment, provide a fully executed warranty. 1.5 QUALITY ASSURANCE A. The sealant installer must be acceptable to the manufacturer. Provide written confirmation that the intended sealant installer is acceptable to the manufacturer. B. The Contractor shall review locations where joint sealant work is specified, and shall submit in writing existing conditions and newly specified details which would cause sealant material to fail. Failure to review existing conditions or identify details or procedures which will cause failure of sealant material to perform as specified, the Contractor shall become responsible for all costs relating to ca correcting the deficient work, including all direct and indirect costs to the Owner. t :u C. The Contractor's superintendent, or another technically competent employee of the Contractor approved by the Owner and Manufacturer, shall be on site and supervise installation of all sealant on this project. Sealant identified as being installed not under the direct supervision of this person shall be subject to removal and replacement, at the direction of the Owner. This person identified for supervision of the work shall have supervised at least three prior projects of similar magnitude and type. D. The Owner may, at his discretion, choose to remove up to a six-inch length of sealant in locations at a time after installation and initial curing of sealant to verify installation as specified. The Contractor shall include in his Bid the costs to repair one such location for each 100 ft. of sealant installation. If inspections of these locations by the Owner reveal deficient installation of sealant, the Owner may remove additional sealant to further quantify the length of deficient sealant. The Contractor shall repair all deficient locations of sealant found by the Owner at no additional cost and no extension of time for the work. E. Sealant materials shall be certified to be compatible by the manufacturer for use with the membrane system. Sealants 079200 -2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 F. Proof Samples of all sealant materials used on the job site shall be prepared in advance of the work by the Contractor and submitted to the Owner for purposes of testing and examination. Samples shall be manufactured with a unit of material from the first batch intended for use on the project. Samples (4 total) shall be at least 2 inch x 2 inch square and 1/2 inch thick, with troweled top surfaces, identified with manufacturer's batch numbers, date and location of preparation. G. The Owner may, at his discretion, direct the Contractor to prepare and submit Field Samples of sealant materials used on the job site during the work. Samples shall be manufactured on site, from a unit of material from the same batch in use that day. Samples (2 total) shall be at least 2 inch x 2 inch square and 1/2 inch thick, with troweled top surfaces, identified with manufacturer's batch numbers, I date and location on the project where the sealants represented in the samples were installed. Up to three sets of Field Samples may be requested on this project in the Base Bid. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials to job site in sealed, undamaged containers. Each container r shall be identified with material's name, date of manufacture and lot number. B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner. C. Sealant materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies. E. Storage areas shall be heated or cooled as required for maintaining the product temperatures within the range recommended by the manufacturer. 1.7 PROJECT CONDITIONS A. Install sealant materials in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. B. Fumes and dust shall be controlled to prevent harmful or undesirable effects in surrounding areas. C. When toxic or flammable solvents are used, the Contractor shall take all necessary precautions as recommended by the manufacturer. In altTases, 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.) c_, Sealants ry 079200 - 3 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 • 1.8 SEQUENCING A. Install sealants after any required concrete repairs. B. Install sealants after adequate cure of concrete repairs. Confirm required cure time with sealant manufacturer. C. Install all sealants prior to installation of membrane systems. 