Loading...
HomeMy WebLinkAboutARCHITECTURAL PRECAST REPAIR/IC WATER TREATMENT PLANT (2004) ARCHITECTURAL PRECAST REP AIRS/ lOW A CITY WATER TREATMENT PLANT/ 2004 - -- ------ - ---~ --- - --- ---- ._.~----- I ; : lj,.."h :-l~<-+lA"'~ .p,..~<>>-s}. R~fXl-;~s / ?"-L I 0+ 0\ -- I ~ C+-y wct.+-eV'\~.......e~ Yk",-v : I / I , I , I I I --. -.-.---...r-.- -,---- ___h___'__ --.- - .-. - 7 -J)EC.::.~_;~_ ,~Q,$~l~+:,.OI:L D t .::.3.J-':us!'--f1:I'I1<t__~_.p!<t.bJ.I~c--.b:(p. ,..; >:If} - -*0."-:_: J"-11 (A,t:L" CJ4-1 .__ :+-~{JC).S ._ol:\_rl,*-l1s;l_Sf.~~._.t'o.._~_vr c.o....-+'ct,c..:l E, _~sd::D"\Gl..1L .~ __ ____ .____-r-~c..os+-Jov.--+.h,L-C9t::\S.l('1<<' .k.o.",_of .u.._~ ~..LDW~L~7-.U)CL1:-e.'C . _._ . . ____.~~!=l,J-~:U:I.+-~~L"-'='+- __Av:.c1:..J-e.d,-,-..~.I_a.-e.cA.,<>:l-__Rep~;x:S _ .Boj~c.+-. .. . __ ----.~d,:.c....c...k;Yl8-C.;7_-0Ie~k:-~-f-~J,.l~s.h-nv1;.c-~.~.St:L~d. h~p_..;...~ _~ __. .- -ild,r:.-ec.J::'>:l-B-~_.c':fr E.Y'l8'Y.l:l-e..v-1..LplQ.C.~__s9-/.d_f>Ic\'..I'ls_on .-I...k.. .. ..' -- --.-+lkv:..._r.,.,bl~ s.~"sr~<<;,k=,. _..n._ ,-,. .' \\-:,~,,-<-.s>~~~!o~'<,- \.,"-~..rj."'.)_~q\6C,,~ \;::<l= ~c...\....~""\'r"'-",-\~\_~\~-;~ ~",-\>~\,:.::,... .. . J~~Q~~ 04 ~ t . PIG...r-2..~_sf---tk-;;,,____.~ c'7 W,J,.~_J;c;,,1 ;:jchpr~Ei'JT.s. "- -. i I An::J.,~bc.+--'!-...~..s~CCl s-t- -B-lf>-~Y_s-, -::_._ .. --.' .. _<, : I . <<u' t-t--' --- ... - - -- --.-- <- .-. < .. - -- ..-- . -..-rt---tJD,L"....--o.LP~~J;Cj;@('iI;J7?'c1 Proo+- of t?l.{.bli<-,,-,\:;"'b..._ _..__ _.'" _ -----1t---~--'- _.~- - . <- ---- ---.--- - ---- . -'1/ J.^N .:!J~--4t f(-e:>o;"" l-io,,,__o.-5;:..f:- qPPr"D<J;,,')_ pl<< n!S/_'SF--t.,c;.{"c~J;~_ ./w,'!1-._.D..f:-. _._..~ , , '- . i -...___..:t_(j)".h-_a,c..f:-_~-e~-I-~.......~-e>+ C.1>s-!- +:0.. +Ju. cons:.j.("<ot.c.Lb._V:f..t4_;:zp....~__ I __ ~F'7-t0.-/."'x--;;,-Ilqcj,.,-t:~-r- P;I{I:'J.LArr;,&;~c.Ju....) -f.,.-e.CJc,~-I-. &f'.!l."r.s _ <._ . _. __ .._ ~ ;J?r:Oj H.t 1_..e~il;,sk-'rl'1_~cUyx?<A-.nI <II' .6;./ ser..'-<.'-:'l--&" ltCCfJ>???-"'~,,__ . . .__J~~c.kLb.~d_,-!-~"'-e_rJ;? ~;./-(_f/-e.d< 10 -?~u.6I_sL_~_i.v.(.~l~Lr?Z.-Ln::C.,(f?'" __ __ _ -' lb;cJs u ~___J".J<;;nl1'__j'."..t '~lo Iq.c.._~"" r"'.c,,~''P.1 oLb,_.ts.__.. ____ ____ _. I I /. :/. {. - -... -4\ -" --. --- __._ . "_u - , , . , ? "'~". o~ r-' LL":,>\~ 3... ",v-..-. __ \.,~~ ~~""l>.__~, _c:,y-~-l.~~"''''-.)..''''~.--_c:::''''''''''--...,\h \z<>~ . .. __ .. .~~ .D.~_.__ _'?_,'--L9_~""'" ;~y Qor -'\\y-~;,}....~~,...'^--\-~."'~=-~.st_.- B....,:~,,\.,.-'.'\--=- _._. ;~'<:>'~~,--,\ ,__ _._. .n_____.___ , I . , ~----,-~-- --_._--_._-----,~ - -~-- ---. --'- -- .,. I : I .~.':.:s- ~_~'q. . 'l0..k._u';."''''' Jv;~__~"" '=-""-_'->.:>0..-" """"-V_'L"'-\,.'-.Jl<::,\\~_\,.,.....~.~._ . . ., 1.\0 -<L.<-"",-".~~._o3- _ ....s..<.,,"'.c.~'-\_"-_\ '.0."" COlI( \al ~ " ~~y, \ \r "\:: __.' _ __ " G __ _ c ,..,. _ ____ _ ___"_~____ _____ _ _ A. V',J.. Au+-< {CLI -P"",au,t- ~rs /-:::z;;Wc<- P~t. <4 of: ~ C'7 wd-<.Y ~-w1,,",~-+ .pla.n. ~ , ~..:.."".-:;:;..-...'~'~ L"l - ,.lArJ' Of. I ~';;olg+;El'" 05 - 3 7 Q.l,vl-ho"-'.z..'I"'~ .f-Ju M~ol"'l-o s;~Iz.~i C;.J.y. CI~:Lo -- [-h_ e<.+I-l.s+- Q r-<2-<DovlL ~-€,eme"+ b.~~-e~f<:I.- f-I..L {Y-7()f-:~.v~ . C.jJ~~-~ ...__;cwL!{"I.*s~_C>o.Y.lSlv:<<c-.k~ ..s~V'v.c.e.S /nc.. ~...~",vcL!J;l"3 +.L . ~ ! ('.epO--" r s_C<Jj-"'-: V'~d ':>:1 C-Oi1.n-l.c.J;.=-- ",xlI. -IL.,. A!:.s,J,,;--i:...c-I:L<.~"l e.-LUL.d~_. : B.tj~ls: C<..+ flu..:. ~w,,-_Cy W,,--.J-~""~"-+&l.e.n.+ p/&<h.-L ~~.. I , I I r-:s;..N' 05 l K-e8E.I'^-+', ~_..J2.5 -- ~'6'_prolJ; d: "'8-00-1-; c.~l..hf<-!::::. cd. !.e.e<S,-b:. n: tb..-.L~1-::.LvL -.iq2tLC~l;tt::: ('15.iiJ.._oL!j.J- .vOr't<. u.",d.........: +Iv- Co_rvl-v,,-*_i:OY ik 'Low<L.."~.~ I C>~__t.JC<.{i"-- kc;J;):/ts I~Ff;.ov-U"''L~ f?:.".j-tcl- I-,,,,,s .b~"'h. .~...~; -___ .-___c2.YT:>f.!:e,j.,e1 i +h~+- +L... [;:1;'.-LI"J+f! nds -4 1"'" L!-fl$ -L +<-<>:2,.(s. (',e,h~,;.,,~ .~.__.' _ ~'--_~f't'-V'S'A.a..t)..+_i.r7_Jj.'~+-(=--_S 7 >_/ (Jode. ,,-f ::zcW'~ ="",.--......-..- -" 'E-._~_____ _____..-..-....-. :---. - -- --=-.-.,,-- I~R-eso,^ < oj>;-- 3_7__ Cl.'^-I-~or.;,l,; Yl,_:H..'" f![~1V" fa 5; "'- 9- 8'lfJ, -CI..(,.- e:. __' _~_ -~, ~ . ,1__< -~- ;1.<9. 9::/:-k ~"""" &..-Jw~,O" "7-y,::;bWt:J.:-.e').. . - -____._._:......0-__ t- v .. c.;!,-.S >-. ; n ~~I.t--~~~ _.. , '- ~- V"e ; I" _ I.... __~n-".l '~ 4cch i ~t: e",c",-* . --._-- :.c_ -,~':""-=--...:............ IT.{ VI? <tL:f.::. PI Ci rt--:J_. - -- ---- . -- ------ I -- ,-- _.:.... -=---'" --- ----=- &. .- -- .- -- <- , L ~ =-_JAAl..;:- 25 ,_R,e,?.o (J; ~_ ~ 5 - 3>L.C..("f-f"CL l; r:lg_~~ so I~/:;,.~ ;J () . t?5.~~wh i<;b~ . ~.o ----_.~... , : P..f-f-r:.oLl~J_p.1 ~I<:\.S~(-.e..c.!.:J; cCt..-b;_~./_-4,.-~ "Lc.=lc.C<._<./:... of-~,."~.-" -- ..,.___~~_es..t=iitL r:rf. co__s:t-_fg~&..L~Kd,;~--",..f- & L~" ~~f-y._4!.<?~~. --- -~ r ::2f.-'<~(l1:e.,,:t P ( ctd j(o"cL.. d::l.c.-h..,...eJ2- r-::,4C'i-S*_E}!p-ct.,:r:.5_e..~, ~ "=-t _ .~ . . - _O~.~ _..+ ~cJR.bj;5.k:1_,,-,r:r;Loc("ElC o.f:::_j:>..;.d_s.e.c.~'cf_,~,J:n YI~L4_~:'ly~C((c/.~, _ u' -- - ~"""i.-/;.:J--f~joj':5L_eu:iv.,(>V'J..~~.un.eL +()~b~s_!._L,tJ_+';~ ct,,-d=f2lqC~.~. . _'_ .~++e.'--C:e-!;.!!-;(~..:i-_D:f_Lds.. -==-. --'=---'- I . --~--. ,"-- ~f' -...~- .. --==----:._~ , I : I -_. I "'-=="""","~._-,.=. ~ -_-:., I . R-v~ ~ 32~7(~~ t I " Prepared by: Kim Johnson, Public Wor1<s, 410 E. Washington St., Iowa City, IA 52240, (319)356-5139 RESOLUTION NO, 04-326 RESOLUTION SETTING A PUBLIC HEARING FOR JANUARY 4, 2005 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY WATER TREATMENT PLANT ARCHITECTURAL PRECAST REPAIRS PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. 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 4TH day of January, 2005, 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 7th day of December ,20 04 , ./-~_/V ~/ - MAYOR Approved by ATTEST: ~A~ -J!. ~....u ,/ ~#4f.~~'/'cJj' CI ERK - City Attorney's Office ! pweng\Tes\precast11.Q4.doc9 ISS ., , Resolution No. 04-326 Page 2 It was moved by Champion and seconded by Ba i1 ey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn ------ - -- --- ----------- \ NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS. FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA CITY WATER.TREATMENT PLANT ARCHITECTURAL PRECAST REPAIRS PROJECT IN THE CITY OF IOWA CITY. IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA I CITY, IOWA, AND TO OTHER INTERESTED PERSONS: I Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifICations, form of contract and estimated cost for the construction of the Iowa City Water Treatment Plant Architectural Precast Repairs Project in said city at 7:00 p.m. on the 4th day of January, 2005, said meeting to be held in the Emma J. Harvat Hall in City Hall, 410 E. Washington Street 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 I . . I I Specification No. I I I I I I r-" = 5 = ..r I :2.0 0 r"1 -n >--1 n ,,--... -<. - '" r- \.) '" I ~() tn I -Zi -0 ,.-, . rn ::;;: I....J ;:-.::-:D g:A - .- <: '" I )> -' I I I PROJECT MANUAL ~ I FOR IOWA CITY WATER FACILITY IMPROVEMENTS I ARCHITECTURAL PRECAST REPAIRS IOWA CITY, IOWA I 2004 I I I I I I I I ! I I I I I : I I I I I I I "VIU/ V. I \ / /'J -/!:JJh '. b!11/0/ L \~ A //'1 2o/.,v I o J.1d 22 . r-, ,))07001 U:]'71.::/ I I I I I I hereby certify that this engineering document was prepared by me or under my dire ersonal supervision and that I am a duly licensed Professional Engineer der laws of the S Date:~ I . STALEY, P.E, License No. 12266 I My renewal date is December 31, 2005 Pages or sheets covered by this seal: Divisions 1, 2, 3, 4, 5, 6, 7, 8, 9 I I I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that r am a duly licensed Professional Engineer I un7e laws of ~~owa. Dale:/>/0>, d/.' 'lINDREW J.1lIEDERICH, P.E. License No. 13858 I My renewal date is December 31, 2004 Pages or sheets covered by this seal: Division 16 I I I ......, = Q = I .c-' I :2::0 c r'l -T\ I )>==i " / .- C)- N ,.- N I I ==i0 fT1 , " -U ' I ......,,, --, ',:=) ;~~ \._J - <;/ .. I <- N )> -J I I I I I SPECIFICATIONS IOWA CITY WATER FACILITY IMPROVEMENTS I . ARCHITECTURAL PRECAST REPAIRS IOWA CITY, IOWA 2004 I TABLE OF CONTENTS I Section Title INTRODUCTORY INFORMATION I Project Title Page Certifications Page Table of Contents I BIDDING REQUIREMENTS ---"'I '._~ I 00031 Notice of Hearing and Letting '---:? -0 ~ 00100 Instructions to Bidders s?-\ -\\ 00200 Basis of Payment for Work ;ZQ 'cO -::;:::. -, 00300 Bid Form --:'..7:)_ rV \II I () _ ~-J 00410 Bid Bond ~, ' \-~_....'\. =--)~ ~ ~~ '(c\ -p- ,,J ,<' CONTRACTING REQUIREMENTS 5'd ~ I '2;. /' ;.::, ~- ..J 00490 Notice of Award y 00500 Agreement I 00610 Performance and Payment Bond 00670 Notice to Proceed 00700 General Conditions I 00800 Supplementary General Conditions I I I I I TABLE OF CONTENTS 00010-1 I I I SPECIFICATIONS I Section Title DIVISION 1 - GENERAL REQUIREMENTS I 01010 SUMMARY OF WORK 01039 COORDINATION AND MEETINGS I 01070 ABBREVIATIONS 01090 REFERENCE STANDARDS 01300 SUBMITTALS I 01525 CONSTRUCTION AIDS 01530 TEMPORARY BARRIERS 01700 CONTRACT CLOSEOUT 01710 CLEANING I 01730 OPERATION AND MAINTENANCE DATA DIVISION 2 - SITEWORK I 02751 PORTLAND CEMENT CONCRETE PAVING 02923 TOPSOIL AND FINISH GRADING 02938 SODDING DIVISION 3 - CONCRETE I 03450 ARCHITECTURAL PRECAST CONCRETE 03925 CONCRETE RESURFACING AND REHABILITATION I DIVISION 4 - MASONRY 04065 MORTAR AND MASONRY GROUT II 04810 UNIT MASONRY ASSEMBLIES DIVISION 5 - METALS 05120 STRUCTURAL STEEL I 05210 STEEL JOISTS 05310 STEEL DECK DIVISION 6 - WOOD AND PLASTICS I 06100 ROUGH CARPENTRY DIVISION 7 - THERMAL AND MOISTURE PROTECTION I 07212 BOARD AND BATT INSULATION 07532 LOOSELY LAID TPO SINGLE PLY ROOFING I 07533 MECHANICALLY FASTENED TPO SINGLE PLY ROOFING 07620 SHEET METAL FLASHING AND TRIM 07840 FIRESTOPPING I 07900 SEALANT JOINTS DIVISION 8 - DOORS AND WINDOWS 08365 UPWARD-ACTING SECTIONAL DOORS I 08910 METAL-FRAMED CURTAIN WALL , . ');r;3731~ I;f;v101 I TABLE OF CONTENTS ' /llJ 00010.2 8e:/ Wd 22 J]O ~DDZ I 0371::1 I ---- I I DIVISION 9 - FINISHES 09511 SUSPENDED ACOUSTICAL CEILINGS 09900 PROCESS PAINTING I I I I I I I r--' = ~ "'" o -C <n 0 -n ..::...."- ri Y' :::l c-> _ I -< f'J r~ o f'J- :::\ n en _< r- -0 --\ '0 :> U I 5~" - 4/...... ., ~-'-- f'J )7 0) I I I I I I TABLE OF CONTENTS 0001 0.3 I I I I I I Howard R. Green Company Iowa City Water Facility Improvements Project No, 524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 00031 I I NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA CITY WATER FACILITY IMPROVEMENTS, I ARCHITECTURAL PRECAST REPAIRS, IN THE CITY OF IOWA CITY, IOWA. I TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City I Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated r-~ = I cost for the construction of the Iowa City Water 0 :? Facility Improvements, Architectural Precast :2.0 0 --n 14 Repairs, in said City at 7:00 P.M. on the 4th of p::::' n January, 2005, said meeting to be heid in the --< N r- () N' I Council Chambers in the Civic Center in said -,--', ~1 -l~ \1 City, or if said meeting is cancelled, at the next --" \ -0 -l - ~ 0' . [ . meeting of the City Council thereafter as posted _ ::D :T- U ()7'::' - by the City Clerk. ~ .. I ? N Said plans, specifications, form of contract and p cP estimated cost are now on file in the office of the City Clerk in the Civic Center in Iowa City, Iowa, I and may be inspected by any interested persons. Any interested persons may appear at said I 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. I 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 I I I NOTICE OF PUBLIC HEARING 00031 . 1 I I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 00100 INSTRUCTIONS TO BIDDERS I ARTICLE 1. DEFINED TERMS. Terms used in these Instructions to Bidders and the Advertisement for Bids which are defined in the General Conditions have the meanings assigned to I them in the General Conditions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid.to a Bidder. I The term "Engineer" used herein in Section 00100 means the Owner's Engineering Consultant as defined in Item 19 of the General Conditions, Article 1 - Definitions and Terminology. I ARTICLE 2. INTERPRETATIONS AND ADDENDA. All questions about the meaning or intent of the contract Documents are to be directed to the Engineer. Additions, deletions, or revisions to the Contract Documents considered necessary by the Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the Engineer or Owner as having I received the Contract Documents. Questions received less than 10 days prior to the date of Bids may not be answered. Only answers to such questions issued by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. I 2.1 Addenda may also be issued to make other additions, deletions, or revisions to the Contract Documents. I ARTICLE 3. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND SITE. I 3.1 It is the responsibility of each Bidder before submitting a Bid: - A. ' To examine thoroughly the Contract Documents and other related data identified in the Bidding Documents (including "technical" data referred to below); I B. To 'visit the site to become familiar with local conditions that may affect field measured or determined quantities, cost, progress, or performance, of the work; I C. To consider federal, state, and local laws and regulationsthat may affect cost, progress, or performance of the 'work; I D. To study and carefully correlate the Bidder's observations with the Contract Documents; and I E. To notify the Engineer of all conflicts, errors, ambiguities, or discrepancies in or between the Contract Documents and. such other related data. I - "-> o .;; ~ - ~C) a P=::j "., I ~" r, -m C') .'. ,', ~ ' '" - -;JO N r- INSTRUCTIONS TO BIDDERS :-: ~OOt.gO. ~TI I O~ ~ ~ -s ,." _ l.J j;: .. N I ~ --..--- I Howard R Green Company Iowa City Water Facility Improvements I Project No.524540.J Architectural Precast Repairs Iowa City, Iowa 3.2 Reference is made to the Supplementary General Conditions for identification of: I A. , Those reports of explorations and tests of subsurface conditions'at the site which have I been utilized by the Engineer in the preparation of the Contract Documents. The Bidder may rely upon the accuracy of the technical data contained in such reports: However, the interpretation of such technical data, including any interpolation or extrapolation thereof, I together with non.technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. B. Those drawings of physical condition in or relating to existing surface and subsurface I conditions (except Underground Utilities) which are at or contiguous to the site have been utilized by the Engineer in the preparation of the Contract Documents. The Bidder may I rely upon the accuracy of the technical data contained in such drawings, however. the interpretation of such technical data, including any interpolation or extrapolation thereof, together with non technical data, interpretations. and opinions contained in such drawings I or the completeness thereof is the responsibility of the Bidder. 3.3 Copies of reports and drawings referred to in Paragraph SC-4.02 of the Supplementary . Conditions will be made available by the Owner to any Bidder at cost of reproduction, if copies I are desired, Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which the Bidder is entitled to rely, as provided in Paragraphs SC-4.02, 4.03 and 4.04 of the Supplementary Conditions, are incorporated herein I by reference. 3.4 Information and data reflected in the Contract Documents with respect to Underground Utilities I at or contiguous to the site is based upon information and data fumished to the Owner and the Engineer by the owners of such Underground Utilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. I 3,5 Provisions conceming responsibilities for the adequacy of data fumished to prospective Bidders on subsurface conditions, Underground Utilities, and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.02, 4.03 I and 4.04 of the General Conditions. 3.6 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any I additional examinations, investigations, explorations, tests, and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface, and Underground Utilities) at or contiguous to the site or otherwise which may affect cost, I progress, or performance of the work and which the Bidder deems necessary to determine its Bid for performing the work in accordance with the time, price, and other items and conditions of the Contract Documents. \-,,... -'f"\, I >1i::Ell5':Ub 'vi I 92:f Hd U J30 ~GDZ INSTRUCTIONS TO BIDDERS 00100.2 03'71::{ I I --------- I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I 3.7 On request a minimum of 2 days in advance, the Owner will provide each Bidder access to the I site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. Location of any excavation or boring shall be subject to prior approval of Owner and applicable agencies. Bidder shall fill all holes, restore all pavement to match existing structural section, and shall clean up and restore the. site to its I former condition upon completion of such explorations. 3.8 The lands upon which the work is to be performed, rights-of-way, and easements for access I thereto and other land designated for use by the Contractor in performing the work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or ',storage of materials and equipment are to be provided by the I Contractor, Easements for permanent, structures or permanent changes in existing structures are to be obtained and paid for by the Owner unless otherwise provided in the Contract Documents., I 3.9 The submission of a Bid will constitute an incontrovertible representationby the Bidder that the Bidder has complied with every requirement of this Article and the following: I A. That the Bid is premised upon performing the work required by the Contract Documents without exception and such means, methods, techniques, sequences, or procedures of construction (if any) as may be required by the Contract Documents; I B. . That Bidder has given the Engineer written notice of all conflicts, errors, ambiguities, and discrepancies in the Contract Documents and the written resolution thereof by the I Engineer is acceptable to the Bidder; and C, That the Contract Documents are sufficient in scope and detail to indicate and convey I understanding of all terms and conditions for performance of the work. ARTICLE 4. BID FORMS AND DELIVERY OF BID. The Bid shall be submitted on the Bid Forms. herein. Please do not use the Bid Form included in the bound volume of the Specifications. I Separate copies of the Bid Form are included with this document. All blanks on the Bid Forms shall be completed in ink. All names must be printed below the signatures. Each Bid shall be submitted in a sealed envelope with BID PROPOSAL and "Due" date clearly printed on the front. The Bid I Bond shall be submitted in a separate sealed envelope with "BID BOND" clearly printed on the front. When sent by mail, the sealed proposal shall be addressed as follows: 0 '" I City of Iowa City, Iowa ''::::. ::::n ".:;.::;., "'- Attn: City Clerk ,'. , {7:) -.> .-..: 410 East Washington Street C') ~(j r" <-, 'I' Iowa City, Iowa 52240-1826 :JC) f'\) -..J I ~ ..... ;-- f'V r- ,~C[J ::!? ,m '~..J~:! ~. (-'! ;2..