1.9 WARRANTY A. New exposed sealant work shall be warranted, by contractor and manufacturer, for a period of five years against defects due to installation or material deficiencies, including but not limited to excessive softness, excessive entrapped air in cured cross sections, disbonding, cohesive failure, leakage and ultra violet exposure degradation. B. Sealant work under membrane systems shall be warranted as part of and included in the membrane system guarantee. Refer to Section 071800. PART 2 PRODUCTS 2.1. CRACK AND JOINT SEALANTS A. Multi-component, unmodified, polyurethane. Approved products manufacturers include: 1. Sika 2c NS-TG/SL by Sika Corp. 2. Dymeric 240FC by Tremco, Inc. 3. Isoflex 880/881 by Lymtal International. B. Minimum compression or extension of 25% of the nominal joint width without adhesive or cohesive failure. C. Primer(s) as recommended by sealant manufacturer for each substrate. D. Sealants in areas to be coated with membrane per Section 071800 shall be gun grade (non-sag) unless otherwise noted on the Drawings or in this Section. E. Cove sealants shall be gun grade (non-sag). F. Backer Rod or Bond Breaker Tape: Backer Rod shall be closed-cell, polyethylene in sizes to maintain 25 percent compression. Backer rod shall not be used except where indicated on the Drawings or unless approval for each intended application location is obtained from the Owner. Alternative use of bond breaker tape in size appropriate for the width of joint and approved for use by the sealant manufacturer will be allowed on a case-by-case basis. Sealants 079200 - 4 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 G. For joint edge repairs refer to Specification Section 030100. 2.2 SILICONE SEALANTS "WET SEAL" A. Approved for horizontal or vertical sealant installations. Products and manufacturers include: 1. Dow 795 by Dow Corning, Inc. a. Manufacturer's standard colors. Color to be approved by Owner. 2. SilPruf SC2000 by GE, Inc. a. Manufacturer's standard colors. Color to be approved by Owner. 3. Spectrum 800 NS by Tremco Sealant Waterproofing Division. a. Manufacturer's standard colors. Color to be approved by Owner. B. Minimum compression or extension of 50% of the nominal joint width without adhesive or adhesive failure. C. Primer(s) as recommended by the sealant manufacturer for each substrate. D. Sealants shall be gun grade (non-sag) unless otherwise noted on the Drawings or in this Section. E. Backer Rod. Backer Rod shall be closed-cell, polyethylene in sizes to maintain 50 percent compression. Backer rod shall not be used except where indicated on the Drawings or unless approved for each intended application location is obtained by the Owner. F. For joint edge repairs refer to Specification Section 030100. PART 3 EXECUTIONS 3.1 EXAMINATION A. Prior to the start of work, the Contractor shall review all areas intended to receive the specified work and note conditions or defects that will adversely affect the execution and/or quality of the work. B. Notify Owner in writing of any such conditions or defects. Do not begin work until unsatisfactory conditions are corrected. Failure to notify Owner prior to beginning work constitutes acceptance by Contractor of the surfaces and conditions under which the work is to be performed, and acceptance by Contractor for the performance of the work. Sealants 079200 - 5 • City of Iowa City Parking Garage Maintenance Program -_ and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 3.2 GENERAL A. Remove existing sealants in joint cavities and clean surfaces to remove residue. Rout any new joint cavities scheduled for new sealant. Sandblast or shot blast all joint cavities scheduled for new sealant and blow clean with oil-free and water-free compressed air within 24 hours of sealant installation. Areas, including cove sealant locations, inaccessible to shotblasting must be sandblasted. If approved by the Engineer in advance joint cavities may be prepared by abrasive wheel (zec wheel) cleaning in lieu of sandblasting or shotblasting. B. Primer shall be used for all sealant installations regardless of manufacturer's requirements, unless a letter from the manufacturer states use of a primer is detrimental. Allow primer to cure per manufacturer's recommendation prior to sealant installation. C C. Joint cavities that become contaminated by dirt or moisture after initial shotblasting, sandblasting or abrasive wheel preparation, shall be cleaned again and blown down with oil-free and water-free compressed air at no additional cost to the Owner. c� D. Modify the depth of existing joints by additional routing or positioning of backer rod to maintain a width to depth ratio of 2 to 1 unless otherwise noted on the drawings. At no location is the sealant width allowed to exceed 1-1/2". E. In areas indicated on the Drawings or otherwise directed by the Owner, remove existing failed and deteriorated sealant, all existing cove sealants and existing sealants to be covered by urethane traffic membrane. F. Reinstall new sealant where existing sealant is removed. Refer to Article 3.3 for new sealant installation requirements in membrane areas and Article 3.4 for repair sealant requirements. G. Where necessary, square up joint edges and execute repairs with epoxy repair mortar in accordance with manufacturer's recommendations. H. Rout cracks per details in surfaces at locations directed by the Owner. I. Rout joints per details. 3.3 NEW JOINT SEALANT A. Refer to Article 3.2 for joint cavity preparation requirements. B. Blow down joint cavity and apply primer as recommended by the sealant manufacturer. C. Install backer rod or bond-breaker tape where required. Vary size of backer rod if necessary based on field conditions per Article 2.1.F or Article 2.2.F. Sealants 079200 - 6 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 D. Install sealant as indicated in details on the Drawings. 