-;:/\' - '._J I ;$ '. ;"\,) 0:> INSTRUCTIONS TO BIDDERS 00100 - 3 I I . Howard R. Green Company Iowa City Water Facility Improvements " Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa Bids shall be filed prior to the time and at the place specified by the Advertisement for Bids. Bid I proposals received after the time for opening of bids will be retumed to the bidder unopened. I ARTICLE 5, DISQUALIFICATION OF BIDDERS. More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the Owner believes that any Bidder isinterested in more than one Bid for the work contemplated, all I Bids in which such Bidder is interested will be rejected. If the Owner believes that collusion exists among the Bidders, all Bids will be rejected. A party who has quoted pricestoa Bidder is not hereby disqualified from quoting prices to other Bidders, or from submitting a Bid directly for the work. I ARTICLE 6. QUANTITIES OF WORK. The quantities of work or material stated in additive items of the Bid are supplied only to give an indication of the general scope of the work; the Owner does not I expressly or by implication agree that the actual amount of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any item of the work by an amount up to and including 25 percent of any Bid item, without a change in the unit price, I and shall include the right to delete any Bid item in its entirety, or to add additional Bid items up to and including an aggregate total amount not to exceed 25 percent of the Contract Price. ARTICLE 7:' SUBSTITUTE OR "OR EQUAL" ITEMS. Whenever materials or equipment are I specified in the Contract Documents by using the name of a particular manufacturer and the name is followed by the words "or Engineer approved equivalent", the intent of the specification is only to describe the level of quality and/or principle of operation desired. In such cases, alternative I materials and/or equipment will be considered by the Engineer. If no provision is made for "Engineer approved equivalent" alternatives, then alternatives shall not be considered. Bidders wishing to obtain the Engineer's approval for alternative materials or equipment prior to the I bid opening shall do so in writing at least 10 days prior to the opening of sealed bids. Approval, if granted, will be made in the form of an Addendum issued by the Engineer to all. planholders of I record. If such approvai is not granted prior to the opening of bids, then consideration of the alternative shall be made only after award of the Contract, and shall be governed by Section 00700 - General Conditions of the Construction Contract. ARTICLE 8. COMPETENCY OF BIDDERS. In selecting the lowest responsive, responsible Bidder, I consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the work covered by the Bid. I ARTICLE 9. SUBMISSION OF BIDS. The Bid shall be delivered by the time and to the place stipulated in the Advertisement for Bids. It is the Bidder's sole responsibility to see that its Bid is I received in proper time and at the proper place.. ARTICLE 10. BID SECURITY, BONDS, AND INSURANCE. Each Bid shall be accompanied by an I approved Bid Bond in the amoilif\t15ijlte,din the Advertisement for Bids. Said bond shall be made payable to the Owner and shall b~!giy~n'as 9-Quarantee that the Bidder, if awarded the work, will /1 J:j /J -; VIVIO/ ' 6(: _ /1J/O I -/ I1d e eJJ. INSTRUCTIONS TO BIDDERS, '_ V MOl 00100 - 4 \.):::1'7/::1 I I I I Howard R Green Company Iowa City Water Facility Improvements Project No,524540-J Architectural Precast Repairs , Iowa City, Iowa I enter into an Agreement with the Owner, and will furnish the necessary insurance certificates, and Performance and Payment Bond, each to be in the amount stated in the Supplementary General I Conditions. In case of refusal or failure to enter into said Agreement, the Bid Bond shall be forfeited to the Owner. The Bidder shall use a copy of the Bid Bond form of these documents, or one conforming substantially to it in form. Bonds shall be issued by a surety authorized to do business in I the State of Iowa. ARTICLE 11. DISCREPANCIES IN BIDS. In the event there is more than one Bid item in a Bid I Schedule, the Bidder shall furnish a price for all Bid items in the Schedule, and failure to do so will render the Bid non-responsive and may cause its rejection. In the event there are unit price Bid items in a Bid Schedule and the amount indicated for 8' unit price Bid item doEls not equal the I product of the unit price and quantity, the unit price shall govern and the amount will be corrected accordingly, and the Bidder shall be bound by said correction. In the event there is more than one Bid Item in a Bid Schedule and the total indicated for the Schedule does not agree with the sum of I the prices Bid on the individual items, the prices Bid on the individual items shall govern and the total for the Schedule will be corrected accordingly, and the Bidder shall be bound by. said' correction, I ARTICLE 12. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS, Unauthorized conditions, limitations, or provisos attached to the Bid shall render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, I alterations, or erasures in the printed text Alternative Bids will not be considered unless called for. Oral, telegraphic, or telephonic Bids or modifications will not be considered. . I ARTICLE 13, WITHDRAWAL OF BID. The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or its properly authorized representative. Such written request must be delivered to the place stipulated in the Advertisement for Bids for receipt of Bids prior to the scheduled closing time for receipt of Bids. .1 ARTICLE 14. AWARD OF CONTRACT. Award of the contract, if awarded, will be made to the lowest responsive, responsible Bidder whose Bid complies with the requirements of the Contract I Documents. Unless otherwise specified, any such award will be made within the period stated in the Advertisement for Bids that the bids are to remain open. Unless otherwise indicated, a single award will be made for all the Bid items in an individual Bid Schedule. The Owner reserves the right to I reject any or all bids, to waive any informality in a bid and to select alternate additive or deductive bid items as desired by the Owner to determine the award of the Contract. I ARTICLE 15. RETURN OF BID SECURITY. Bid bonds of the lowest two or more bidders maybe retained for a period not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is I completed and reported to the City Council. Bid guaranty of the successful bidder shall be retained until the contract is executed and a performance guaranty (if applicable) has been submitted: C5 "'- ~ ...:." C;::' I ~0 ~ '--I <:::0 l\......-. ~ <,/', (--.)' INSTRUCTIONS TO BIDDERS ,'~.;::o01~- 5....0 I ~0 ~ ::d<':() ."0 :' -"" -\' -"-- 1~7 ~ '- ::-- "--.1 I ~ ' I Howard R. Green Company Iowa City Water Facility Improvements I Project No,524540-J Architectural Precast Repairs Iowa City, Iowa Should a successful bidder fail to enter into contract, the bid guaranty shall be forfeited to the Owner I to compensate for administrative expenses of making a re-award or issuing a new request. ARTICLE 16. EXECUTION OF AGREEMENT. The Bidder to whom award is made shall execute a , . I written Agreement with the Owner on the form of agreement provided, shall secure all insurance, and shall fumish all certificates and bonds required by the Contract Documents within 10 calendar I days after receipt of the agreement forms from the Owner. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and forfeiture of the Bid security, If the I lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the Owner may award the Contractto the second lowest, responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such Bidder's Bid securities I shall be likewise forfeited to the Owner; ARTICLE 17. ADDENDA. Each bid form shall include specific acknowledgment, in the space provided in Section 00300, Bid Form, of receipt of all addenda issued and mailed by the Owner I during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. ARTICLE 18. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION. The Contractor I shall comply with all state and federal laws and county and local ordinances and regulations which in any manner affect those engaged or employed in the work. I ARTICLE 19. PREBID CONFERENCE, A prebid conference may be held at a time and place to be scheduled prior to the bid. Representatives of the Owner and Engineer will be present. A tour of the site will be conducted at the end of the conference. Meeting minutes and attendance list for I the prebid conference will be made available to all those in attendance. Conduction of a Prebid Conference will be at the Owner's discretion. ARTICLE 20. LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the .. Advertisement for Bids. . ARTICLE 21. EXCISE TAX Gross Receipts Excise Tax applicable for this project is at the rate I prescribed for a qualifying utility. Contractors and subcontractors should include the applicable tax in their bid price for each item of work, . ARTICLE 22. FEDERAL TAX ID NUMBER Each bidder shall state its Federal Tax Identification Number on the line provided on the bid form. The Owner is required to report to IRS on Form 1099 all payments involving labor or services provided by vendors, and lack of this number may delay I contract payments until the number is provided. 1;:"."". ,', I ~._..~ 'J.",j' >1831:] Mid ,~, 6 C : I w'd 2Z :rlO ~oaz I INSTRUCTIONS TO BIDDERS 00100 - 6 0-=1-'1 I . -J lei., . I I I Howard R. Green Company . Iowa City Water Facility Improvements': Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I ARTICLE 23. LOCAL PREFERENCE. By virtue of statutory authority, preference will be given to I materials, products, and supplies found or produced within the State of Iowa. Bidders resident in Iowa shall be allowed a preference over the bid of any bidder from any other state enforcing or having a preference for resident bidders, equal to such preference, - I ARTICLE 24. BIDDER'S CERTIFICATION. A. QUALIFICATION OF BIDDER: I Bidder shall certify that he/she is, at the time of bidding, and shall be, throughout the . period of the contract, licensed in the State of Iowa to do the type ofwark contemplated in ' I the project manual. Bidder shall further certify that he/she is skilled and regularly engaged in the general class and type of work called for in the project manual.. . I Bidder also certifies that he/she is knowledgeable of the unusual and peculiar hazards associated with the general class and type of work required to construct the specified . project within the terms given in the project manual. I Bidder shall be competent and skilled in the protective measures necessary for the safe performance of the construction work with respect to such unusual and peculiar hazards. I ARTICLE 25. SCHEDULE OF VALUES. Each Bidder shall submit to the Engineer within 7 calendar days after the Bid opening a detailed "Schedule of Values" detailing costs associated with the following items at a minimum: I See Bid Form for the requirements of this Section. I ARTICLE 26. DEFINITION OF GENERAL REQUIREMENTS - FORM OF PROPOSAL, Item 1 of the Schedule of Prices (General Requirements) includes all preparatory items necessary to initiate construction including mobilization, insurance and bonds, Mobilization shall consist of all items I necessary for the movement of personnel, equipment, supplies, and incidentals to the project site, and for the establishment of all offices, buildings, and other facilities which must be performed or costs incurred prior to beginning work on the various items on the project site, I Nothing herein shall be construed to limit or preclude partial payments otherwise provided for by the contract. I The proposal will have a lump sum item for General Requirements, The total bid item shall not exceed 2-1/2 percent of total construction costs. 50% percent of the original contract price for this item may be paid in the first payment application. The remainder of this item may be paid in the I second payment. . , 1/~("\ ARTICLE 27, TAXES. Chj:lp~:r~ ~~2tand.. 423 ~fS~\ ~I~~~~f\v~ wa, as amended, require the I j}J,,-\ \~I '''~- \ " \,-,"~ , :S'i~" ..'."" . 'Z'ZJ3ult~\\1 I INSTRUCTIONS TO BIDDERS b'Z : \ \old 00100 -7 (3:l\\J '-.. I I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa Contractor to pay Sales or Use Tax on materials used in the construction. All Contractors shall I prepare and require their Subcontractors to prepare, sign and acknowledge before a Notary Public, I Department of Revenue Form 35-002 listing their respective expenditures for all materials that become an integral part of the completed project; the, purchase price, the amount of Sales or Use Tax paid, the names of the material suppliers, and all other information requiredto complete said form, All Contractors shall file with the Owner executed copies of these forms covering all material I incorporated by them or their Subcontractors. Receipt of said executed forms by the Owner shall be a prerequisite to final payment of retained percentages of contract price to the Contractor. After receipt of said executed forms, the Owner will reimburse the Contractor for taxes included in I such statements. END OF INSTRUCTIONS TO BIDDERS I I I I I I I I I V//~, '-I',~ri; I >1i::i:fIJ -:U/i) .~: 6Z:1 Ucl 2Z no ~aaz I INSTRUCTIONS TO BIDDERS 'J =1' 00100 - 8 \.. - 11.:1 I . I ----.-- I Howard R. Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I BASIS OF PAYMENT FOR WORK I The purpose of this project is to fully restore damage to the Iowa City Water Treatment Plant Facility due to failure of connections on the architectural precast concrete. Plan bid quantities are provided for the purpose of overall bid comparison as a' total lump sum. I Although variations are anticipated to be small, actual quantities for building elements may vary in some cases. The design quantities may be increased or decreased as much as 30% within the parameters of this bid document. Bidders are expected to include all I fixed costs in the General Conditions bid item. I General Conditions - Bid as Lump Sum General Conditions include all fixed general costs for the Project in this bid item I including project supervision, coordination of subcontractors, insurance and bond costs, and profit and overhead. Work in the General Conditions bid item includes all Project Work identified on Drawing I page AS-1 under the headings General Conditions (GC) and Site Restoration (SR). This work also includes work described in Divisions 1 and 8 (excluding only Section 08910 for Metal-Framed Curtain Wall) of the specifications, Note Site Restoration is included in I General Conditions since the Contractor has control over the extent of site damage and its cost. Note the cost of Special Inspection itemized on Contract Drawings Sheet AS-6 is part of the restoration project but will be contracted separately from this bid by the I Owner. I Architectural Precast Concrete - Bid as Lump Sum - Plan Quantity Square Feet Work in the Architectural Precast Concrete bid item includes all Project Work on I Contract Drawing Page AS-1 under the heading Architectural Precast Concrete I Replacement (AP). Drawings for'this work appear on Sheet AS-1, Details 1 through 3 on , Sheet AS-4, and Details 1 through 4 on Sheet AS-5 in the Contract Drawings. Incidental to this bid item are all sealant joints necessary to seal, enclose, and complete the I architectural precast concrete replacement. Quantity is measured as overall dimension panel face dimension including width of sealant joints in the quantity. Bid quantities . appear on Contract Drawings Sheet AS-1. I Concrete Rehabilitation - Bid as Lump Sum - Plan Quantity Each Repair I Work in the Concrete Rehabilitation bid item includes all Project Work on Contract Drawing Page AS-1 under the heading Concrete Rehabilitation (CR). Drawings for this I work appear on Contract Drawings Sheet AS-1 and in Detail 5 on Sheet AS-5. Plan quantities are defined in Detail 5 on Sheet AS-5. " '; 1\'\ \~!\i\O\ '1i'\U\ I' ,~, \ \ \'J ~ 1-\-''''',. 1 I "~D .~',J . '.- f' - ~ 7 j1G \lu\jI &(.:\ vlJ I.J -- I (--1-=i~\ \:1 \..l-- ,- Basis of Payment for Work 00200 - 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa Masonry Restoration - Bid as Lump Sum I Work in the Masonry Restoration bid item includes all Project Work on Contract Drawing Page AS-1 under the heading Masonry Restoration (MR). Drawings for this work appear I on Contract Drawings Sheet AS-3 and Details 6 and 7 on Sheet AS-6: Structural Steel- Bid as Lump Sum - Plan Quantity I Work in the Structural Steel bid item includes all Project Work on Contract Drawing Page I AS-1 under the heading Structural Steel Framing Restoration and Replacement (SS). Drawings for this work appear on Contract Drawings Sheet AS-3 and Details 1 through 5 on Sheet AS-6, I Roofing and Thermal and Moisture Protection - Bid as Lump Sum - Plan Quantity I Work in the Roofing and Thermal and Moisture Protection bid item includes all Project Work on Contract Drawing Page AS-1 under the heading Roofing, Insulation, Sheet Metal and Fire Stop (RI). Drawings for this work appear on Contract Drawings Sheets I AS-1, AS-2, AS-3, AS-4, AS-5 and AS-6 and Details 1 through 3 on Sheets AS-4 and AS-5 and Details 6 and 7 on Sheets AS-6, Note this bid item includes many diverse thermal and moisture protection items. Plan quantities for each item are listed in notes I on Contract Drawing AS-2 and bid as separate items on contract bid documents. Metal-Framed Curtain Wall - Bid as Lump Sum - Plan Quantity I Work'in the Metal-Framed Curtain Wall bid item includes all Project Work on Contract I Drawing Page AS-1 under the heading Metal-Framed Curtain Wall Restoration (CW). Drawings for this work appear on Contract Drawings Sheet AS-1 and Detail 8 on Sheet AS-6. The Work in this bid item is to remove, protect, and reinstall the entire existing' curtain wall system including installation of gaskets and sealant joints. Replacement of I the top rail and top of curtain wall trim is required to assure final materials are undamaged. Architectural Finishes - Bid as Lump Sum - Plan Quantity I Work in the Architectural Finishes bid item includes all Project Work on Contract I Drawing Page AS-1 under the heading Architectural Finishes (AF). Drawings for this work appear on Contract Drawings Sheet AS-3, AS-4 and AS-5. Plan quantities for each item are listed in notes Contract Drawing AS-2 and bid as separate items on contract bid I documents. Mechanical Systems - Bid as Lump Sum I Work in the Mechanical Systems bid item includes ~'IlJr(6ieS{Wbr'\t;~ontract Drawing I Page AS-1 under the heading Mechanical Systems (MS)!Dr~win'9~ 0 this work appear on Contract Drawings Sheet AS-3 and M-1. 6 C : I II d 22 JJ0700Z I 0371:::/ Basis of Payment for Work 00200 - 2 I I Howard R. Green Company Iowa City Water Facility Improvements Project No,524540-J . Architectural Precast Repairs Iowa City; Iowa I Electrical Systems - Bid as Lump Sum Work in the Electrical Systems bid item includes all Project Work on Contract Drawing I Page AS-1 under the heading Electrical Systems (ES) and as specified in the Contract Documents. Drawings for this work appear on Contract Drawings Sheet E-1. I I I I I I I J I . - 0 .:;:;:;:-, CJ ~- -0;: () t-=:J ;::-- .... l-'! I ,[>:.......J r) il ---; O. 1'0' r- =iC r'V fTl ::<, v rn ,----, I n:JJ ::;;: U ~......... --/, - :2: .. > 1'0 -..D I I I I " '.' I Basis of Payment for Work 00200 - 3 I I I Howard R. Green Company Iowa City Water Facility Improvements Project No,524540-J Architectural Precast Repairs Iowa City, Iowa I I SECTION 00300 BID FORM IOWA CITY WATER FACILITY IMPROVEMENTS' I ARCHITECTURAL PRECAST REPAIRS. IOWA CITY, IOWA 2004 I NOTICE TO BIDDERS: PLEASE DO NOT USE THE BID FORM INCLUDED IN THE BOUND VOLUME OF THE I SPECIFICATIONS. SEPARATE COPIES OF THIS BID FORM ARE INCLUDED WITH THIS DOCUMENT, I Name of Bidder . Address of Bidder I TO: City Clerk City of Iowa City I Civic Center 410 East Washington Street Iowa City, Iowa 52240 i I I The undersigned bidder submits herewith bid security in the amount of $ in accordance with the tenns set forth in the "Project Specifications," I The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and .to perform the Project as described in the Contract Documents, including Addenda I , , , , and , and to do all work at the prices. I We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon iri writing prior to starting such work. I I .1\:'0' /1 \() \i\'I'\ \ ,,~"\ /\1-\ \~ I o\J1 ~ \\..J j~(' \.11'- - \\ \ . ) f' ~ ';- .. .-- 'C ~'J(\ \j(!U?' BID FORM ' ~\c\ (, ,!,;U I as .\ 00300 - 1 (1'],\' ~ ,,- \-- \- 1::.:.. I Iowa City Water Facility Improvements I Howard RGreen Company Project No.524540-J Architectural Precast Repairs I Iowa City, Iowa SCHEDULE OF PRICES I ITEM DESCRIPTION UNIT I TOTAL PRICE GENERAL CONDITIONS I 1. General Conditions .. Lump Sum I $ ARCHITECTURAL PRECAST CONCRETE 2. Architectural Precast Concrete - Plan Quantity I shown on Contract DrawinQ AS-1 Lump Sum $ CONCRETE REHABILITATION I 3, Concrete Rehabilitation - Plan Quantity shown . on Contract Drawina Detail 5 on AS-5 Lump Sum $ MASONRY. I I 4. . I Masonry Restoration on Contract Drawing AS-6 I Lump Sum $ STRUCTURAL STEEL '5. Corrugated Steel Deck Lump Sum I 6. Steel Joist Repairs Lump Sum 7. Steel Beam - Replacement of 2 Each . Lump Sum $ I 8. Steel Beam Connection Replacement Lump Sum $ 9. Misc. Steel - Grout Column, Weld opposite ends Lump Sum $ 10. Prime all repaired steel as specified Lump Sum $ I ROOFING AND THERMAL AND MOISTURE PROTECTION - Contract Drawing AS-2 11. Rigid Insulation Replacement Lump Sum $ I 12. Roofing Membra'ne Replacement -:- Lump Sum $ 13. Roof Edge Sheet Metal Coping with Nailer Lump Sum $ 14. Prefinished Metal Soffit System - Exterior North Lump Sum $ I 15. Roof Drain Scupper Removal and Replacement Lump Sum $ 16. Fire Stopping Lump Sum $ I METAL-FRAMED CURTAIN WALL . 17. Metal Framed Curtain Wall Restoration Lump Sum $ I ARCHITECTURAL FINISHES I I 18. Prefinished Metal Soffit System - Interior South Lump Sum $ 19. Finish Painting . Lump Sum $ I 20. Acoustic Tile Replacement Lump Sum $ 21. Restoration of Fire Extinguisher Cabinet & Signs Lump Sum $ MECHANICAL SYSTEMS \:;'/'" I 22. Mechanical Systems per p,o.n!rflGtifr,awiri9~ Lump Sum $ ELECTRICAL SYSTEMS ~,,' . . ../I.lIJ . . I 23. I Electrical Systems per Co~t~cf@rEl~in~ Lump Sum $ ~-'" '-,vt. . CJ37i:::J 00300 - 2 I I BID FORM I I I Howard R. Green Company Iowa City Water Facility Improvements I Project No,524540-J Architectural Precast Repairs Iowa City, Iowa I SCHEDULE OF PRICES, ITEM I DESCRIPTION . UNIT TOTAL PRICE I TOTAL OF ITEMS 1 THROUGH 23 Lump Sum $ I Unit Adjustment Price~: Required Base Bid quantities of the items listed below are defined on the drawings. If increases or decreases in these quantities occur, the Contract Price will be adjusted by Change Order on the basis of the following. Adjustment prices are subject to I acceptance by the Owner, and rejection of one or more adjustment prices will not invalidate acceptance of this Bid. '. . . UNIT I ITEM DESCRIPTION UNIT ADJUSTMENT PRICE 1, Architectural Precast Concrete SF $ I 2. Concrete Rehabilitation as Detailed EA $ 3. Corrugated Steel Deck SF $ I 4. Steel Joist Repairs EA $ 5. Rigid Insulation Replacement CF $ 6. Roofing Membrane Replacement SF $ I 7. Roof Edge Sheet Metal Coping with Nailer LF $ 8. 