3.4 JOINT EDGE REPAIRS A. Identify joint edge spalls which are too large to be filled with new sealant. Review repair locations with Owner in advance of the work. B. Square edges of spall with diamond blade as indicated on Drawings. C. Clean cavity per Article 3.2. D. Mix epoxy and clean, dry sand to form grout material, and install per Specification Section 030100. E. Allow for cure prior to sealant installation. 3.5 MISCELLANEOUS SEALANTS A. Install miscellaneous sealants around drains, pipe penetrations in floors, and elsewhere. Install per Article 3.3 and as indicated on the Drawings. 3.6 "WET SEAL" SEALANT A. General: 1. All materials and sealants shall be installed per the manufacturer's recommendations and requirements. 2. Do not install sealants during inclement weather, or when temperatures (ambient and surface) are beyond the manufacturer's recommendations. 3. Just prior to new primer/sealant installation, vacuum joint to remove all dust, dirt and debris. Complete vacuuming of all joint cavities within 24 hours of the start of primer/sealant installation. 4. Where primer is specified to be installed, mask all expoeed, adjoining surfaces to prevent staining or discoloration of surface. B. Cap Bead • ry 1. Remove existing sealants and residue. • ?% 2. Clean surfaces to be in contact with new sealant installation. `=.' r 3. Install sealant into joint per manufacturer's recommendations. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. 4. Tool sealant in a continuous smooth surface without lap marks and air bubbles. Sealant installation shall be neat and clean. Sealants 079200 - 7 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 C. Isolation/Control Joint 1. Prime all joints with primer as recommended by manufacturer unless priming is detrimental to the performance of the sealant as stated in writing by the sealant manufacturer. 2. After primer has cured per manufacturer's recommendations, install backer rod in joint cavity. Size backer rod to be in minimum 25% compression, maximum 50% compression when installed. 3. Install backer rod to maintain a 2:1 width to depth ratio of sealant. Minimum and maximum depth of sealant shall be per the sealant manufacturer's recommendations. 4. Install sealant into joint per manufacturer's recommendations. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. 5. Tool sealant slightly concave in a continuous smooth surface without lap marks and air bubbles. Edges of sealant to be flush with exposed surface of concrete, masonry, or other substrate—or how indicated on the Drawings. D. Bridge Joint co 1. Prime all surfaces with primer as recommended by manufacturer unless priming is detrimental to the performance of the sealant as stated in writing by the sealant manufacturer. 2. Provide appropriate bond break tape as recommended by sealant Manufacturer. 3. Install 1/8" thick foam tape along edges of new bridge joint sealant. The bridge joint shall have a minimum of 5/16" bond on each side of the bond break tape. Ensure tape is perpendicular and plumb/level. Do not haphazardly install tape. Must be neat/straight installation. 4. Install sealant into form created by foam tape. Force sealant into joint ahead of nozzle to minimize air pockets and bubbles in completed joint. 5. Tool sealant near flat with top of foam tape in a continuous smooth surface without lap marks and air bubbles. 6. After initial set, remove foam tape and discard. Do not damage newly installed silicone during removal. 3.7 CLEAN-UP A. During the progress of the Work, remove from the project all discarded coating materials, rubbish, cans and rags. Sealants 079200 - 8 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 B. All sealant material and drops shall be completely removed from hardware, adjacent floor areas, metal work, etc., and the premises shall be left clean and in orderly condition. C. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dust, dirt and debris. This includes removal of all dust from pipes, etc., which resulted from work specified herein. D. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation for sealant installation. Refer to Section 321723. E. Empty containers shall be removed from the garage at the end of each working day. All cloths soiled with coating that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health and fire regulations. END OF SECTION crs c _ flJ • N Sealants 079200 - 9 (NJ • LA-1 4 - v A L.) t„ C. 1=3 S.4A City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 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 ct.a r, - A. Manufacturer product data sheets. -� B. Manufacturer produced written verifications per Article 1.4. ;v 1.4 QUALITY ASSURANCE A. Pavement marking manufacturer shall verify that the pavement marking media is compatible with the vehicular traffic membrane system. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material name, date of manufacture and batch number. B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner. C. Marking materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies. Pavement Markings 321723 - 1 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 E. Storage areas shall be heated or cooled as required maintaining the temperatures within the range recommended by the manufacturer. 1.6 WARRANTY A. The Contractor shall warrant the pavement marking media from chipping and peeling for a period of two years. PART 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. 2. The surface to be painted shall be clean and dry, free of dust, debris and other loose materials. 3. Paint shall be spray applied in 2 solid coats with no thin or bare spots in either coat. 4. New pavement markings shall be straight and neat. Striping shall be geometrically accurate and uniform throughout the garage. Discrepancies shall be corrected at no additional cost to the Owner. 5. Pavement marking work shall be coordinated with membrane work. Perform pavement marking on membrane systems only after the systems have cured sufficiently as recommended by the system manufacturer. 6. Traffic shall not be permitted on new pavement markings until media has properly cured per manufacturer's requirements. Pavement Markings 321723 - 2 City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project May 3, 2016 THP #16010.00 7. New pavement markings shall line up with existing markings on vertical surfaces; otherwise, Contractor shall remove and replace markings on vertical surfaces. 3.3 CLEAN-UP A. After each day's work, remove containers, rubbish and rags. B. Remove drips, overspray and spillage of material from all surfaces. END OF SECTION Pavement Markings 321723 - 3 Prepared by:Kumi Moms,410 E.Washington St.,Iowa City,IA 52240,(319)356-5082 RESOLUTION NO. 16-126 RESOLUTION SETTING A PUBLIC HEARING ON MAY 17, 2016 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2016 PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account#T3004 and the Annual Bridge Maintenance and Repair account#S3910. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 17TH day of May, 2016, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four(4) nor more than twenty(20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 3rd day of May , 20 16 -.7-' 7.---- .\-------- vO7,„_,MR 4 Aft Approved by ATTEST: ,,� e. � fr ------, 97 ��iCITYERK City Attorney's Office S:\ENG\ARCHITECTURE FILE\Projects\Parking Garage Maintenance Program 2015 through 2018\Front Ends and Bids Documents and Notices\2016\RESOLUTION Set Public Hearing Project City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project.doc , Resolution No. 16-126 Page 2 It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton Y` 1111 PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0001252480 05/06/16 $34.21 Copy of Advertisement Exhibit"A" Ail l Subscribed an('-worn to before me by said affiant this 7th day of May, 2016 0 'otary Public in and for State of Iowa �.�ANIA`' ANDREA HOUGH TON SON COMMISSION NO. 753956 4tat. COMMISSION EXPIRES NOTICE OF PUBLIC HEARING ON PLANS SPECIFICATIONS, FORM OFF CONTRACT AND • ESTIMATED IOWADC COST PARKINGY GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2016 PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE © ENIDA TO OF IOWA INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City Iowa, will con-duct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the City of Iowa City Parking Garage Maintenance Program 2016 Project in said City at 7 p.m. on the 17th day of May, 2016, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK r Prepared by:Kumi Morris Public Works,410 E.Washington St.,Iowa City,IA 52240 (319)356-5082 RESOLUTION NO. 16-157 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPLACEMENT 2016 PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account #T3004 and the Annual Bridge Maintenance and Repair account#S3910. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 2nd day of June, 2016. 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 6th day of June, 2016, or at a special meeting called for that purpose. Passed and approved this 17th day of May , 20 16 Ln MA OR Approved by ATTEST: z-) e• �,�.. l a Ca CITY CLERK City Attorney's Office S:\ENG\ARCHITECTURE FILE\Projects\Parking Garage Maintenance Program 2015 through 2018\Front Ends and Bids Documents and Notices\2016\RESOLUTION Approve Plans&Specs City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project.doc Resolution No. 16-157 Page 2 It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: X Botchway x Cole x Dickens x Mims X Taylor x Thomas x Throgmorton NOTICE TO BIDDERS CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2016 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 2"(1 day of June, 2016. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 6th day of June, 2016, or at special meeting called for that purpose. There will be a recommended pre-bid meeting visiting the sites. This will start at 2 p.m. local time on Thursday, May 24, 2016 in the Tower Place Parking Ramp conference room, located at 335 East Iowa Avenue in Iowa City. The Project will involve the following: The 2016 Project focuses on minor concrete floor repairs and membrane coating and recoating in the Dubuque Street Ramp. Additional efforts in this facility include membrane removal areas, top level stair tower flashing, minor repairs to deteriorated overhead concrete and expansion joints, plus other isolated structural and waterproofing repairs throughout the garage. Further efforts are also planned in the following facilities, including but not limited to the following: Capitol Street Ramp will have minor repairs to deteriorated concrete, leaking sealant replacement and shear connector weld repairs; and Tower Place Garage will have minor repairs to isolated concrete floor spalls, replacement of expansion joints and membrane strip installations. Additionally three road bridges in Iowa City that are in need of bridge expansion joint membrane replacement will be bid as add alternates. The three bridges are Iowa Avenue Bridge, Gilbert Street Bridge and Chauncey Swan. All work is to be done in strict compliance with the plans and specifications prepared by THP Limited, Inc., of Cincinnati, Ohio, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100°/0)of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1 ) year(s)from and after its com- pletion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date:June 20, 2016 Final Completion Date: November 4, 2015 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779-0093 by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. NTB-1 A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contrac- tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK NTB-2 - 1 ',3 IDr . • 0 I PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit"A"and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0001289829 05/20/16 05/7D//(9 $111.59 Copy of Advertisement Exhibit"A" Subscri6Mand swat to before me by said affiant this 24th day of May, 2016 ....,,, A -, Notary Public in and for State of Iowa " l-A ANDREA HOUGHTON T., COMMISSION NO. 753956 4t CCM * �4Y. OMM�InSS1ON EXPIRES , r a [�C low t , 7( NOTICE TO BIDDERS of Iowa, in the sum of 10% of CITY OF IOWA CITY PARKING the bid. The bid security shall • GARAGE MAINTENANCE be made payable to the PROGRAM AND BRIDGE TREASURER OF THE CITY REPAIR 2016 PROJECT OF IOWA CITY, IOWA, and Sealed proposals will be received shall be forfeited to the City of by the City Clerk of the City of Iowa City in the event the Iowa City, Iowa, until 2:30 P.M. successful bidder fails to enter on the 2nd day of June, 2016. into a contract within ten (10) Sealed proposals will be opened calendar days of the City immediately thereafter by the Council's award of the contract City Engineer or designee. Bids and post bond satisfactory to the submitted by fax machine shall City ensuring the faithful performance of the contract and not be deemed a "sealed bid" for purposes of this Project. maintenance of said Project, if Proposals received after this required, pursuant to the deadline will be returned to the provisions of this notice and the bidder unopened. Proposals will other contract documents. Bid be acted upon by the City bonds of the lowest two or more Council at a meeting to be held bidders may be retained for a in the Emma J. Harvat Halt at period of not to exceed fifteen (15) calendar days following 7:00 P.M. on the 6th day of award of the contract, or until June, 2016, or at special meeting rejection is made. Other bid called for that purpose. bonds will be returned after the There will be a recommended canvass and tabulation of bids is pre-bid meeting visiting the completed and reported to the sites. This will start at 2 p.m. City Council. local time on Thursday, May 24, The successful bidder will be 2016 in the Tower Place Parking required to furnish a bond in an Ramp conference room, located amount equal to one hundred at 335 East Iowa Avenue in Iowa percent (100%) of the contract City. price, said bond to be issued bY The Project will involve the following: a responsible surety approved The 2016 Project focuses on minor by the City, and shall guaranteethe prompt payment of all concrete floor repairs and materials and labor, and also membrane coating and protect and save harmless the recoating in the Dubuque Streetnd ms ai a from all cll Ramp. Additional efforts in this Cityamases of any k caund facility include membrane directly or indirectly bY the removal areas, top level stair operation of the contract, and tower flashing, minor repairs to shall also guarantee the deteriorated overhead concrete maintenance of the and expansion joints, plus other improvement for a period of one isolated structural and (1 ) year(s) from and after its waterproofing repairs completion and formal throughout the garage. Further acceptance by the City Council. following facilities, including efforts are also