'prefinished Metal Soffit System - Exterior North LF $ r I 9. Fire Stopping LF $ 10, Prefinished Metal Soffit System - Interior South LF $ 11. Finish Painting SF $ I 12, Acoustic Tile Replacement SF $ I The Owner reserves the right to accept or reject the Bid. The Owner intends to award a single contract which it deems to be in the best interests of the City. I All Bidders shall submit a detailed "Schedule of Values" as described in Section 00100 (Instructions to Bidders). I Bidder shall name the superintendent who will be in charge of the work on-site. Superintendent's experience of the general type contemplated under the Contract shall be listed below: I Superintendent's Name " . r'\' . . "i"J 'i1~\V' . I Project Experience 'of Named Superintende~t' (in~l~d'e'~p\~k;t\~mM~rief description, owner, contact person and phone number) for verification: _ /I'.-~ .' ~~n7 . . " Z Z 'J1G \,,, . I . . tlt.:\ ~\d BID FORM I~-:J'-\ \-\ 00300 ~ 3 , .\' -' ..... ~ I Howard R. Green'Company Iowa City Water Facility Improvements I Project No.524540:J Architectural Precast Repairs I Iowa City, Iowa I I I I The names of those persons, firms, companies or other parties with whom the Bidder intends to enter into a subcontract, together with the type of subcontracted work and I approximate dollar amount of the subcontract: I I I I I I I I \...., .. I ~'. ' ~'>{i,j::h~'0 ViViO/ :..J .;] JU{J . 0[;:/ ~id I ' <: <: ::JJa ~on7 Uo n~'1 I BID FORM '.J_ //J 00300 - 4 I I Howard R Green Company . Iowa City Water Facility Improvements I .Project No,52454O-J Architectural Precast Repairs Iowa City, Iowa I 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. . I 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 I more specificshall prevail. FIRM: I By: I (Title) (Business Address) I (Bidders Phone Number(s) I (Bidders FAX Number(s)) (Name of Contact Person for Bid) I (Bidders Federal Tax 1.0. Number) I I I I I I ' ~,...,\ f' \"!l~\-,.) t. \\ \ ..' ')\ I'~\", \ (J I "=Jt-.\\.. ':5-'" t,~ )\'0-1 \J ^, 'Z ~,J,\\ ~~\l(' 'Z J~- I as::\lld BID FORM n-,::r\ \.~ 00300 - 5 \,j-~ I I I Howard R Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs . Iowa City, Iowa I SECTION 00410 I BID BOND as Principal, and as I Surety declare that we are held and are firmly bound unto , hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further I 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 the I IOWA CITY WATER FACILITY IMPROVEMENTS ARCHITECTURAL PRECAST REPAIRS IOWA CITY, IOWA I 2004 I . NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, I (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 I 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, I 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, I 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. I 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 I hereby waive notice of any such time extension. I '-";\0' " ' I:) \, '\ ' \;jINj\J~~ Iii'] I )\B-.:\ \"J : \ d Z Z '11G \-\U~l \ \,\ ,,}- BID BOND OS: " 00410 -1 I (1-=\'1\:\ \.......- I I Howard R. Green Company Iowa City Water Facility Improvements I Proje,ct No,524540-J Architectural Precast Repairs Iowa City, Iowa I The Principal and the Surety hereto execute this bid bond this day I of , AD., 200_. (Seal) Witness Principal I By (Title) (Seal) I Surety By I Witness Attomey-in-fact) Attach Power-of-Attomey . I I I I I I I I \.~ '.: " ',-, I )1t1::n5 '-M.i8101 I 0"'/ . V' ,U 22 ~ BID BOND. . .)]070D2 00410 - 2 (7:1'--1:1 I '--I / I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 00490 I NOTICE OF AWARD TO: I I PROJECT DESCRIPTION: I IOWA CITY WATER FACILITY IMPROVEMENTS ARCHITECTURAL PRECAST REPAIRS I IOWA CITY, IOWA 2004 The City has considered the BID submitted by you for the above-described Work, I You are hereby notified that your BID has been accepted' for items in the amount of $ You are required by the Instructions to Bidders to execute the Form of Agreement and furnish the I required CONTRACTOR'S Performance and Payment Bond and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. I If you fail to execute said Agreement and to furnish said BONDS within the (10) days from the date of this Notice, said City will be entitled to consider all your rights arising out of the City's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The City will be entitled to such other rights as may be granted by law. I You are required to return an acknowledged copy of this NOTICE OF AWARD to the City. Dated this day of ,200 - I CITY OF IOWA CITY, IOWA By I Title I I ,....., \J.,~.r\\ " \1\'J '1!'1\'~' VN\C' I ' II - II'" I"" . ,-,--(\ u\.,) '\\~...... '-" I I / '..J.... - ~ ",-J(1 'IUnZ , os:\ ~!:l 00""'-' " I NOTICE OF AWARD 00490 - 1 -:J -, , ::I (}:J \1 I \ I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged I By I this the day of ,200_, By I Title I END OF SECTION 00490 I I I . I I I I I \./,'" I v, ';' , _ -'~. .'.1' ,-, )18313'-:u'13 ,vl I /S:IIJJ -,' ,,~ <: nO ~DOZ NOTICE OF AWARD 00490 - 2 (T-n /j I I I I Howard R. Green Company Iowa City Water Facility Improvements Project No,524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 00500 I FORM OF AGREEMENT I THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specification forms for proposal and bid I documents dated the_day of , 200 _' for the IOWA CITY WATER FACILITY IMPROVEMENTS I ARCHITECTURAL PRECAST REPAIRS IOWA CITY, IOWA 2004 ("Project"), and I 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. I NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor I for the Project, and for the sums listed therein. , 2. This Agreement consists of the following component parts which are incorporated I herein by reference: 0 '" = co=> $0 -r- a. Addenda Numbers 0 , .-> ==J no n-< '" 11 I b. Plans (attached herein); .:::J("") '" '- '" ~ ---<~ ! c. Specifications; _,_ In '" IiI 0'1" :J': ~, I ~A ' . - '-J d. Advertisement for Bids; 1: -, w - I e. Performance and Payment Bond; f. Restriction on Non-Resident Bidding of Non-Federal-Aid Projects; I g. Contract Compliance Program (Anti-Discrimination Requirements); \ h. Form of Proposal and Bid Documents; I i. Notice of Public Hearing; ", " I j. Instructions to Bidders; FORM OF AGREEMENT 00500 c 1 I I I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I k. Notice to Proceed; I. Standard General Conditions; I m. Supplementary General Conditions; and I n. This Instrument. The above components are deemed complementary and should be read together. In the I event of a discrepancy or inconsistency, the more specific provision shall prevail. 3, The names of subcontractors, together with quantities, unit prices, and extended I dollar amounts, are as follows (or shown on an attachment): I 4. Payments are to be made to the Contractor in accordance with Article 14 of the General Conditions and SC-14.02A3 and SC-14.07.C of the Supplementary I General Conditions. DATED this day of ,200_. I OWNER: CONTRACTOR: CITY OF IOWA CITY I Bv Bv (Title) I Mayor ATTEST: ATTEST: I (Title) I City Clerk (Company Official) APPROVED BY: I City Attorney's Office I I." "" '. '", END 9~~G5EEME.1\{])/ ...oJ./ N./J I /2:/ lid FORM OF AGREEMENT " 22 J]G?Oaz '00500 - 2 r--- I \.}.:J7ij I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I I '.' SECTION 00610 PERFORMANCE AND PAYMENT BOND. I ' as (Here insert the name and address or legal title of the Contractor) I Principal, hereinafter called the Contractor and I as Surety, hereinafter (Here insert the legal title of the Surety) called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter I called the Owner, in the amount of ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severalles ~ I <- ~ h f d' :2:0 = WHEREAS, Contractor as, as 0 ,entere Into';s:::; ", I (date) () -< ;:; ~ I written Agreement with Owner for the -j 0 N r- .--<,. m :-n -0 I i5':J.i ::;r. f" ......-:- ..........1 . ,IOWA CITY WATER FACILITY IMPROVEMENTS ::2: /- -::- I ' ARCHITECTURAL PRECAST REPAIRS __ )>.w IOWA CITY, IOWA 2004 ; and' I WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to -- be completed by Contractor, in accordance with plans and specifications prepared by the City of I Iowa City, which Agreement is by reference made a part hereof, and the agreed-upon work Is hereafter referred to as the Project. I NOW, THEREFORE, THE CONDITIONS OF THIS OBLlGA TIONare 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. I 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 I Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: I 1. Complete the Project in accc;rdancewith the terms and conditions of the Agreement, or I PERFORMANCE & PAYMENT BOND 00610 -1 I I Howard R Green Company Iowa City Water Facility Improvements I Project No,524540-J Architectural Precast Repairs Iowa City, Iowa I 2, Obtain a bid or bids for submission to Owner for completing the Project in I 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 I though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficientfunds to pay the cost of completion, less the balance of the Contract Price, but not I 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 I amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall, in accordance with the provisions of Chapter 384, Code of Iowa, be obligated to keep the improvements covered by this bond in good I repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other I ,than the Owner named herein or the heirs, executors, administrators or successors of Owner. I 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, I all claims due them for labor performed or materials fumished 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. I I I I \"/'t' ".. ,-. I 'I, r\,-,J /\1.1") \71'\-101 \JWj-r v "VI . /I'-J~ 18 )JJ) I IS: I !old 2ZnQ iDOZ PERFORMANCE & PAYMENT BOND 00610 -2 I o=nl:j I . . Howard R Green Company Iowa City Water Facility Improvements Project No,524540-J Architectural Precast Repairs Iowa City, Iowa I . SIGNED AND SEALED THIS DAY OF ,200_. . IN THE PRESENCE OF: . (Principal) . (Title) . (Surety) . . Witness (Title) '. (Address) , . . . . . , II'" \:!rJ'D\ , 'VrI\O\ }-'-;;'-\ I \'J . ",-.\'~\.) !..- '-/,,_1.. 1 !' 7., 'S3\}1-&\l', PERFORMANCE & PAYMENT BOND \ 't. : \ 'vld 7., 00610 - 3 . ~~\~ (\~ \-' \......- . ~ I I Howard R. Green Company Iowa City Water Facility Improvements Project No,524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 00670 NOTICE TO PROCEED I TO: I .--> <;::;:~ 0 CO" .r:- .~O~ c en II _' - I DATE: 0-<' N ,-- r" I ~C) rn _/r- -:) r--~ ---=-C2 .-;'. -.J I '--i :::;:!. - IOWA CITY WATER FACILITY IMPROVEMENTS ':-~/" .. c"'-. W ARCHITECTURAL PRECAST IMPROVEMENTS y - I IOWA CITY, IOWA 2004 CITY OF IOWA CITY 410 EAST WASHINGTON STREET I IOWA CITY, IOWA 52240 You are hereby notified to commence WORK in accordance with the Agreement dated I ,200_, on or before . The date of completion of all WORK is I HOWARD R. GREEN COMPANY I By I Title ACCEPTANCE OF NOTICE I Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: I ,this the day of 20_. By I Title I I NOTICE TO PROCEED 00670 - 1 I I CITY OF lOW A CITY. GENERAL CONDITIONS I N = ARTICLE 1- DEFINITIONS AND TERMINOLOGY .. . - ~ negotIatIOns, representatIons, ~agreemeftts, whether written or oral. :2: 0 ~ -->1 '"l;:'~ (""""1 ~ I 1.01 Defined Terms 12. Contract Documents-- The.Oontraat-IDoclljllelits A. Wherever used in-the Contract Docwnents the tenns establish the rights and obligati(m~ (of the''p'artie~-,!"l' mclude the Agreement, Addenda,(.;vl1!ch pertam to.th~ listed below will have the meanings indicated which are Contract Documents), CONTRAc;T.DR'.s Bid (inclu'ding I applicable to !:lOth the singular ans' plural thereof. documentation accompanying the 'B\<(and anx-post Bid documentation submitted prior to fue.Noticee,j;Award) L Addenda-- Written or graphic instruments issued when attached as an exhibitto the ~eement,-lhe Notice I prior to the opening of Bids which clarify, correct, or to Proceed, the Bonds, these General Conditions, the change the Bidding Requirements or the Contract Supplem~ntary Conditions, the Specifications and the Documents. Drawings as the same are more specifically identified in 2. Agreement-- The written instrument. which. is the Agreement, together with all Written Amendments, I Change Orders, Work Change Directives, Field Orders, evidence of the agreement between OWNER. and and OWNER's written interpretations and clarifications CONTRACTOR covering the Work. issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings I 3, Applicationfor Payment.- The form acceptable to of subsurface and physical conditions are not Contract OWNER which is to be used ~y CONTRACTOR during Documents. Only printed or hard copies of the items the course of the Work in requesting progress or final listed in this paragraph are Contract Documents. Files in payments and which is to be accompanied by such electronic media format of text, data, graphics, and the I supporting documentation as is required by the Contract like that may be furnished by OWNER to Documents. CONTRACTOR are not Contract Documents. 4, AsbestosnAny material that contains more than 13. Contract Pricen The moneys payable by I one percent asbestos and is friable or is releasing OWNER to CONTRACTOR for completion of the asbestos fibers into the air above current action levels Work in accordance with the Contract Documents as established by the United States occupational Safety and stated in the Agreement (subject to the provisions of Health Administration. paragraph 11.03 in the case of Unit Price Work). I 5. Bid-. The offer or proposal ofa bidder submitted 14. Contract Times-. The number of days or the on the prescribed form setting forth the prices for the dates stated in the Agreement to: (i) achieve Substantial Work to be performed, Completion; and (ii) complete the Work so that it is I 6. Bidding Documents-- The Bidding Requirements ready for fmal payment as evidenced by OWNER's written approval of fmal payment. and the proposed Contract Documents (including all I Addenda issued prior to receipt of Bids), IS. CONTRACTOR--The individual or entity with 7. Bidding Requirements-. The Advertisement or whom OWNER has entered into the Agreement. Invitation to Bid, Iiisnuctions to Bidders, Bid security 16. Cost of the Work--The sum of all costs I fonn, if any, and the Bid form with any supplements, necessarily incurred and paid by CONTRACTOR in the 8, BondsnPerformance and payment b~nds and proper performance of the Work. other instruments of security. 17. Drawings-- That part of the Contract Documents I prepared or approved by OWNER which graphically 9. Change Order--A document required by OWNER shows the scope, extent, and character of the Work to be which is signed by CONTRACTOR and OWNER and performed by CONTRACTOR, Shop Drawings and .authorizes an addition, deletion,. or revision in the Work other CONTRACTOR submittals are not Drawings as so I or an adjustment in the Contract Price or the Contract defined. Times, issued on or after the Effective Date of the Agreement. 18, Effective Date of the AgreementnThe date indicated in the Agreement on which it becomes I 10, ClaimnA demand or assertion by OWNER or effective, but if no such date is indicated, it means the CONTRACTOR seeking an adjustment of Contract Price date on which the Agreement is signed and delivered by or Contract Times, or both, or other relief with respect to the last of the two parties to sign and deliver. the terms of the Contract. A demand for money or I services by a third partY is not a Claim. 19, . OWNER's. Engineering ConsultantnAn individual or entity having a contract with OWNER to 11. Contract--,The entire 'and integrated .written furnish services as O\VNEWs independent professional agreement between the OWNER and CONTRACTOR consultant with respect to the Project and who is I concerning the Work. The Contract supersedes prior identified as such in the Supplementaty Conditions, wp1126 00700 - I I 20, Field Order--Awrittenorder issued by OWNER I which requires minor changes in the Work but which 33. PCBs--Polychlorinated biphenyls, does not involve a change in the Contract Price or the I Contract Times. 34. Petroleum--Petroleum, including crude oil or any fraction thereof which is liquid at standard 21. Extra Work- Work not provided for in the conditions of temperature and. pressure (60 degrees Contract as awarded or deemed essential to the Fahrenheit and 12.7 pounds per square inch absolute), I satisfactory completion of the Contract and authorized by such as oil, petroleum, fuel oil, oil sludge, oil refuse, the OWNER. gasoline, kerosene, and oil mixed with other non- Hazardous Waste and crude oils. 22. Final Payment--Payment made to the I CONTRACTOR after all work is satisfactorily 35. Project--The total construction of which the completed. Final payment does not include retainage. Wark to be perfonned under the Contract Docrnnents may be the whole, or a part as may be indicated 23. GeneraIRequirements--Sections of Division I elsewhere in the Contract Docrnnents. I ofthe Specifications. The General Requirements pertain to all sections of the Specifications. 36. Project Manual-- The bound docrnnentary information prepared for bidding and constructing the 24. Hazardous Environmental Condition-- The Work. A listing of the contents of the Project Manual, I 'presence at the Site of Asbestos, PCBs, Petroleum, which may be .bound in one or more volumes, is Hazardous Waste, or Radioactive Material in such contained in the table(s) of contents. quantities or circtll11Stances that may present a substantial danger to persons or property exposed thereto in 37. Radioactive Moten'al-Source, special nuclear, I connection with the Work. or byproduct material as defmed by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended .25. Hazardous Waste.-The tenn Hazardous Waste from time to time. ' shall have the meaning provided in Section 1004 of the I ,Solid Waste Disposal Act (42 USC Section 6903) as 38. Resident Project Representative-The authorized amended from time to time. representative of OWNER who may be assigned to the Site or any part thereof. 26. Laws and Regulations; Laws or RegUlations-- I Any and all applicable laws, rules, regulations, 39. Samples-Physical examples of materials, ordinances, codes, and orders of any and all equipment, or workmanship that are representative of governmental bodies, agencies, authorities, and courts some portion of the Work and which establish the I having jurisdiction. standards by which such portion of the Work will be judged. 27. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or 40, Shop Drawings--All drawings, diagrams, I personal property. illustrations, schedules, and other data or information which are specifically prepared or assembled by or for 28. Milestone--A principal event specified in the CONTRACTOR and submitted by CONTRACTOR to Contract Documents relating to an intermediate comple- illustrate some portion of the Work.. I tion date or time prior to Substantial Completion of all the Work. 41. Site--Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which 29. Notice of Award--The written notice by the Work is to be perfonned, including rights-of-way I OWNER to the apparent successful bidder stating that and easements for access thereto, and such other lands upon timely compliance by the apparent successful furnished by OWNER whicb are designated for the use bidder with the conditions precedent listed therein, of CONTRACTOR. OWNER will sign and deliver the Agreement. I 42. Specifications--That part of the Contract 30, Notice to Proceed--A written notice given by Documents consisting of written technical descriptions OWNER to CONTRACTOR fixing the date on which of materials, equipment, systems, standards, and the Contract Times will conunence to run and on which workmanship as applied to the Work and certain I CONTRACTOR shall start to perfonn the Work under administrative details applicable thereto, the Contract Documents. . 43. Subcontractor--An individual or entity having a 31. OWNER--The City of Iowa City with whom direct contract with CONTRACTOR or ,,'ith any other I CONTRACTOR has entered into the Agreement'atid for , Subcontractor for the performance of a part of the Work whom the Work is to be perfonned including/its /\ i /J I at the Site. . employees and professional consultants under confr:'aI:!!7'C: !7,I1101' . providing services for the Work I r: . ,'J ,{j/0y., 44, Substantial CompletiO/i--The time at which the I : I AI' ork (or a specified part thereof) has progressed to the 32. Partial Utilization--Use by OWNER old aCe J ~ point where, in the opinion of OWNER, the Work (or a substantially completed part of the Work for the I!!!I]lose ciO 7g,.,cified part thereof) is sufficiently complete, in I for which it is intended (or a related purpose) iPrf.:nO~ accordance with the Contract Documents, so that the . Substantial Completion of all the Work. "-..:] j /--1 Work (or a specified part thereof) can be utilized for the --J 00700 . 