planned in The following limitations shall apply to Project: but not limited to the following: Early Start this P: June 20, 2016 minor Street Ramp will haveated Final Completion Date: November minor repairs to deteriorated 4, 2015 replacement and shear concrete, leaking sealant Liquidated Damages: $500.00 per connector weld repairs; and day The plans, specifications and Tower Place Garage will proposed contract documents minor repairrssto isolaatedced may be examined at the office concrete floor spoils, of the City Clerk. Copies of said andd acement membrane strip e expansion iomtp plans and specifications and aform of proposal blanks may be Additionally a instons.three road bridges in secured at Technigraphics, a division of Rapids Iowa City that are in need of Reproductions located at i 415 bridge expansion joint Highland Ave, Suite 100, Iowa membraneadd lter ates. The will threebe City, Iowa 52240, Phone: bidi as add alternates. 319-354-5950 Fax:319-354-8973 bridges are Iowa Avenue Toll-Free 800-779-0093 by bona Bridge, Gilbert Street Bridge and Chauncey be A done in strict wan. fide bidders. All work is to or each set of plans and $50.00 refundable fee is required compliance with the plans and specifications provided to specifications prepared by THP bidders or other interested Ohio,imited, Inc., of Cincinnati, persons. The fee shall be in the been which have heretoforey form of a check, made payable Council,approved by the City to Technigraphics. The fee will and are on thele for be returned if the plans are public the City Clerk. in Office returned in unmarked and of the Clerk. Each proposal shallreusable condition within 15 be completed days of Council Award. A on a form furnished bycn the i a separate and nonrefundable and must be accompanied a $15.00 shipping and handling fee the one containing the proposal, sealed envelope, separate from will apply to plans that are sent c authorized to a bid bond executedthrough postal mail. corporation by a Prospective_bidders are advised coniraci• 63 a surely in'the Stale • �� � - Q � Gam., that the City of Iowa City desires to employ minority contractors and subcontractors on City protects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Prepared by:Kumi Morris, Facilities Manager,410 E.Washington St., Iowa City, IA 52240(319)356-5082 RESOLUTION NO. 16-180 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2016 PROJECT. WHEREAS, Western Specialties Contractor of West Des Moines, Iowa has submitted the lowest responsible bid of$ 361,066.45 for construction of the above-named project; and WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account #T3004. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Western Specialties Contractor, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Director of Resource Management is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 6th day of June, 2016. r 7; '7-it M ' OR Approved by ATTEST: 7e. )keel ' - ) - /C CIT ERK City Attorney's Office It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton S:\ENG\ARCHITECTURE FILE\Projects\Parking Garage Maintenance Program 2015 through 2018\Front Ends and Bids Documents and Notices\2016\RESOLUTION-AWARD Parking Garage Maintenance Program and Bridge Repair 2016 Project to Award Contract no altemates.doc Marian Karr From: Kumi Morris Sent: Tuesday, July 19, 2016 4:44 PM To: Marian Karr; Chris O'Brien; Mark Rummel; Mark Fay; Derrick Tessoff; 'Chris Hauke' Subject: Performance and Payment Bond for Western Specialties Contractors for Parking Garage Maintenance Program and Bridge Repair 2016 Project Attachments: Western Specialties Contractors Parking Garage Maintenance Program and Bridge Repairs- Performance and Payment Bond 07 2016.pdf Good Afternoon, Attached is the Performance and Payment Bond for Western Specialties Contractors for Parking Garage Maintenance Program and Bridge Repair 2016 Project. Resolution 16-180 awarding contract on June 2, 2015 by formal Council action. This is for your records. Thank you, Kumi Kumi Morris FACILTIES MANAGER CITY OF IOWA CITY 220 S.Gilbert Street I Iowa City I IA 52240 319.356.5082 I kumi-morris@iowa-city.org A UNESCO CITY OF LITERATURE ' r- - Fri 1 cr.! 1 Bond No. 58736290 PERFORMANCE AND PAYMENT BOND Western Specialty Contractors,of West Des Moines, Iowa_ as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and WESTERN SURETY COMPANY (insert the legal title of the Surety) 333 South Wabash Avenue Floor 22,Chicago, IL 60604 , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Three hundred sixtv-one thousand and sixty- six dollars and no/100 Dollars ($361.065,00) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS,Contractor has, as of June 6, 2016(based on resolution from the formal (date) council acceptance),entered into a written Agreement with Owner for City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2016 Project;and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by THP Limited, Inc.,which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owners obligations