2 I I purposes for which it IS intended, The terms import are used to describe an action or "substantially complete" and "substantially completed" determination of OWNER as to the Wark, it is as applied to all or part of the ,Work refer to Substantial intended that such action or determination will I Completion thereof. be solely to evaluate, in general, the completed Work for compliance with the requirements of 45. Supplementary Conditions-.That part of the and information in the Contract Documents and I Contract Documents which amends or supplements these conformance with ,the design concept of the General Conditions. completed Project as a functioning whole as shown or indicated in the Contract Documents .46, Supplier--A manufacturer, fabricator, supplier, (unless there is a specific statement indicating I distributor, materiahnan, or vendor having a direct otherwise). The use of any such term or, contract with CONTRACfOR or with any Subcontractor adjective shall not be effective to assign to to furnish materials or equipment to be incorporated in OWNER any duty or authority to supervise or the Work by CONTRACTOR or any Subcontractor. direct the performance of the Work or any duty I or authority to undertake responsibility contrary 47. Underground Faci/ities-.All underground to any provisions of the Contract Doc.uments, . pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or B.Day I attachments, and any encasements containing such facilities, including those that convey electricity, gases, L The word "day" shall constitute a calendar day of steam, liquid petroleum products, telephone or other 24 hours measured from midnight to the next midnight. communications, cable television, water, wastewater, I storm water, other liquids or chemicals, or traffic or C. Defective other control systems. I. The word "defective," when modifying the word 48. Unit Price Work-- Work to be paid for on the "Work," refers to Work that is unsatisfactory, faulty, or I basis of unit prices. deficient in that it does not conform to the Contract Documents or does not meet the requirements of any 49, Work-- The entire completed construction or the . inspection, reference standard, test, or approval referred various separately identifiable parts thereof required to to in the Contract Documents, or has been damaged prior I be provided under the Contract Documents. Work to OWNER's fmal payment (unless responsibility for the includes and is the result of performing or providing all protection thereof has been assumed by OWNER at labor, services, and documentation necessary to produce Substantial Completion in accordance with paragraph such construction, and furnishing, installing, and 12.04 or 12.05). I incorporating all materials and equipment into such construction, all as required by the Contract Docum~ts. D, Furnish, Install. Perform, Provide I 50. Work Change Directive--A written statement to 1. The word "furnish," when used in connection CONTRACfOR issued on or after the Effective Date of with, services, materials, or equipment, shall mean to the Agreement and signed by OWNER ordering an supply and deliver said services, materials, or equipment addition, deletion, or revision in the Work, or responding to the Site (or some other specified location) ready for I to differing or unforeseen subsurface or physical use or installation and in usable or operable condition, conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not 2. The word "install," when used in connection with change the Contract Price or the Contract Times but is services, materials, or equipment, shall mean to put into I evidence that the parties expect that the change ordered use or place in final position said services, materials, or or documented by a Work Change Directive will be equipment complete and ready for intended use. incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if 3. The words t'perform" or "provide, 11 when used in I any, on the Contract Price or <':ontract Times, connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or 51. Written Amendment--A : written statement equipment complete and ready for inte!'cded use, modifYing the Contract Documents, signed by OWNER o ~.. ,-" I and CONTRACfOR on or after the Effective Date of the 4. When "furnish," "install," "I[~{){JIl.," Qfi'''pro- Agreement and normally dealing with the vide" is not used in connection with-seni~b, ~terials, nonengineering or nontechnical rather than strictly or equipment in a context clearly reCJ1.!jring an Q'BJigation construction-related aspects of the Contract Documents, ofCONTRACfOR, "provide" is iiiiplied. rv )f I '-:.:: f-.! 1\J ;::-- . ---- 1,02 Terminology E, Unless stated otherwise in thecEioljti'act Dpcum.in~ words or phrases which have a w,,)J;kD.o\vn fe,,\micall A. Intent of Certain Terms or Adjectives cons~ction industry or trade me~ 'are ...used iD.JJie I I, Whenever in the Contract Documents the Contr.act Documents in accordance with su~ recognized meamng. ---- terms "as allowed;" "as approved," or terms of like effect or import are used, or the adjectives ARTICLE 2 - PRELIMINARY MATTERS I "reasonable,tlltsuitable," "acceptable, "proper," "satisfactory, " or adjectives of like effect or I 00700 - 3 2.01 Delivery of Bonds the'basis for progress payments during performance of I the Work, Such prices "ill include an appropriate A, When CONTRACTOR delivers the executed amount of overhead and profit applicable to each item of Agreements to OWNER, CONTRACTOR shall also deliver Work. I to OWNER such Bonds as CONTRACTOR may be required to furnish. C. Evidence of Insurance: Before any Work at the Site is started, CONTRACTOR and OWNER shall each deliver to 2.02 Copies of Documents the other, with copies to each additional insured identified in I A. Refer to Supplementary Conditions regarding the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any copies of Drawings and Project Manuals. additional insured may reasonably. request) which I CONTRACTOR and OWNER respectively are required to 2.03 Commencement of Contract Times; Notice to Proceed purchase and maintain in accordance with Article 5. A, The Contract Times will commence to run on the 2,06 Preconstruction Conference I thirtieth day after the Effective Date of the Agreement or, if a A. Within 20 days after the Contract Times start to run, Notice to Proceed is given, on the day indicated in the Notice to Proceed, A Notice to Proceed may be given afany time but before any Work at the Site is started, a conference within 30 days after the Effective Date of the Agreement. In attended by CONTRACTOR, OWNER, and others as I no event will the Contract Times commence to run later than appropriate will be heldto establish a working understanding the sixtieth day after the day of Bid opening or the thirtieth among the parties as to the Work and to discuss the schedules day after the Effective Date of the Agreement, whichever date referred to in paragraph 2.05,B, procedures for handling is earlier. . Shop Drawings and other submittals, processing Applications I for Payment, and maintaining required records, 2.04 Starting the Work 2.07 Initial Acceptance of Schedules A. CONTRACTOR shall start to perform the Work on I the'date when the Contract Times commence to run. No A. Unless otherwise provided in the Contract Docn- Work shall be done at the Site prior to the date on which the ments, at least ten days before submission of the first Contract Times' connneIl,Ce to run: Application for Payment a conference attended by CON- TRACTOR, OWNER, and others as appropriate will be held I 2.05 Before Starting Construction' to review for acceptability to OWNER as provided below the , schedules submitted in accordance with paragraph 2.05.B. A. CONTRACTOR's Review of Contraci Documents: CONTRACTOR shall have an additional ten days to make Before undertaking each part of the Work, CONTRACTOR corrections and adjustments and to complete and resubmit the I shall carefully study arid compare the Contract Documents schedules. .No progress payment shall be made to and check and' verify pertinent figures therein and all CONTRACTOR until acceptable schedules are submitted to applicable field . measurements. CONTRACTOR shall OWNER. promPtly report in writing to OwNER any conflict, error, I. The progress schedule will be acceptable to I ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or . OWNER if it provides an orderly progression of the clarification from OWNER beforeproceeding with any Work Work to completion within any specified Milestones and I affected thereby; however, CONTRACTOR shall not be the Contract Times. Such acceptance will not impose on liable to OWNER for failure to report any conflict, error, OWNER responsibility for the progress schedule, for ambiguity, or discrepancy in the Contract Documents unless sequencing, scheduling, or progress of the Work nor CONTRACTOR knew or reasonably should have known interfere with or relieve CONTRACTOR from I thereof. CONTRACTOR's full responsibility therefor. B, Schedules: Within ten days after the Effective Date of 2, CONTRACTOR's schedule of Shop Drawing and the Agreement (unless .otherwise specified in the General Sample submittals will be acceptable to OWNER if it I Requirements), CONTRACTOR shall submit to OWNER for provides a workable arrangement for reviewing and its timely review: processing the required submittals. 1. a progress schedule indicating the limes (numbers 3. CONTRACTOR's schedule of values will be I of days or dates) for starting and completing the various acceptable to OWNER as to form and substance if it stages of the Work, including any Milestones specified in. provides a reasonable allocation of the Contract Price to the Contract Documents; component parts of the Work. 2. a schedule of Shop 'Drawing and Sample ARTICLE 3 -.CONTRACT DOCUMENTS: INTENT, I submittals which will list each required submittal and the AMENPING; REUSE times for. submitting, reviewing, and processing such . '<t; :\J..!0 \;/\;101 submittal; and ,,8] 7:JM!J I 3.01 (?fent 3. a schedule of values for all of the Work which ./ it . d ~~-'" .n, includes quantities and prices of items which when added A. The Contra cUm~are complementary; what is together equal the Contract Price and subdivides the called for by_one is as binding as if called for by all, I Work into component parts in sufficient detail to serve as ( J '-'.~"1 ,-.J--! lid . 00700 - 4 I I B. It is the intent of the Contract Documents to describe a 1. Except as may be otherwise specifically stated in functionally complete Project (or part thereof) to be the Contract Documents, the provisions of the Contract constructed in accordance with the Contract Documents. Any Documents shall take precedence in. resolving any I labor, documentation, services, materials, or equipment that conflict, error, ambiguity, or discrepancy between the may reasonably be inferred from the Contract Documents or provisions of the Contract Documents and: from prevailing custom or trade usage as being required to II produce the intended'resulfwill be provided whether or not a. the provisions of any standard, specification, specifically called for at no additional cost to OWNER. manual, code, or instruction (whether or not specifi- cally incorporated l)y reference in the Contract C. Clarifications and. interpretations of the Contract Documents); or I Documents shall be issued by OWNER and shall be consistent with the intent of and as reasonably inferable from b. the provisions of any Laws or Regnlations the Contract Documents. applicable to the performance of the Work (unless snch an interpretation of the provisions of the I 3.02 Reference Standards Contract Documents would result in violation of such Law or Regulation), A. Standards, Specifications, Codes, Laws, and . Regulations 3.04 Amending and Supplemenling Contract Documents I 1. Reference to standards, specifications, manuals, A, The Contract Documents may be amended to provide or codes of any technical society, organization, or fot additions, deletions, and revisions in the Work or to association, or to Laws or Regulations, whether such modify the terms and conditions thereof in one or more of the I reference be specific or by implication, shall mean the following ways:- (i) a Written Amendment; (ii) a Change standard, specification, manual, code, or Laws _ or Order; or (iii) a Work Change Directive. Regnlations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no B. The requirements of the Contract Documents may be I Bids), except as may be otherwise specifically stated in supplemented, and minor variations and: deviations in the the Contract Documents. . Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) OWNER'~prOval'Qf a Shop . 2. No provision of any such standard, specification, Drawing Ot Sample; or (iii) OWNER's. 'tten intwretation I manual or code, Ot any instruction of a Supplier shall be or clarification. - :z-=:: 0 ~ effective to change the duties or responsibilities of j.,> ---. _. ~ ----I r:, OWNER, CONTRACTOR, or any of their 3.05 Reuse of Documents C) ~~ ;; ..!J subcontractors, consultants, agents, or employees from -JC) 'r'\,) r- I those set forth in the Contract Documents, nor shall any -,....,_- f A. CONTRACTOR and any Subc(}!1tr~ctor or Supplier. such provision or instruction be effective to assign to or other individual or entity petforming q(flnni&lling an.y_pf OWNER, or any of its consultants, agents, or employees the Work under a direct or indirect Ge.fttiiiCt with OWNER: I any duty or authority to supervise or direct the (i) shall not have or acquire any title ~r owneiSiiip rights in petformance of the Work or any duty or authority to any of the Drawings, Specifications, or other rents (or undertake responsibility inconsistent with the provisions copies of any thereof) prepared by or on e alf of the of the Contract Documents. OWNER, including electronic media editions; and (ii) shall I not reuse any of such Drawings, Specifications, other. 3.03 Reporting and Resolving Discrepam:;ies documents, or copies thereof on extensions- of the Project without written consent of OWNER Ot use of same on any A. Reporting Discrepancies other project. This prohibition will survive final payment, I completion, and acceptance of the Work, or termination or L If, during the performance of the Work, completion of the Contract. Nothing herein shall preclude CONTRACfOR discovers any conflict, error, CONTRACTOR from retaining copies of the Contract ambignity, or discrepancy within the Contract Documents for record purposes. I . Documents Ot between the Contract Documents and any provision of any Law or Regnlation applicable to the ARTICLE 4 - AVAILABILITY OF LANDS; performance of the Work or of any standard, SUBSURFACE AND PHYSICAL CONDITIONS; . specification, manual or code, or of any instruction of REFERENCE POINTS I any Suppliet, CONTRACfOR shall report it to OWNER in writing at once, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency 4.01 AvaildbilityofLands as required by paragraph 6.16,A) un!il an amendment or I supplement to the Contract Documents has been issued A. OWNER shall furnish the Site, OWNER shall notify by one of the methods indicated in paragraph 3.04; CONTRACfOR of any encumbrances or restrictions not of provided, however, that CONTRACTOR shall not be general application but specifically related to use of the Site liable to OWNER for failure to report any such conflict, with which CONTRACfOR must comply in performing the I errot, ambiguity, or discrepancy unless CONTRACTOR Work. OWNER will obtain in a timely manner and pay for knew or reasonably should have known thereof. easements for permanent structures or permanent changes in existing facilities.. I B. Resolving Discrepancies B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record I 00700 . 5 legal title and legal description of the lands upon which the physical conditions or performing any Wark in connection I Work is to be performed and OWNER's interest therein. therewith (except in an emergency as required by paragraph 6,16.A), notify OWNER in writing about such condition. . C. CONTRACTOR shall provide for all additional lands CONTRACTOR shall not further disturb such condition or I and access thereto. that may be required for temporary perform any Work in connection therewith (except as construction facilities or storage of materials and equipment. aforesaid) until receipt ofwrirten order to do so, Such additional land uses acquired by CONTRACTOR I shall be by written agreement with the property owner. B. OWNER's Review: After receipt of written notice as A copy of the written agreement shall be provided to required by paragraph 4.03.A, OWNER will promptly review OWNER. the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, I 4,02 Subsurface and Physical Conditions and advise CONTRACTOR in writing of fmdings and conclusions. A. Reports and Drawings: The Supplementary Conditions identify: C, Possible Price and Times Adjustments I 1. those reports of explorations and tests of 1. The Contract Price or the Contract Times, or subsurface conditions at or contiguous to the Site that both, will be equitably adjusted to the extent that the OWNER has used in preparing the Contract Docwnents; existence of such differing subsurface or physical I and condition causes an increase or . decrease in CONTRACTOR's cost of, or time required for, perf or- 2. those drawings of physical conditions in or mance of the Work; subjec~ however, to the following: relating to existing surface or subsurface structures at or I contiguous to the Site (except Underground Facilities) a. such condition must meet anyone or more of that OWNER has used in preparing the Contract the categories described in paragraph 4.03.A; and Documents. b. with respect to Work that is paid for on a I B. Limited Reliance by CONTRA CTOR on Technical Unit Price Basis, any adjustment in Contract Price Data Authorized: CONTRACTOR may rely upon the general will be subject to the provisions of Article 9. accuracy ofthe "technical data" contained in such reports and drawings, but such reports and drawings are not Contract 2. CONTRACTOR shall not be entitled to any I Docwnents. Such "technical data" is identified in the adjustment in the Contract Price or Contract Times if: Supplementary Conditions, Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make a. CONTRACTOR knew of the existence of any Claim against OWNER with respect to: such conditions at the time CONTRACTOR made a I fmal commitment to OWNER in respect of Contract .1, the completeness of such reports and drawings for Price and Contract Times by the submission of a CONTRACTOR's purposes, including, but not limited Bid or becoming bound under a negotiated contract; I to, any aspects of the means, methods, techniques, or sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions b. the existence of such condition could and programs incident thereto; or reasonably have been discovered or revealed as a I result of any examination, investigation, 2, other data, interpretations, OplIDOns, and exploration, test, or study of the Site and contiguous information contained in such reports or shown or areas required by the Bidding Requirements or indicated in such drawings; or Contract Documents to be conducted by or for I CONTRACTOR prior to CONTRACTOR's making 3. any CONTRACTOR 'interpretation of or such final commitment; or conclusion drawn from any "technical data" or any such c, CONTRACTOR failed to give the written other" data, interpretations, opinions, or information. notice within the time and as required by paragraph I . 4.03,A. 4.03 Differing Subsuiface or Physical Conditions 3. If OWNER and CONTRACTOR are unable to A, Notice: If CONTRACTOR believes that any agree on entitlement to or on the amount or extent, if I subsurface or physical condition at or contiguous to the Site any, of any adjustment in the Contract Price or Contract that is uncovered or revealed either: Times, or both, a Claim may be made therefor as provided in Article 9: However, OWNER, shall not be I, differs substantially and materially from that liable to CONTRACTOR for any claims, costs, losses, I shown or indicated in the Contract Documents; or or damages (including but not limited 19--~1l fees and charges of engineers;,architects,-- attO'fn~t and other 2. is of an unusual nature, and differs substantially professionals and all cOllrt err ar~i~.Q_9@or other dispute and materially from conditions ordinarily encountered resolution costs) sustained by CONTRACTOR on or in I and generally recognized as inherent in work of the connection withSW olhep!:foj~or. "!)licipaled project. character provided for in the Contract Documents; , ", (, J.jU'lJUZ . 4,04 Underground Facilities then CONTRACTOR shall, promptly after becoming aware ,...-,--,.----, I .. lH.j1--i thereof and before further disturbing the subsurface or --- L.. 00700 - 6 : I I A. Shown or Indicated: The information and data shown' shown or indicated; or not shown or indicated with or indicated in the Contract Documents with. respect to reasonable accuracy in the Contract Documents, existing Underground Facilities at or contiguous to the Site is CONTRACTOR shall, promptly after becoming aware I hased on information and data furnished to OWNER hy the thereof and before further disturbing conditions affected owners of such Underground Facilities, including OWNER, thereby or performing any Work in connection therewith or by others. Unless it is otherwise expressly provided in the (except in an emergency as required by paragraph Supplementary Conditions: . 