thereunder,the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement,or 2. Obtain a bid or bids for submission to Owner for completing the Project in G1 accordance with the terms and conditions of the Agreement and upon determination by Owner and Surety of the lowest responsible bidder, arrange .N) 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 - P B-1 of 2 under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the �I balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount property paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 23rd DAY OF June 20 16 IN THE PRESENCE OF- WESTERN SPECIALTY CONTRACTORS rin t i) es s (Title) Paul Gillstrom - Vice President WESTERN SURETY COMPANY (Surety}jrerra,ahte Witness (Title)Selena Wood,Attorney-In-Fad 1 1 333 South Wabash Avenue Floor 22 (Street) i "' f`-t Chicago,IL 60604 (City, State,Zip) L (312)822-5000 (Phone) PB-2 of 2 1 ACKNOWLEDGEMENT BY SURETY STATE OF MISSOURI COUNTY OF ST. LOUIS On this 23rd day of June 2016, before me, Jennifer Williams, a Notary Public, within and for said County and State, personally appeared Salena Wood to me personally known to be the Attorney-in-Fact of and for Western Surety Company and acknowledged that she executed the said instrument as the free act and deed of said Company. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. JENNIFER WILLIAMS ► NO Fubhc-Notary Seal STATE OF MISSOURI Notary Public in the State of Missouri St.Louis County 4 My Commission Expires: Aug.27,2017 ► County of St. Louis Cammlikpion#13520363 O CD CJ'l • Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know AB Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Jeannette M Davis, Susan R Schwartz, Thomas U Krippene, Salena Wood, Catherine L Geimer,Christina L Baratti,Eric D Sauer,Jennifer Williams,Individually r—� of Saint Louis,MO,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute ,and on its behalf bonds,undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all.,Use acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 4th day of May,2016. WESTERN SURETY COMPANY Sf A � i aul T.Bruflat,Vice President State of South Dakota l JT ss County of Minnehaha On this 4th day of May,2016,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires J.MOHR wonurrwauc,,��oo,, June 23,2021 �°°v'"°"'°°`�fi� Y /J J.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 023 rot day of yi Pt( �� . WESTERN SURETY COMPANY ,//P L.Nelson,Assistant Secretary Form F4280-7-20 12 Tammy Neumann From: Kim Sandberg Sent: Monday, November 28, 2022 4:20 PM To: Tammy Neumann Subject: RE: Re: Parking Garage Maintenance/Bridge Repair 2016 Well that's perplexing Looking into the payments that were made on this contract, and after talking to Kumi about it, following is what we have determined. Chris O'Brien is to blame. This project was awarded right after Kumi moved to Parks and Rec and it appears she was helping them out to award the project. The check requests for the work on the project were made and paid with the last payment made on 2/28/17. No one from the City signed off on the pay estimates. The contract# is not mine nor are the check requests. Our guess is that this was 100%Chris and Parking's project and that they never accepted the project. Kim Sandberg Public Works I City of Iowa City 319-356-5139 410 E Washington St I Iowa City, IA www.icgov.org From:Tammy Neumann <tneumann@iowa-city.org> Sent: Monday, November 28, 2022 3:45 PM To: Kim Sandberg<KSandberg@iowa-city.org> Subject: RE: Re: Parking Garage Maintenance/Bridge Repair 2016 Res. 16-180-Awarding contract etc. was prepared by Kumi Morris. $WA CITY T AMMO/NBUMANN A UNESCO CITY OF LITERATURE ADMINISTRATIVE SECRETARY WWW.ICGOV.ORG CITY CLERK'S OFFICE 0 0 0 0 P:319-356-5043 410 E WASHINGTON ST IOWA CITY,IA 52240 From: Kim Sandberg<KSandberg@iowa-city.org> Sent: Monday, November 28, 2022 3:42 PM To:Tammy Neumann <tneumann@iowa-city.org> Subject: RE: Re: Parking Garage Maintenance/Bridge Repair 2016 1 I don't show anything in my records of us awarding the contract. I do wonder if Parking did this one on their own and were not aware that they have to accept the project in order to close the project and release the retainage. Whose name is associated with the item? Kim Sandberg Public Works I City of Iowa City 319-356-5139 410 E Washington St I Iowa City, IA www.icgov.orq From:Tammy Neumann<tneumann@iowa-city.org> Sent: Monday, November 28, 2022 3:30 PM To: Kim Sandberg<KSandberg@iowa-city.org> Subject: Re: Parking Garage Maintenance/Bridge Repair 2016 Hi Kim, I see that a contract was awarded for this project on June 6, 2016.The last document in the file is the performance and payment bond received on July 20, 2016. Is there anything else that I can add to the file stating that the project was skipped for 2016? Thanks, Tammy Q" 1 I $WA CITY 7AMMy Ne14MANN A UNESCO CITY OF LITERATURE ADMINISTRATIVE SECRETARY WWW.ICGOV.ORG CITY CLERK'S OFFICE 0 000 P:319-356-5043 410 E WASHINGTON ST IowA GTY,IA 52240 2 INSERT PLANS HERE PARKING GARAGE MAINTENANCE 2016