6.16.A), identify the owner of such Underground Facility I and give written notice to that owner and to OWNER. I :OWNER shall not be responsible for the accuracy OWNER will promptly review the Underground Facility or completeness of any such infonnation or data; and and determine the extent, if any, to which a change is required in the Contract Documents to reflect and I 2. the cost of all of the following will be included in document the consequences of the existence or location the Contract Price, and CONTRACTOR shall have full of the Underground Facility. During such time, responsibility for: CONTRACTOR shall be responsible for the safety and I protection of such Underground Facility. . No a. reviewing and checking all such information compensation shall be due for any Work stoppage and data, caused by the location of an Underground Facility. lb. locating and exposing when requested by 2. If OWNER concludes that a change in ,the OWNER all Underground Facilities within the Contract Documents is required, a Work Change Work area whether or not they are indicated in the Directive or a Change Order will be issued to reflect and Contract Documents, document such consequences, An equitable adjustment I shall be made in the Contract Times, to the extent that it c. coordination of the Work with the owners of is attributable to the existence of an Underground such Underground Facilities, including OWNER, Facility. . during construction, and I 4.05 Reference Points d. the safe!yand protection of all Underground Facilities and repairing any damage thereto resulting A. OWNER shall provide engineering surveys to from the Work. establish reference points for. construction which ill I .OWNER's judgment are necessary to enable CONTRACTOR e. Notifying all utility companies, all pipeline to proceed with the Work. 'CONTRACTOR sball be owners, or other parties affected, and endeavoring to responsible for laying out the Work, shall protect and have all necessary adjustments of the public or preserve the established reference points and property : I private utility. fixtures, pipelines; and other monuments, and shall make no changes or relocations appurtenances within or adjacent to the limit, of without the prior. written approval of OWNER. construction made as soon as practicable. CONTRACTOR shall report to Ow,Nf:R wh~Jver any reference point or property monument isjost or destroyed or If. Not.ification concerning work near buried requires relocatioD,because ofnecessarY:.l;:harl.ges iIrgrades or utilities as required by Section 479.47, Code of locations, and shall be responsibf!e., f9r thl;)accartur Iowa; and for,conducting work as required therein. replacement or relocation of such~r-eferenc~oint:s.....:.ot property monuments by professionall~<ifalifiedl~rsoriDet I g. . Water lines, gas lines, WIre lines, , ~ "[I; -0 rrl communication lines, service connections, water and 4.06 Hazardous Environmental Concf!!!oE....at SiZe:. r-! gas meter boxes, water and gas valve boxes, light :;: /~ _ .....J standards, cableways, signals, and all other utility A. Reporls and Drawings: Re!lUence is aade to the I appurtenances within the limits of the proposed Supplementary Conditions for the identifica~ of those construction, which are to be relocated or adjusted, reports and drawings relating to a Hazardous Envirorunental are to be moved by the owners of the utility at their Condition identified at the Site, if any, that have been utilized I expense, except as otherwise provided for in the by the OWNER in the. preparation of the Contract Contract Documents. Documents. h. It is understood and agreed that the B, Limited Reliance by CONTRACTOR on Technical I CONTRACTOR has considered in the Bid all of the Data Aulhorized: CONTRACTOR may rely upon the general permanent and temporary utility appurtenances in accuracy of the "technical data" contained in such reports and their present or relocated positions as shown in the drawings, but such reports and , drawings are not Contract Contract Documents and that additional Documents. Such "technical data" is identified in the I compensation will not be allowed for any delays, Supplementary Conditions. Except for such reliance on such inconvenience, or damage sustained by the "technical data," CONTRACTOR may not rely upon or make CONTRACTOR due to 'any interference from the any Claim against OWNER or OWNER's' Engineering utility appurtenances or their operation or Consultants with respect to: I relocation. I. the completeness of such reports and drawings for B. Not Shown or Indicated CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, teclmiques, I 1. If an Underground Facility is uncovered or 'sequences and pro~edures of construction to be revealed at or contiguous to the Site which was not I 00700 - 7 employed by CONTRACTOR and safety precautions and againsiall claims, costs, losses, and damages (including I . and programs incident thereto; or but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration 2. other -data, interpretations, opimons and or other dispute resolution costs) arising out of or relating to I infonnation contained in such reports or shown or a Hazardous Environrr:tental Condition, provided that such indicated in such drawings; or Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in I 3, any CONTRACTOR interpretation of or the Contract Documents to be included within the scope of conclusion dra\VIl from any "technical data" or any such the Work, and (ii) was not created by CONTRACTOR or by other data, interpretations, opinions or information. anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.E shall obligate OWNER to indemnify I C. CONTRACTOR sball not be responsible for any any individual or entity from and against the consequences of Hazardous Enviromnental Condition Wlcovered or revealed at that individual's or entity's own negligence. the Site which was not shown or indicated in Drawings' or Specifications or identified in the Contract Documents to be H, To the fullest extent permitted by Laws and I within the scope of the Work. CONTRACTOR shall be Regulations, CONTRACTOR sball indenmify and hold responsible for a Hazardous Environmental Condition created barmless OWNER, OWNER's Engineering Consultants, and with any materials brought to the Site by CONTRACTOR, the officers, directors, partners, employees, agents, other Subcontractors, Suppliers, or anyone else for whom consultants, and subcontractors of each and any of them from I CONTRACTOR is responsible. and against all claims, costs, losses, and dainages (including but not limited to all fees and charges of engineers, architects, D. If CONTRACTOR encounters a Hazardous attorneys, and other professionals and all court or arbitration Environmental Condition or if CONTRACTOR or anyone for or other dispute resolution costs) arising out of or relating to I wbom CONTRACTOR is responsible creates a Hazardous a Hazardous Environmental Condition created by Environmental Condition, CONTRACTOR sball immedi- CONTRACTOR or by anyone for whom CONTRACTOR is ately: (i) secure or otherwise isolate such condition; (ii) stop responsible, Nothing in this paragraph 4.06.F shall obligate all Work in connection with sucb condition and in any area CONTRACTOR to indemnify any individual or entity from I affected thereby (except in an emergency as required by and against the consequences of that individual's or entity's paragraph 6.16); and (iii) notify OWNER (and promptly own negligence. thereafter confIrm such notice in writing), OWNER may retain a qualified expert to evaluate such condition or take L The provisions of paragraphs 4.02, 4.03, and 4.04 are I corrective action, if any. . not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site, E. CONTRACTOR sball not be required to resume I Work in connection with such condition or in any affected ARTICLE 5 - BONDS AND INSURANCE area until after OWNER bas obtained any required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition and any affected 5.01 Peiformance,Payment, and Other Bonds I area is or bas been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which A. CONTRACTOR shall furnish perfonnance and such Work may be resumed safely. If OWNER and payment Bonds, each in an amount at least equal to the CONTRACTOR cannot agree as to entitlement to or on the Contract Price as security for the faithful perfonnance and I amount or extent, if any, of any adjustment in Contract Price payment of all CONTRACTOR's obligations under the or Contract Times, or both, as a result of such Work stop- Contract Documents, These Bonds shall remain in effect at page or such special conditions under whicb Work is agreed least until one year after the date when final payment to be resumed by CONTRACTOR, either party may make a becomes due, except as provided otherwise by Laws or I Claim therefor as provided in Article 9.' . Regulations or by the Contract Documents, CONTRACTOR ' sball also furnisb such other Bonds as are required by the F. If after receipt of such written notice CONTRACTOR Contract Documents. does not agree to resume such Wark based on a reasonable I belief it is unsafe; or does not agree to resume such Work B. All Bonds sball be in the form prescribed by the under such special conditions, then OWNER may order the Contract Documents except as provided otherwise by Laws portion of the Work that is in the area affected by such or Regulations, and shall be executed by such sureties as are condition to be deleted from the Work. If OWl\'ER and named in the current list of "Companies Holding Certificates I CONTRACTOR cannot agree as to entitlement to or on the of Authority as Acceptable Sureties on Federal Bonds and as amount or extent, .if any, of an adjustment in Contract Price or Acceptable Reinsuring Companies" as published in Circular Contract Times as a result of deleting such portion of the 570 (amended) by the Financial Management Service, Surety Work, then either party. may make a Claim therefor as Bond Branch, D.S, Department of the Treasury. All Bonds I provided in Article 9, OWNER may ~ve. su,h. deleted signed by an agent must be accompanied by a certified copy portion of the Work performed by OWNER'sQWn f<\::rs)"r\-/\4 of such agent's authority to act. others m accordance With Arl1c1e 7. )/i-p-;]" : h 01 ' I ' ~--." Al() . C. If the surety on any Bond furnished by CON- G. . To the fullest. extent pe~dJ by Laws and TRACTOR is declared bankrupt or becomes insolvent or its Regulations, OWNER shap indemni "'ari liOid ~~n J 0., right to do business is terminated in any state where any part CONTRACTOR, OWNERs Engmeenng Consultants andtheJ IUUZofthe Project is located Or it ceases to meet the requrrements I officers, directors, partners, employees, (agen,ts.~ lather of paragraph 5.0LB, CONTRACTOR shall within 20 dsys consultants, and subcontractors of each and anYJof~hetp. frbm thereafter substitute another Bond and surety, both of which -- J 1-.1 00700 . 8 I I shall comply with the requirements of paragraphs 5,01.B and " . . 5.02. . " I, with respect to insurance required by paragraphs 5.04.A.3 through 5,04.A.6 inclusive, include as I 5.02 Licensed Sureties and Insurers additional insureds (subject to any .customary exclusion in respect of professional liability) OWNER, OWNER's A, All Bonds and insurance required by the Contract, Engineering Consultants, and any other individuals or Documents to be purchased and maintained by entities identified in the Supplementary Conditions, all I CONTRACTOR shall be obtained from surety or insurance of whom shall be listed as additional insureds, and. companies that are duly licensed or authorized in the include coverage for the respective officers, directors, jurisdiction in.which the Project is located to issue Bonds or partners, employees, agents, and other cons,ultants and insurance policies for the limits and coverages so required. subcontractors of each and any of all such additional I Such surety and insurance companies shall also meet such insureds, and the insurance afforded to these additional additional requirements and. qualifications as may be ,insureds shall provide primary coverage for all claims provided in the Supplementary Conditions. covered thereby; , I 5,03 Certificates of Insurance 2. include at le~st the specific coverages and be written for not less than the limits ofliability provided in A. CONTRACTOR shall deliver to OWNER, with the Supplementary Conditions or required by Laws or I copies to each additional insured identified in the Supple- Regulations, whichever is greater; mentary . Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other '3, include completed operations insurance; additional insured) which CONTRACTOR.is required to , I purchase and maintain. 4. include contractual liability insurance covering CONTRACTOR's indenmity obligations under para- 5,04 CONTRACTOR's Liability Insurance graphs 6.07, 6,11, and.6.20; I A. CONTRACTOR. shall purchase and maintain such 5. contain a provision or endorsement that the liability and other insurance as is appropriate for the Work coverage afforded will not be canceled, materially being performed and, in addition, provide protection from changed or renewal refused until at least thirty days ptior claims set forth below which may arise out of or result from written notice has been given to OWNER and to each I CONTRACTOR's performance of the Work and other additional insured identified in the Supplementary CONTRACTOR's other obligations under the Contract Conditions to whom a certificate of insurance has been Documents, whether it IS to be performed by issued (and the certificates of insurance furnished by the CONTRACTOR, any Subcontractor or' Supplier, or by CONTRACTOR pursuant to paragraph:5,03 will so I anyone directly or indirectly employed by any of them to provide); perform any of the Work, or by anyone for whose acts any of , ' them may be liable: 6. remain in effect at least until fmal payment and at all. times thereafter when CONTRACTOR may be I 1. claims under workers' compensation, disability correcting, removing, or replacing defective Wark in 'benefits, and other similar employee benefit acts; accordance with paragraph 11.07; and 7. A separate Owner's and contractor's protection 2, claims for damages because of bodily il\iury, Liability Insurance Policy will be required, I occupational sickness. or disease, or death of CONTRACTOR's employees; ~ C. CONTRACTOR shall purchase as provided in the Supplementary Conditions, OWNER's and 3, claims for damages because of bodily injury, CONTRACTOR's Protective Liability Insurance from the I sickness or disease, or death of any person other than CONTRACTOR's sources' as primary coverage for the CONTRACTOR's employees; OWNER and OWNER's Engineering Consultant. I 4, claims for damages insured by reasonably 5,05 Acceptance of Bonds and Insurance; Option to Replace available personal injury liability coverage which are sustained: (i) by any person as a result of an offense A. If OWNER has any objection to the coverage directly or indirectly related to the employment of such afforded by or other provisions of the Bonds or insurance I person by CONTRACTOR, or (ii) by any other person required to be purchased and maintained by CONTRACTOR for any other reason; in accordance with Article 5 on the basis ofPOfl-confonnance with the Contract Documents, the OWNER~1l so nonf1the 5. claims for damages, other than to the Work itself, CONTRACTOR in writing within I 0 daYwmecei~fthe I because of injury to or destruction of tangible property certificates (or other evidence request~d)':::i'req~~ by wherever located, including loss of use resulting paragraph 2.05,C. CONTRACTOR SIuiIfprovid~ such therefrom; and additional information in respect of in~@ce p(cWided ~ OWNER may reasonably request. If C.QN;J'RAGroR does: I 6. claims for damages because of bodily injury or not purchase or maintain all, of the~a~ 3Il.~nsw;a~e death of any person or property damage arising out of the required by the Contract Documen~OWNEIt'Sball riolj~ ownership, maintenance or use of any motor vehicle. the CONTRACTOR in writing of 'Stith failure:-ro putch;tse prior to the start of the Work, or of such failIfEo to maintain I B. The policies of insurance so required by this prior to any change in the required 'cov&.lge. Without paragraph 5.04 to be purchased and maintained shall: prejudice to any.other right or remedy, the OWNER may I 00700 . 9 elect to obtain equivalent Bonds or insurance to protect its notice to OWNER except under extraordinary circumstances, I interests at the expense of the CONTRACfOR, and a Change The superintendent will be CONTRACTOR's representative Order shall be issued to adjust the Contract Price accordingly. at the Site and shall have authority to act on behalf of 5.06 Property Insurance CONTRACfOR, All conununications given to or received I from the superintendent shall be binding on CONTRACfOR. B. CONTRACTOR shall purchase and maintain The name, address and telephone number of the Resident property insurance upon the Work at the site in the amount of Superintendent shall be provided to OWNER prior to the full replacement cost thereof(subject to such deductible commencement of Work. I amounts as maybe provided in these Supplementary Conditions or required by Laws and Regulations): This 6.02 Labor; Working Hours insurance shall: A. CONTRACfOR shall provide competent, suitably I 1. include the interests of OWNER, qualified personnelto survey, layout, and construct the Work CONTRACTOR, Subcontractors, OWNER's as required by the Contract Documents, CONTRACTOR Engineering Consultants and any other persons or shall at all times maintain good discipline and order at the I entities identified in the Supplementary Conditions, each Site. of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; B. Except as' otherwise required for the safety or protection of persons or the Wark or property at the Site or 2. be written on a Builder's Risk "all-risk or open adjacent thereto, and except as . otherwise stated in the I peril or special causes of loss policy form that shall at Contract Documents, all Work at the Site shall be performed least include insurance for physical loss and damage to during regular working hours, and CONTRACTOR will not the Work, temporary buildings, falsework and Work in permit overtime work or the performance of Work on I transit and shall insure against at least the following Saturday, Sunday, or any legal holiday without OWNER's perils: fIre, lightning, extended coverage, theft, written consent given after prior written notice to OWNER. , vandalism and malicious mischief, earthquake, collapse, debris removal, ,demolition occasioned by enforcement 6.03 Services, Materials, and Equipment I of Laws and Regulations, water damage, and such other perils as may be specifically. required by the A. Unless otherwise specified in the General Re- . Supplementary Conditions, quirements, CONTRACfOR shall provide and assume full . responsibility for all services, materials, equipment, labor, I . 3. include expenses incurred in the repair or transportation, construction equipment and machinery, tools, , replacement of any insured property (including but not appliances, fuel, power, light, heat, telephone, water, sanitary limited to fees and charges of engineers and architects); facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, I 4. cover materials and equipment in transit for and completion of the Work. incorporation in the Work or stored at the' site or at another location that was agreed to in writing by B. All materials and equipment incorporated into the OWNER prior to being incorporated in the Work, Work shall be as specified or, if not specified, shall be of I provided that such materials and equipment have been good quality and new, except as otherwise provided in the included in an Application for Payment reconnnended by Contract Documents. All warranties and guarantees OWNER; and specifically called for by the Specifications shall expressly run to the benefit of OWNER, If required by OWNER, I 5.. be maintained in effect until final payment is CONTRACTOR shall furnish satisfactory evidence made. (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and B. CONTRACfOR shall be responsible for any equipment shall be stored, applied, installed,- connected, I deductible or self-insured retention. erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES except as otherwise may be provided in the Contract Docu- I ments. 6.01 Supervision and Superintendence 6.04 Progress Schedule . A. CONTRACTOR shall supervise, inspect, and direct A, CONTRACTOR sruill adhere to the progress schedule I the Work competently and efficiently, devoting such attention established in accordance with paragraph 2.07 as it may be thereto and applying such skills and expertise as may be adjusted from time to time as provided below.- necessary to perform the W,qrk, in accordance with the I Contract Documents, CONTRACfOR shall be solely L CONTRACTOR shall submit to OWNER for responsible for the means, methgds,.t~,hniq!leS,A9,'J!!.ences, acceptance (to the extent indicated in paragraph 2,07) and procedures of construction. CONTRA~TORI&lIPII be proposed adjustments in the progress schedule that will responsible to see that2the, pompleted wi,ffJ complies not.. result in changing the Contract Times (or I accurately with the Contract DbcUinents, Milestones). Such adjustments will conform generally to . "." c 2J~:n hn~. the progress schedule then in effect and additionally will B. At all hmes dunng ~_progress Of 'thl'lW ork, comply Wlth any proVlSlOns of the General Requrrements CONTRACfOR shall assign ~.jompe.tTnt ,resident superin- . applicable thereto, I tendent thereto who shall not be-iepJ~-'2:ft without written 00700 - 10 : I I 2. Proposed adjustments in the progress. schedule' supplemented in the General Requirements and as that will change the Contract Times (or Milestones) shall. OWNER may decide is appropriate under the be submitted in accordance with the requirements of circumstances. I Article 10. Such adjustments may only be made by a . Change Order or Written Amendment in accordance with d. CONTRACfOR shall fIrst make written Article 10, . application to OWNER for review of a proposed I substitute item of material or. equipment that 6.05 Subslitutes and "Or-Equals" CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute A. Whenever an item of material or equipment IS item will perform adequately the functions and I specifIed or described in the Contract Documents by using achieve the results called for by the general design, the name of a proprietary item or the name of a particular be similar in substance to that specifIed, and be Supplier, the specifIcation or description is intended to suited to the same use as that specifIed. The establish the type, function, appearance, and quality required, application will state the extent, if any, to which the I Unless the specifIcation or description contains or is followed' use of the proposed substitute item will prejudice by words reading that no like, equivalent, or "or-equal" item. CONTRACfOR's achievement of Substantial or no substitution is pennitted, other items of material or Completion on time, whether or not use of the equipment or material or equipment of other Suppliers may proposed substitute item in the Work will require a I be submitted to OWNER for review under the circumstances change in any of the Contract Documents (or in the described below. . provisions of any other direct contract with OWNER for work on the Project) to adapt the 1. "Or-Equal" Items: If in OWNER's sole discretion design to the proposed substitute item and whether I an item of material or equipment proposed by or not incorporation or use of the proposed CONTRACfOR is functionally equal to that named and substitute item in connection with the Wark is sufficiently similar so that no cbange in related Work subject to payrrient of any license fee or royalty, All will be required, it may be considered by OWNER as an variations of the proposed substitute item from that I "or-equal" item, in which case review and approval of specifIed will be identifIed in the application, and the proposed item may, in OWNER's sole discretion, be available engineering, sales, maintenance, repair, accomplished without compliance with some or all of the and replacement services will be indicated. The requirements for approval of proposed substitute items. application will also contain an itemized estimate of I For the purposes oftbis paragraph 6,05.A.l, a proposed all costs or credits that will result directly or indi- item of material or equipment will be considered rectly from use of such substitute item, including functionally equal to an item so named if: costs of redesign and claims of other contractors I affected by any resulting change, ali'of which will a. in the exercise of reasonable' judgment be considered by OWNER in evaluating the OWNER determines that: (i) it is at least equal in proposed substitute item. OWNER may require quality, durability, appearance, strength, and design CONTRACTOR to furnish additional data about the I characteristics; (ii) it will reliably perform at least proposed substitute item. equally well the function imposed by the design concept of the completed Project as a functioning B: Substitute Construction Methods or Procedures: If a whole, and; specific means, method, technique, sequence, or procedure of I construction is shown or indicated in and expressly required b. CONTRACTOR certifIes that: (i) there is no by the Contract Documents, CONTRACTOR may furnish or increase in cost to the OWNER; and (ii) it will utilize a substitute means, method, teclmique, sequence, or conform substantially, even with deviations, to the procedure of construction approved by OWNER. I detailed requirements of the item named in the CONTRACfOR shall submit sufficient infonnation to allow Contract Documents. OWNER, in OWNER's sole discretion, to detennine that the substitute proposed is equivalent to that expressly called for 2, Substitute Items by the Contract Documents. The procedure for review by I OWNER will be similar to that provided in subparagraph a. If in OWNER1s sole discretion an item of 6.05.A.2. material or equipment proposed by CONTRACfOR does not qualify as an llor_equalll - item under C. Owner's Evaluation: OWNER will be allowed a I paragraph 6.05,A.I, it will be considered a proposed reasonable time within which to evaluate each proposal or substitute item. submittal made pursuant to paragraphs 6.05.A and 6.05.B, OWNER will be the sole judge of accejlt~bility, No "or- b. CONTRACfOR shall submit sufficient equal" or substitute will be ordered, installed or utiliz'el1 until I infonnation as provided below to allow OWNER to OWNER's review is complete, which ~ITB)evideiited by detennine that the item of material or equipment either a Change Order for a substitute ,or a!1Jippro~f1 Shop proposed is essentially equivalent to that named and Drawing for an "or equaL" OWNER wilb ad~ an acceptable substitute therefor. Requests for CONTRACTOR in writing of any ne~i'i'~detef.htinati,<- . , I review of proposed substitute items of material or ' , ;--. .\) ..... _. . -- " I'~ .. ........ equipment will not be accepted by OWNER from D. Special Guarantee: OWN.!ij~y re-;q:uire IGP~- anyone other than CONTRACTOR. TRACTOR to furnish at CONTRA~OR's expense a,spedial I performance guarantee or other stfr!;ty with respect'to/.,ny c. The procedure for review by OWNER will be substitute. c.J' as set forth in paragraph 6.05.A.2,d, as "" I 00700 - 11 E, 'CONTRACTOR's Expense: CONTRACTOR shall or Suppliers or delineating the Work to be performed by any I provide all data in support of any proposed substitute or "or- specific trade. equal" at CONTRACTOR's expense. G.. All Work performed for,CONTRAcrOR by a I 6,06 Concerning Subcontractors, Suppliers, and Others Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor A, CONTRACTOR shall not employ any Subcontractor, or Supplier which specifically binds the Subcontractor or I Supplier, or other individual or entity (including those Supplier to the applicable temlS and conditions of the acceptable to OWNER as indicated in paragraph 6.06.B), Contract Documents for the benefit of OWNER. Whenever whether initially or as a replacement, against whom OWNER any such agreement is with a Subcontractor or Supplier who may have reasonable objection. CONTRACTOR shall not be is listed as an additional insured on property insurance, the I required to employ any Subcontractor, Supplier, or other agreement between the CONTRACTOR and the individual or entity to furnish or perform any of the Work Subcontractor or Supplier will contain provisions whereby against whom CONTRACTOR has reasonable objection, the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, OWNER's Engineering I B. If the Supplementary Conditions require the identity Consultant, and all other individuals or entities identified in of certain Subcontractors, Suppliers, or other individuals or the Supplementary Conditions to be listed as insureds or entities to be submitted to OWNER in advance for additional insureds (and the officers, directors, partners, acceptance by OWNER by a specified date prior to the employees, agents, and other consultants and subcontractors I Effective Date of the Agreement, and if CONTRACTOR has of each and any of them) for all losses and damages caused submitted a list thereof in accordance with the Supplementary by, arising out of, relating to, or resulting from any of the Conditions, OWNER's acceptance (either in writing or by perils or causes of loss covered by such policies and any failing to make written objection thereto by the date indicated other property insurance applicable to the Work, If the I for acceptance or objection in the Bidding Documents or the insurers on any such policies require separate waiver fonns to Contract Documents) of any such Subcontractor, Supplier, or be signed by any Subcontractnr nr Supplier, CONTRACTOR other individual or entity so identified may be revoked on the will obtain the same, basis ofreasouable nbjection after due investigation: CON- I TRACTOR shall submit an acceptable replacement for the 6.07 Patent Fees and Royalties rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in A. CONTRACTOR shall pay all license fees and theeDst occasioned by such replacement, and an appropriate royalties and assume all costs incident to the use in the I Change Order will be issued or Written Amendment signed, performance of the Work or the incorporation in the Work of No acceptance by OWNER of any such Subcontractor, any invention, design, process, product, or device which is Supplier, or other individual or entity, whether initially or as a the subject of patent rights or copyrights held by others. If a replacement, shall constitute a waiver of any right of particular invention, design, process, product, or device is I OWNER to reject defective Work. specified in the Contract Documents for use in the performance of the Work and ifto the actual knowledge of C, CONTRACTOR shall be fully responsible to OWNER its use is subject to patent rights or copyrights OWNER for all acts and omissions of the Subcontractors, calling for the payment of any license fee or royalty to others, I Suppliers, and other mdividuals or entities performing or the existence of such rights shall be disclosed by OWNER in furnishing any of the Work just as CONTRACTOR is the Contract Documents. To the fullest extent permitted by responsible for CONTRACTOR's own acts and omissions. Laws and Regnlations, CONTRACTOR shall indemnify and I Nothing in the Contract Documents shall create for the hold harmless OWNER, OWNER's Engineering Consultant, benefit of "any such Subcontractor, Supplier, or other and the officers, directors, partners, employees or agents, and individual or entity any contractual relationship between other consultants of each and any of them from and against OWNER and any such Subcontractor, Supplier or other all claims, costs, losses, and damages (including but not I I individual or entity, nor shall it create any obligation on the limited to all fees and charges of engineers, architects, part of OWNER to payor to see to the payment of any attorneys, and other professionals and all court or arbitration moneys due any such Subcontractor, Supplier, or other or other dispute resolution costs) arising out of or relating to I individual or entity except as may otherwise be required by any infringement of patent rights or copyrights incident to the I Laws and Regulations. use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, D, CONTRACTOR shall be solely responsible for product, or device not .~pecified in the Contract Documents. scheduling and coordinating the Work of Subcontractors, 6.08 Permits I Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract A. Unless otherwise provided in the Supplementary with CONTRACTOR, Conditions, CONTRACTOR shall obtain and pay for all construction, permits and licenses, OWNER. shall assist I E. CONTRACTOR shall require all Subcontractors, CONTRACTORi,-,\Vhen necessary, in obtaining such permits Suppliers, and such other individuals or entities performing or and licenses. CON~CTOR.shiuJ',i1~! all governmental furnishing any of the Work to conununicate with OWNER charges and inspectidri:fees'~c~~for the prosecution of through CONTRACTOR. the Work which are applicable at llie une of opening ofBids; I F. The divisions and sections oLthe Specifications and or, if there ~f !lVigS, -9'" l\1.e,)~ffective Date of the Agreement. CONT 'crOR <ShalllpaYL,!llcharges of utility the identifications of any Drawings shall not control owners for connections to the Work. CONTRACTOR in dividing the Work among Subcontractors 'J ;;1""/ I 6,09 Laws and Re~a( s i 1::1 00700 - 12 I I the Site and other areas free from accumulations of waste A. CONTRACTOR shall give all notices and comply materials, rubbish, and other debris. Removal and disposal of I with all Laws and Regulations applicable to the performance such waste materials, rubbish,. and other debris ~hall conform of the Work. Except where otherwise expressly required by to applicable Laws and Regulations. applicable Laws and Regulations, OWNER shall not be responsible for monitoring CONTRACTOR's compliance C. Cleaning: Prior to Substantial Completion of the I with any Laws or Regulations, , Work CONTRACTOR shall clean the Site and make it ready for utilization by OWNER, At the completion of the Work B. If CONTRACTOR perfonns any Work knowing or CONTRACTOR shall. remove from the Site all tools, having reason to know that it is contrary to Laws or appliances, construction equipment and machinery, and I Regulations, CONTRACTOR shall bear all claims, costs, surplus materials and shall restore to original condition all losses, and damages (including but not limited to all fees and property not designated for alteration by the Contract charges of engineers, architects, attorneys, and other Documents. professionals and all court or arbitration or other dispute I resolution costs) arising out of or relating ,to such Work; D. Loading Strnctures: CONTRACTOR shall not load however, it shall not be CONTRACTOR's . primary nor permit any part of any structure to be loaded in any responsibility to make certain that the Specifications and manner that will endanger the structure, nor shall Drawings are in accordance with Laws and Regulations, but CONTRACTOR subject any part of the Work or adjacent I this shall not relieve CONTRACTOR of CONTRACTOR's property to stresses or pressures that will endanger it. obligations under paragraph 3.03. 6.12 Record Documents 6,10 Taxes I A. CONTRACTOR shall maintain in a safe place at the A, CONTRACTOR shall pay all sales, consumer, use, Site one record copY' of all Drawings,' Specifications, and other similar taxes required to be paid by CONTRAC- Addenda, Written Amendments,' Change. Orders, Work TOR in accordance with the Laws and Regulations of the Change Directives, Field orders, and written interpretations I place of the Project which are applicable during the and clarifications in good order and annotated to show performance of the Work. changes made during construction. These record documents together with all approved Samples and a counterpart of all I 6.11 Use of Site and Other Areas approved Shop Drawings will be available to OWNER for A. Limitation on Use of Site and Other Areas reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to OWNER. L CONTRACTOR shall confme construction I equipment, the storage of materials and equipment, and 6.13 Safety and Proteclion the operations of workers to the Site and other areas perrrutted by Laws and Regulations, and shall not A. CONTRACTOR shall be solely responsible for unreasonably encumber the Site and other areas with initiating, maintaining and supervising @afetyprecautions I construction equipment or other materials or equitment. CONTRACTOR shall assume full responsibility or any and programs m connectlOn With the Wotl[,FONTItACTOR damage to any such land or area, or to the owner or shall take all necessary precautlOns for ihe sa\'ety ~1nd shall occupant thereof, or of any a1acent land or areas proVIde the necessary protection to pre~t-d~ge;;mJLIFYf7 I resulting from the performance 0 the Work. . . ~s~: ~r N _' 1 J ('\.) ......_ 2, Should any claim be made by any such owner or ,-<;-;- ! . L all persons on the Site or whoij!laybe-<!/Tectfil;'b>, occupant becanse of the performance of the Work, the Work; , C) =-9 ::or. r--' I CONTRACTOR shall promptly settle with such other ~---: _ ..........i party by negotiation or otherwise resolve the claim by 2. all the Work and materi.J?and eq'!iBment to be arbitration or other dispute resolution proceeding or at law. incorporated therein, whether in storage ~ or-off the Site; and I 3. To the fullest extent permitted by Laws and 3. other property at.the Site or adjacent thereto, Regulations, CONTRACTOR shall indenmify and hold harmless OWNER, OWNER's Engineering Consultant, including trees, shrubs, lawns, walks, pavements, and the officers, directors, partners, employees, agents, roadways, . structures, utilities, and Underground I and other consultants of each and any of them from and Facilities not designated for removal, relocation, or against all claims, costs, losses, and damages (including replacement in the course of construction. . but ,not limited to all fees and charges of engineers, B. CONTRACTOR shall comply with all applicable architects, attorneys, and other . professionals and all I court or arbitration or other dispute resolution costs) Laws and Regulations relating to the safety of persons or arising out of or relating to any claim or action, legal or property, or to the protection of persons or property from equitable, brought by any such owner or occupant damage, injury, or loss; and shall erect and maintain all I against OWNER, OWNER's Engineering Consultant, or necessary safeguards for such safety and protection.. any other party indemnified hereunder. to the extent CONTRACTOR shall notify owners of adjacent property and caused by or based upon CONTRACTOR's performance of Underground Facilities and other utility owners when of the Work. . - . , prosecution of the Work may affect them, and shall cooperate I with. them in the protection, removal, relocation, and B. Removal of Debris During Performance of the Work: replacement of their property. All damage, injury, or loss to During the progress of the Work CONTRACTOR shall keep any property referred to in paragraph 6.13,A,2 or 6,13,A.3 I 00700 - 13 caused, directly or indirectly, in whole. or in part, by perfonnance and design criteria, materials, and similar data to I CONTRACTOR, any Subcontractor, Supplier, or any other show OWNER the services, materials, and equipment individual or entity directly or indirectly employed by any of CONTRACTOR proposes to provide and to enable OWNER I them to perform any of the Work, or anyotie for whose acts to review theinformation for the limited purposes required by any of them may be liable, shall be remedied by panigraph 6.17 .E. CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions B, CONTRACTOR shall also submit Samples to I of OWNER, or anyone employed by any of them, or anyone OWNER for review and approval in accordance with the for whose acts any of them may be liable, and not acceptable schedule of Shop Drawings and Sample attributable, directly or indirectly, in whole or in part, to the submittals. Each Sample will be identified clearly as to faultornegligence of CONTRACTOR or any Subcontractor, material, Supplier, pertinent data such as catalog numbers, I Supplier, or other individual or entity directly or indirectly and the use for which intended and otherwise as OWNER employed by any of them). CONTRACTOR's duties and may require to enable OWNER to review the submittal for responsibilities for safety and for protection of the Work shall the limited purposes required by paragraph 6.17.E. The continue until such time as all the Work is completed in numbers of each Sample to be submitted will be as specified I accordance with paragraph 12.07.B that the Work is in the Specifications. acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. Where a Shop Drawing or Sample is required by the . Contract Documents or the schedule of Shop Drawings and I C. CONTRACTOR shall be responsible for initiating, Sample submittals acceptable to OWNER as required by maintaining, and supervising all safety precautions and paragraph 2.07, any related Work performed prior to programs in connections with the Work, The OWNER will OWNER's review and approval of the pertinent submittal will not have such responsihility. No action under taken by the he at the sole expense and responsibility of CONTRACTOR. I Ow}''ER under General Conditions paragraphs 13.1 or 13.2, will constitute a transfer of this responsibility or acceptance D. Submittal Procedures of this responsibility by the OWNER I, Before submitting each Shop Drawing or Sample, I 6.14 Safety Representative CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimen- A. CONTRACTOR shall designate a qualified and sions, specified performance criteria, installation experienced safety representative at the Site whose duties and requirements, materials, catalog numbers, and I responsibilities shall be the prevention of accidents and the similar information with respect thereto; maintaining and supervising of safety precautions and programs. b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, I 6.15 Hazard Communication Programs and installation pertaining to the performance of the Work; A, CONTRACTOR shall be responsible for coordinating I any exchange of material safety data sheets or other hazard c. all information relative to means, methods, conununication information required to be made available to techniques, sequences, and procedures of construe- or exchanged between or among employers at the Site in tion and safety precautions and programs incident accordance with Laws or Regulations. thereto; and I 6.16 Emergencies d, CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with A. In emergencies affecting the safety or protection of other Shop Drawings and Samples and with the I persons or the Work or property at the Site or adjacent requirements of the Work and the Contract Docu- thereto, CONTRACTOR is obligated to act to prevent ments, threatened damage, injury, or loss, CONTRACTOR shall give Ow}''ER prompt written notice if CONTRACTOR 2. Each submittal shall bear a stamp or specific I believes that any significant changes in the Work or written indication that CONTRACTOR has satisfied variations from the Contract Documents have been caused CONTRACTOR's obligations under the Contract thereby or. are required as a result thereof. If OWNER Documents with respect to CONTRACTOR's review and determines that a change in the Contract Documents is approval of that submittal. I required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or 3, At the time of each submittal, CONTRACTOR Change Order will be issued. . shall give OWNER specific written notice of such variations, if any, that the Shop Drawing or Sample I 6.17 Shop Drawings and Samples submitted ma>>': h~v~. fro,? ,the., r~quv;ements of the . . Con~ac~ Documen~~ r~cf,Dot1ce .~~,be..ffi a ~tten ?<:tm- A. CONTRACTOR 'shall subnut Shop Drawmgs to mumcationseparawfiomiliesl&Wi):taI;and,maddition, OWNER for review and ,approval in accordance with the shall cause a sl'ecific notation to be made on each Shop I acceptable schedule of Shop Drawings and Sample Drawing a~ Sanlpl~;~bmitleol'!>,OwmR for review submittals. All submittals will be identified as OWNER may and approval of each' such'-v'arcitioh~IUa(, require and in the number of copies specified in the General . __ Requirements. The data shown on the Shop Drawings will be E. OWNER's Revi€i .-r~I' f --1 I complete with respect to quantities, dimensions, specified . ..J -- l-J 00700 - 14 I I 1. OWNER will timely review and approve Shop contractors, Suppliers, or any other individual or entity Drawings and Samples in accordance with the schedule for whom CONTRACTOR is responsible; or of Shop Drawings and Sample submittals acceptable to , I OWNER. OWNER's review and approval will be only to 2. nonnal wear and tear under normal usage, detennine if the items covered by the submittals will, , after installation or incorporation in the Work, conform B. CONTRACTOR's obligation to perform and complete to the infonnation given in the Contract Documents and the Work in accordance with the Contract Documents shall I be compatible with the design concept of the completed, be absolute. None of the following will constitute an Project as a .functioning whole as indicated by the acceptance of Work that is not in accordance with the Contract Documents, Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the I 2, OWNER's review and approval will not extend to Contract Documents: means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, 1. observations by OWNER; I technique, sequence, or procedure of. construction is specifically and expressly called for by the Contract 2. recormnendation or payment by OWNER of any Documents) or to safety precautions or programs progress or final payment; incident thereto. The review and approval of a separate I item as such will not indicate approval of the assembly in 3. the issuance of a certificate of SUbstanti.al which the item functions, Completion by OWNER or any payment related thereto by OWNER; 3. OWNER's review and approval of Shop Drawings I . or Samples shall not relieve CONTRACTOR from 4. use or occupancy of the Work or any part thereof responsibility for any variation from the requirements of by OWNER; the Contract Documents unless CONTRACTOR has in writing called OWNER's attention to each such variation 5, any acceptance by OWNER or any failure to do I at the time of each submittal as required by paragraph so; 6,17.D.3 and OWNER has given written approval of each such variation by specific written notation thereof 6. any review and approval of a Shop Drawing or incorporated in or accompanying the Shop Drawing or Sample submittal or the issuance of a notice of I Sample approval; nor will any approval by OWNER acceptability by OWNER; relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.17 .D.1. 7. any inspe,tion, test, or approval by others; or I F. Resubmittal Procedures 8. any correction of defective Work by OWNER, I. CONTRACTOR shall make corrections required 6.20 Indemnification by OWNER and shall return the required number of I corrected copies of Shop Drawings. and submit as A. To the fullest extent permitted by Laws and Regula- required new Samples for review and approval. tions, CONTRACTOR shall indemnify and hold hannless CONTRACTOR shall direct specific attention in writing OWNER, OWNER's Engineering Consultant, and the I to revisions other than the corrections called for by officers, directors, partners, employees, agents, .and other OWNER on previous submittals, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including. 6.18 Continuing the Work, . but not limited to all fees and charges of engineers, architects, I attorneys, and other professionals and all court or arbitration A. CONTRACTOR shall carry on the Work and adhere or other dispute resolution costs) arising out of or relating to to the progress schedule during all disputes or disagreements the perfonnance of the Work, provided that any such claim, with OWNER No Work shall be delayed or postponed cost, loss, or damage: I pending resolution of any disputes or disagreements,. except as permitted by paragraph 13.04 or as OWNER and I. is attributable to bodily injury, sickness, disease, CONTRACTOR may otherwise agree in writing. or death, or to injury to or destruction of tangible . property (other than the Work itself), including the loss lB. Time is an essential element of the Contract, an it is of use resulting therefrom; and important that the Work continue each working day and pressed vigorously to completion, 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any I 6.19 CONTRA CTOR's General Warranty and Guarantee Supplier, or any individual or entity direc)ti. or indirectly employed by any of them to perform an)i:Qfthe Work or A. CONTRACTOR warrants and guarantees to OWNER anyone for whose acts any of them-;;~ be l;,a~le. that all Work will be in accordance with the Contract regardless of whether or not caused'ln.~Jjart by,my I Documents. and will not be defective. CONTRACTOR's negligence or omission of an individJ;;J;ot'ehtity;ihdem- warranty and guarantee hereunder excludes defects or damage nified hereunder or whether liabi4t'y)kimpo~ upo,,",,- caused by: such indenmified party by La~ ",iOd RtfgJ.Ilations.:j regardless of the negligence of aI)~ su~h inQjvidualror~ I I',abuse, modification, or improper maintenance or entity. jJj :::\-...- ::.r? /'0 operatIOn by persons other than CONTRACTOR, Sub- ..... (-....., '. '--'" ::.:: I 00700 - 15 I B. In any imd all claims against OWNER or OWNER's Work except for latent defects and deficiencies in such other I Engineering Consultant or any of their respective consultants, work. agents, officers, directors, partners, or employees by any I employee (or the survivor or personal representative of such 7,02 Coordination' . employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly A: If OWNER intends to contract with others for the employed by any of them to perform any of the Work, or performance of other work on the Project at the Site, the I anyone for whose acts any of them may be liable, the following will be set forth in Supplementary Conditions: inderrmification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type L the individual or entity who will have authority of damages, compensation, or benefits payable by or for and responsibility for coordination of the activities I CONTRACTOR or any such Subcontractor, Supplier, or among the various-contractors will be identified; other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. 2. the specific matters to be covered by such authority and responsibility will be itemized; and I c. The inderrmification obligations of CONTRACTOR under paragraph 6.20.A shall not extend to the liability of 3. the extent of such authority and responsibilities OWNER's Engineering Consultant or to the officers, will be provided. directors, partners, employees, agents, and other consultants I and subcontractors of each and any of them arising out of the B, Unless otherwise provided in the Supplementary preparation of, or the . failure to prepare maps, Drawings, Conditions, OWNER shall have sole authority and respon- opinions, reports, surveys, designs, Of Specifications. sibility for such coordination. ARTICLE 7 - OTHER WORK ARTICLE 8 - OWNER'S RESPONSffilLITIES I 7.01 Related Work 01 Site 8,01 Furnish Data. I A. OWNER may perform other work related to the A, OWNER shall promptly furnish the data required of Project at the Site by OWNER's employees, or let other direct OWNER under tlie Contract Documents. contracts therefor, or have other work performed by utility I owners. If such other work is not noted in the Contract 8.02 Pay Promptly When Due Documents, then written notice thereof will be given to CON- TRACTOR prior' to starting any such other work. A. OWNER shall make payments to CONTRACTOR I B. . CONTRACTOR shall afford each other contractor. promptly when they are due as provided in paragraphs 12.02,C and 12.07,C. who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the other work with 8.03 Lands and Easements; Reports and Tests I OWNER's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of A. OWNER's duties in respect of providing lands and materials and equipment and the execution of such other work easements and providing engineering surveys to establish and shall properly coordinate the Work with theirs, Unless reference points are set forth in paragraphs 4,01 and 4.05. I otherwise provided in the Contract Documents, CON- Paragraph 4.02 refers to OWNER's identifying and making TRACTOR shall do all cutting, fitting, and patching of the available to CONTRACTOR copies of reports of Work that may be required to properly connect or otherwise explorations and tests of subsurface conditions and drawings make its several parts come together and properly integrate of physical conditions in or relating to existing surface or I with such other work. CONTRACTOR shall not endanger subsurface structures at or contiguous to the Site that have any work of others by cutting, excavating, or otherwise been utilized by OWNER in preparing the Contract altering their work and will only cut or alter their work with Documents. the written consent of OWNER and the others whose work I will be affected. The duties and responsibilities of 8.04 Insurance CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that A. OWNER's responsibilities, if any, in respect to pur- there are comparable provisions for the benefit of chasing and maintaining liability and property insurance are I CONTRACTOR in said direct contracts between OWNER set forth in Article 5, and such utility owners and other contractors. C. If the proJei. execution or results of any part of 8.05 Limitations on OWNER's Responsibilities I CONTRACTOR's W?,rk,pep.<:nds, upon'work performed by A, The OWNER shall not supervise, direct, or have others under thIS Artlille_;7r~ONT%~ shall mspect control or authority over, nor be responSible for, such other w&k'>a{f promptl rePi'>rHd, ER in writing CONTRACTOR's means, methods, techniques, sequences, or any delays, derec ,9r jleficiencies <;,{ such other work that procedures of construction, or the safety precautions and I render it unavailable of u~aQlr. for the proper execution programs incident thereto, or for any failure of CON- and results of CONTRACT R's':Work>CONTRACTOR's TRACTOR to comply with Laws and Regulations applicable failure to so reponi ~Jo~stitute a'i1 ~t8~ptance of such other to the performance of the Work. OWNER will not be work as fit and prope1'-for in'teg'ration with CONTRACTOR's responsible for CONTRACTOR's failure to perform the I " 'J Wark in accordance with the Contract Documents. 00700 - 16 I I , "that neither party to the contractshall be penalized by B, The OWNER shall not be obligated to pay standby or the increase or decrease in quantities which occasioned I down time rental on any equipment used or stored at the Site , the price adjustment. unless agreed to and included in an approved Change Order. B. Extra Work. 8.06 Undisclosed Hazardous Environmental Condition I I. Extra work ordered by the OWNER of a quality A, OWNER's responsibility in respect to an undisclosed or class not covered by the Contract, will be paid for Hazardous Environmental Condition is set forth in paragraph either at an agreed price or on a force ~ccount basis. 4.06. I a. Agreed Price Basis. For extra work ordered 8.07 Evidence of Financial Arrangements by the OWNER and performed on an agreed price basis, the OWNER and the CONTRACTOR shall . A. If and to the extent OWNER has agreed to furnish enter into.3 'Wl'itten agreement before the work is I CONTRACTOR reasonable evidence that financial undertaken. This written agreement shall describe arrangements have been made to satisfY OWNER's the extra work that is to be done and shall specifY obligations under the Contract Documents, OWNER's the agreed price or prices therefor. " responsibility in respect thereof will be as set forth in the I Supplementary Conditions. ; b. Force Account Basis; ARTICLE 9 - PAYMENTS (I) For extra work performed on a force account basis, the CONTRACTOR shall I receive the rate of wage (or scale) agreed to in 9.01 Scope of Payment writing with the qWNER 'before beginning work for each and every hour that laborers, A. The CONTRACTOR shall accept the compensation timekeepers, supervisors, and superintendents I herein provided as full payment for furnishing all material, are actually engaged in work. labor, tools, and equipment andfor performing all work under the Contract or any extension thereof allowed under Article (2) TheCONTRACTORshallreceivethe 10; also, for all cost arising from the action of the elements or actual costs paid to, or in behalf of, workers by I other natural causes, agreements, and perfonnances, reason "'of subsistence and .travel allowances, nonperformances, or delays involving other contractors and health and welfare benefits, pension fund third parties, or injunctions or lawsuits resulting therefrom, or benefits, or other benefits, when the amounts : from any unforeseen difficulties not, otherwise provided for are required by a collective bargaining I in the Contract Documents and which may be encountered agreement or other employment contract during prosecution of the work and up to the time of generally applicable to the classes of labor acceptance thereof, except damage to the work due to acts of employed on the work. I war. Nothing herein shall in and of itself be construed to prejudice or deny any claim filed under provisions of Anicle (3) An amount equal to 35 percent of the 9.05 sum of the above items will also be paid to the , Contractor. The 35 percent shall cover I B. The Contract Price for any item shall be full compensation for furnishing the, necessary compensation for acceptable work and for' materials, small tools for work, together with all other equipment, tools, and labor for performance of all work overhead items of expense. necessary to complete the item in accordance with the I Contract Documents. (4) For property damage, liability, and worker's compensation. insurance premiums, 9,02Payment For Work Performed unemployment insurance contributions, and social security taxes on the force account work, I A. The CONTRACTOR shall receive and accept the Contractor shall receive the actual cost, to . payment for work performed under the contract as follows: which 10 percent will be added. The Contractor shall furnish evijence of theJate or ratss paid I. 1tems of Work Performed Which Are Covered by for such bond, insurance, an tax. :?g . I Definite Prices Stipulated in the Contract, For all items . .;;;::::n ",.. , ~---::: r-" of acceptable work performed which are covered by (5) The wage of-,the-:;-superiiilendent, definite unit prices or lump sum amounts specified in the timekeeper, or supervis.1>5",,1l0 ~PlO~ contract, the CONTRACTOR shall receive and accept panly on' force accOlmt.....worl< a anly-on I compensation at the rate specified in the contract, except other work, shall be p.t:,oiated between'-jWo for items identified as that of significant change as classes of work accotglhg1to ~numberpf . provided in Anicles 4.03 and 9.04, persol\s shown by the ~lls a~mplo~d,on each class of work. -. ~ I 2. In making Contract adjustments, consideration c..:, shall be given to the ponion of the cost of the work that (6) For materials used ok't-orce account can be classified as fIxed costs, independent of the exact work, the Contractor shall receive the actual I quantity of work performed, such as transportation and cost of materials delivered -on the work, installation costs on equipment, overhead cost, etc. Any including the freight and handling charges as price adjustment shall be arrived at from the standpoint. shown by original receipted bills, to which cost I 00700 - 17 shall be. added a sum equal to 15 percent I thereof. ' B, The CONTRACTOR may be prevented from . starting work on a c~ntract or an identified phase of a (7) Rental-rate for machinery, tools or contiact as 'a result of a delay caused by the OWNER or I equipment (except small hand tools which may others, be used) and fuel and lubricants shall be based on the average monthly rental rate in the Rental C. When the Contract period is defined by the Rate Blue Book published by Dataquest approximate starting date and the delay prevents the I Incorporated, The OWNER and the Contractor CONTRACTOR starting Work on the Contract or an shall agree on a rental rate in writing before identified phase ofthe Contract for 30 calendar days beyond extra work on force account basis is performed. such date, the COI\'TRACTOR may request cancellation by I Profit percentage shall not be added to the written notice to the OWNER stating the reasons therefor. rental rate. D. When the Contract period is defined by the late start date and the delay prevents the CONTRACTOR starting for more than 30 calendar days after the date of award of I (8)' Compensation as herein provided Contract and at least 30 calendar days beyond the date which, shall be accepted by the Contractor as payment by notice to the OWNER the CONTRACTOR proposed to in full for extra work done on a force aCCOtIDt start work, the CONTRACTOR may request cancellation by basis. It will be assumed that such payment written notice to the OWNER, stating the reasons therefor I includes the use of tools and equipment for which no rate is allowed, overhead, and profit. E. In the case of9.03 c., or 9,03 D" within 30 calendar days from the date of the request, the OWNER will eliminate (9) At the end of each day, the Contractor or minimize, if possible, the cause for the delay and issue a I shall prepare payrolls in duplicate for labor Notice to Proceed, redefine the basis on which the work is to furnished on a force account basis using the proceed, or cancel the Contract or phase of the Contract. OWNER's standard force account forms. Both copies shall be signed by the inspector and F, CONTRACTORshaIlnotusedelaysthatoccurprior I Contractor's representative. One copy shall be to starting work or an identified phase of the work as a basis furnished to the OWNER and one to the of a claim against the OWNER except for an extension of Contractor. Claims for extra work performed on contract period. Notices described in this Article 9 shall be a force account basis shall be submitted to the transmitted by ordinary maiL I OWNER in triplicate. To the claims shall be attilched such receipts or statements as the G. For finished portions of non-major items canceled) OWNER may require in support of such claims, the CONTRACTOR will be paid, at the contract unit prices, Such claims shall be filed not later than the in accordance with the provisions of Article 9.02. For I tenth day of the month following that in which finished portions of major items canceled,' the the work was actually performed, and shall CONTRACTOR will be paid as provided in Article 9.02, For include all labor charges, rental charges on all items, materials ordered and delivered for the unfinished machinery, tools, and equipment, and all portion of such cancelled or omitted items, the OWNER will I matenal charges Insofar as they are avaIlable. pay cost plus 10 percent as an overhead charge. The CONTRACTOR's expense, for work of handling or 3. Extra Work Performed by a Subcontractor, The transporting this material shall be included in computing the I percentage markup to be allowed to CONTRACTOR for cost. The OWNER will also pay any actual expenses extra Work (including force account work) performed by sustained by the CONTRACTOR by reason of such a Subcontractor shall be ill accordance with the cancellation or omission and not represented by work following: completed or material delivered. In computation of material cost or expenses sustained, no anticipated profit will be I a. 10 percent on the fIrst $50,000 with a $100 included. Material paid for shall become the property of the . minimum OWNER and shall be disposed of as directed by the OWNER. ., b. 5 percent on the portion over $50,000., I .. 9,04 Standardized Contract Clauses c., Deficient Work. paynient for work judged by the OWNER to be deficient Work will be made at the reduced A. Suspensions of Work Ordered by The OWNER I rate specified in the Contract Documents or, ifno such rate is specifIed, at a modification of the Contract Price, as I. If the perfonnance of all or any portion of the determined by the OWNER, work is suspended or delayed by the OWNER in writing for an unreasonable period of time (not originally I 9,03 Canceled Work \,., . anticipated, customary, or inherent to the construction . " " I...! ), I') , industry) and the CONTRACTOR believes that A. The OWNER shall have the right tli8u1cdfllY oi:~ViOI additional compensatiOll and/or contract time is due as a items from the Contract when unforeseen ~circurns~~c"5, . result of such suspension or delay, the CONTRACTOR I unanticipated design changes, or 61:!le~ reasonS beyond' me shall submit to the OWNER in writing a request for control of the CONTRACTOR prevent or uiij,e'as'(npblyc!"lay adjustment within' 7 calendar days of receipt of the completion ofthe Contract o~ certain items ofth~ Co~ti~C:'t ~taz notice to resume work. The request shall set forth the when the OWNER detenmnes that q1ftellalIon lS In the reasons and support for such adjustment. I public inte:est, ' \.J::i II::} . 00700, 18 I I 2. Upon receipt, the OWNER will evaluate the item quantity, or in case of a decrease below 75 CONTRACTOR's request. If the OWNER agrees that percent, to the actual amount-of work performed. I the cost and/or time required for the performance of the 9.05 Disputed Claims For Extra Compensation contract has increased as a result of such suspension and the suspension was caused by conditions beyond the A. In, any case where the CONTRACTOR deems that control of and not the fault of the CONTRACTOR, its I Suppliers, or Subcontractors at any approved tier, and extra compensation is due fOT.work or material not clearly' not caused by. weather, the OWNER will make an covered in the Contract and not ordered by tho: OWNER as adjustment (excluding profit) and modify the Contract in extra Work as defmed herein, the CONTRACTOR shall writing accordingly, The CONTRACTOR will be notify the OWNER in writing to make claim for this extra I notified of the OWNER's determination whether or not compensation before work begins on which the claim is an adjustment of the contract is warranted. based, 3. No Contract adjustment will be allowed unless B. The.. OWNER shall be responsible fo, damages I the CONTRACTOR has submitted the request for attributable to the performance, nonperformance, or delay, of adjustment within the time prescribed. any other contractor, governmental agency, utility, firm, corporation, or individual authorized to do work on the 4. No Contract adjustment will be allowed under project, only when these damages result from negligence on I this clause to the extent that performance would have the part of the OWNER, or any of its officers or employees. been suspended or delayed by any other cause, or for In any case where the CONTRACTOR deems that extra which adjustment is provided or excluded under any compensation is due from the OWNER as damages resnlting other term or condition of this Contract. from these perfonnances, nonperformances, or delays, the I CONTRACTOR shall notify the OWNER in writing at the B. Significant Changes in Ihe ,Character of Work. time the delay occurs, 1. The OWNER reserves the right to make, in C. In all cases, if this notification is not given, or ifafter I writing, at any time during the work, such changes in the notification is given, the OWNER is not afforded quantities and such alterations in the work as are facilities for keeping strict account of actual costs as defmed necessary to satisfactorily complete the project. Such for force account construction, the CONTRACTOR thereby changes in quantities and alterations will not invalidate agrees to waive the claim for extra compensation for this I the contract nor release the surety, and the Contracto, work. This notice by the CONTRACTOR, and the fact that agrees to perform the work as altered. the OWNER has kept account of the cost as aforesaid, shall not be construed as establishing the validity of the claim The 2. If the alterations or changes' in quantities claim, when filed, shall be in writing and in sufficient detail I significantly change the character of the work under the to permit auditing and an intelligent evaluation by the contract, whether such alterations or changes are in OWNER, The claim shall be supported by such docwnentary themselves significant changes to the character of the evidence as the claimant has available and shall be verified I work or by affecting other work cause such other work to by affidavit of the claimant or other persons having become significantly. different in character, an knowledge of the facts. If the claimant wishes an opportunity adjustment, excluding anticipated profit, will be made to to present the claim in person, then the claim shall be 'the Contract. The basis for the adjustment shall be accompanied by a written request to do so. Where the I agreed upon prior to the performance of the Work. If a claimant asks an opportunity to present the claim.in person, basis cannot be agreed upon, then an adjustment will be the OWNER, within 30 calendar days of the filing of the made either for or against the CONTRACTOR in such claim, will fix a time and place for a meeting, between the amount as the OWNER may determine to be fair and claimant and the OWNER. The OWNER will, within a I equitable, reasonable time from the filing of the claim or the. meeting above referred to, whichever is later, rule upon the validity of 3, If the alterations or changes in quantities do not the claim and notify the significantly change the character of the work to be claimant, in writing, of the ruling together with the reasons I performed under the Contract, the altered Work will be therefor, In case the claim is found to be just, in whole or in paid for as provided elsewhere in the Contract. part, it will be allowed and paidto the extent so found. The CONTRACTOR shall not institute any court action 4. The term "significant change': shall be construed against the OWNER for the adjudication ~y cla~ until I to apply only to the following circwnstances: . the claim has been first presented to the 0 ER Purijl1'1,nt to this Article. , Y; Q ~ ' a. When the character of the work as altered -; ~ , . r-", _~' _ I differs materially in kind or nature from that ARTICLE 10 - CHANGE OF CONTRACT TIMES "J7 I involved or included m the original proposed "--]-.... f\:) _-.\...1 f\J - ... ...... ,--.:.. t- --- construction; or ' _ -1 -- 10.01 Change of Contract Times 0$ :;;? /'7' b. When a major item of Work, defmed as an '.". ~-\ -. '(-, I item of Work in excess of $50,000, is increased in A. The Contr~~t Times (orM~tones) ;my onJy:.r;e excess of 125 percent or decreased below 75 percent changed by a Change, Order or by a Writte~endrnent. ., of the original contract quantity, Any allowance for Any Claim for an adjustment in the Contra Times (or I an increase in quantity shall apply only to that Milestones) shall be based on written notice submitted by the portion in excess of 125 percent of original contract party making the claim to the OWNER and the other party to the Contract. I 00700- 19 I . . ,. . CONTRACTOR. All defective Work may be rejected, I i B, Any adjustment of the ContractTunes (or Milestones) corrected, or accepted as provIded 10 this Article I L ' I covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in I L02 Access to Work' I accordance with the provisions of this Article 10, , A, OWNER, OWNER's Engineering Consultant, other 10.02 Delays Beyond CONTRA CTOR 's Control representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with I A. Where CONTRACfOR is prevented from completing jurisdictional interests will have access to the Site and the any part of the Work within the Contract Times (or Work at reasonable times for. their observation, inspecting, Milestones) due to delay beyond the control of and testing. CONTRACTOR shall provide them proper and CONTRACTOR, the Contract Times (or Milestones) will be safe conditions for such access and advise them of I extended in an amount equal to the time lost due to such CONTRACTOR's Site safety procedures and programs so delay if a Claim is made therefor as provided in paragraph that they may comply therewith as applicable. 1O.0LA. Delays beyond the control ofCONTRACfORshall . I include, but not be limited to, negligent acts by OWNER, 11.03 Tests and Inspections negligent acts by utility owners or other contractors performing other work as contemplated by Article 7, fires, A. CONTRACfOR shall give OWNER timely notice of floods, epidemics, abnormal weather conditions, or acts of readiness of the Work for all required inspections, tests, or I God. approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 10.03 Delays Within CONTRACTOR's Control B. OWNER shall employ and pay for the services of an I A. The Contract Times (or Milestones) will not be independent testing laboratory to perform all inspections, extended due to delays within the control ofCONTRACfOR. tests, or approvals required by the Contract Documents Delays attributable' to and within the control of a except: Subcontractor or Supplier shall be deemed to be delays within I the control of CONTRACfOR. L for inspections, tests, or approvals covered by paragraphs I L03.C and I L03.D below; 10.04 Delays Beyond OWNER's and CONTRACTOR's COlltrol ' 2. that costs incurred in connection With tests or I inspections conducted pursuant to paragraph 11.04.B A. Where CONTRACfOR is prevented from completing shall be paid as provided in said paragraph 1 L04.B; and any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER 3. as otherwise specifically provided in the Contract I and CONTRACfOR, an extension of the Contract Times (or Documents, Milestones) in an amount equal to the time lost due to such delay shall be CONTRACfOR's sole and exclusive remedy C. If Laws or Regulations of any public body having for such delay. jurisdiction require any Work (or part thereof) specifically to I be inspected, tested, or approved by an employee or other 10.05 Delay Damages representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such A. In no event shall OWNER be liable to inspections, tests, or approvals, pay all costs in connection I CONTRACfOR, any Subcontractor, any Supplier, or any therewith, and furnish OWNER the required certificates of other person or organization, or to any surety for or employee inspection or approval. or agent of any of them, for damages arising out of or resulting from: D. CONTRACTOR shall be responsible for arranging I and obtaining and shall pay all costs in connection with any I. delays caused by or within the control of CON- inspections, tests, or approvals required for OWNER's TRACTOR; or acceptance of materials or equipment to be incorporated in I the Wark; or acceptance of materials, mix designs, or 2. delays beyond the control of both OWNER and equipment submitted for approval prior to CONTRACfOR's CONTRACTOR including but not limited to fires, purchase thereof for incorporation in the Work. Such floods, epidemics, abnormal weathe. r conditions, acts of inspections, tests, or approvals shall be performed by . I God, or acts or neglect by utility o,,"ers or other organizations acceptable to OWNER. contractors performing other work as contemplated by Article 7. 'E. If any Work (or the work of others) that is to be , " inspected, tested, or approved is covered by CONTRACfOR I ARTICLE 11 - TESTS \'i\l'ID' INSPECTIONS; without written concurrence of OWNER, it must, ifrequested CORRECTION, REMOVAL OR,ACCEPl1ANC~OF. by OWNER, be uncovered for observation, DEFECTIVE WORK /)U::flJ -,YiiiUI . . ' E; E;" .-'lIJ F. Uncovering Work as provided in paragraph 11.03.E I ' I Hd -'" shall be at CONTRACTOR's expense unless CON- 11.01 Notice of Defects . ' CCJ30I;nn, TRACTOR has given OWNER timely notice of ~, _ - 'cue CONTRACTOR's 1Ojenhon to cover the same and OWNER A. Prompt notice of all ~f~ctive7Wq.rk of which has not acted with reasonable promptness in response to such I OWNER has actual knowledge--\vin!..jie given to' notice. 00700 . 20 I I ' A. If within two years after the date of Substantial 1 L04 Uncovering Work Completion' or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any I A, If any Work is covered contrary to the written request applicable. special guarantee required by the Contract of OWNER, it must, if requested by OWNER, be uncovered Documents or by any specific provision of the Contract for OWNER's observation and replaced at CONTRACTOR's Documents, any Wark, material, or equipment is found to be expense. defective, or if the repair of any damages to the land or areas I made available for CONTRACTOR's use by OWNER or B. If OWNER considers it necessary or advisable that permitted by Laws and Regulations as contemplated in inspected covered Work be observed by OWNER, reinstalled paragraph 6.II.A is found to be defective, CONTRACTOR I or tested by others, CONTRACTOR, at OWNER's request, shall promptly, without cost to OWNER and in accordance shall uncover, expose," or otherwise make available for with OWNER's written instructions: (i) repair such defective observation, inspection, or testing as OWNER may require, land or areas, or (ii) correct such defective Work or, if the that portion of the Work in question, furnishing all necessary defective Work has been rejected by OWNER, remove it I labor, material, and equipment. If it is found that such Work from the Project and replace it with Work that is not is defective, CONTRACTOR shall pay all Claims, costs, defective, and (iii) satisfactorily correct or repair or remove losses, and damages (including but not limited to all fees and and replace any damage to other Work, to the work of others charges of engineers, architects, attorneys, and other or other land or areas resulting therefrom If CONTRACTOR I professionals and all court or arbitration or other dispute does not promptly comply with the terms of such instructions, resolution costs) arising out of orrelating to such uncovering, or in an emergency where delay would cause serious risk of exposure, observation, inspection; and testing, and of loss or damage, OWNER may have the defective Work satisfactory replacement or reconstruction (including but not corrected or repaired or may have the rejected Work removed I limited to all costs of repair or. replacement of work of and replaced, and all Claims, costs, losses, and damages others); and OWNER shall be entitled to an appropriate (including but not limited to all fees and charges of engineers, decrease in the Contract Price. If the parties are unable to architects, attorneys, and other professiol).als .and all court or agree as to the amount thereof, OWNER may make a Claim arbitration .or other dispute resolution costs) arising out of or I therefor as provided in Article 9. If, however, such Work is relating to such correction or repair or such removal and not found to be defective, CONTRACTOR shall be allowed replacement (including but not limited to all costs of repair or an increase in the Contract Price or an extension ,of the replacement of work of others) will be paid by Contract Times (or Milestones), or both, directly attributable CONTRACTOR. I to such uncovering, exposure, observation, inspection, B. In special circumstances where a particular item of testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, equipment is placed in continuous setvice before Substantial CONTRACTOR may make a Claim therefor as provided in Completion of all the Work, the correction period for that I Article 9. item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. I L05 OWNER May Stop the Work' I C. Where defective Work (and damage to other Work A. If the Work is defective, or CONTRACTOR fails to resulting therefrom) has been corrected or removed and supply sufficient skilled workers or suitable materials or replaced under this paragraph 11.07, the correction period equipment, or fails to perform the Work in such a way that hereunder with respect to such Work will be extended for an I the completed Work will conform to the Contract Documents, additional period of one year after such correction or removal OWNER may order CONTRACTOR to stop the Work, or and replacement has been satisfactorily completed, any portion thereof, until the cause for such order has'been eliminated; however, this right of OWNER to stop the Work D. CONTRACTOR's obligations under this paragraph I shall not give rise to any duty on the part of OWNER to 11.07 are in addition to any other obligation or warranty. The exercise this right for the benefit of CONTRACTOR, any provisions of this paragraph I L07 shall notbe construed as a Subcontractor, any Supplier, any other individual or entity, or substitute for or a waiver of the provisions of any applicable any surety for, or employee or agent of any of them. statute oflimitation or repose. I 11,06 Correclion or Removal of Defective Work I L08 Acceptance of Defeclive Work A. CONTRACTOR shall correct all defective Work, . A. If, instead of requiring correction or removal and I whether or not fabricated, installed, or completed, or, if the replacement of defective Work, OWNER prefers to accept it, Work has been rejected by OWNER, remove it from the OWNER may do so. CONTRACTOR shall pay all Claims, Project and replace it with Work that is not defective, costs, losses, and damages (including but not limited to all CONTRACTOR shall pay all Claims, costs, losses, and fees and charges of engineers, architects, attorneys, and other I damages (including but not limited to all fees and charges of professionals and all court or arbitration or other dispute engmeers, archItects, attorneys, and other profeSSIOnals an~ 0' resolution costs) attributable to OWNER's evaluation of and all court or arbitralton or other dispute,F<\solulton~co\lg)\ ' determination to accept such defective Work and the ansmg out of or relatmg to such ccrjiac'tJcin o'r,.:i-e~(j"@ diminished value of the W ark to the extent not otherwise paid I (includmg but not limited to all costs ofrepilj\',:Qrleplacemeht by CONTRACTOR pursuant to this sentence. If any such of work of others). (\ ~~~7acceptance occurs prior to final payment, a Change Order , ~\d Z Z :l]L ,o"will be issued incorporating the necessary revisions in the 11.07 Correction Period t. t, . \ Contract Docwnents .with respect to the Work, and OWNER I '-C'1\J shall be entitled to an appropriate decrease in the Contract 0::.1 II, Price, reflecting the diminished value of Work so accepted. If I 00700.21 the parties are unable to agree as to the amount thereof, account of Unit Price Work Will be based on the munber of I OWNER may make a Claim therefor as provided in Article 9. units completed.' Ifthe acceptance occurs after final payment, an appropriate amount will be paid by CONTRACTOR to OWNER, 12.02 Progress Payments I 11.09 OWNER May Correcl Defective Work A. Applications for Payments A.lfCONTRACTORfailswithinareasonabletimeafter 1. At least 20 days before the date established for I written notice from OWNER to correct defective Work or to each progress payment (but not more often than once a remove and replace rejected Work as required by OWNER in month), CONTRACTOR shall submit to OWNER for accordance with paragraph 11 ,06,A, or if CONTRACTOR review an Application for Payment filled out and signed fails to perform the Work in accordance with the Contract. by CONTRACTOR covering the Work completed as of I Documents, or if CONTRACTOR fails to comply with any the date of the Application and accompanied by such other provision of the Contract Documents, OWNER may, supporting documentation as is required by the Contract after seven days written notice to CONTRACTOR, correct Documents. If payment is requested on the basis of I and remedy any such deficiency. materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another B. In exercising the rights and remedies under this location agreed to in writing, the Application for paragraph, OWNER shan proceed expeditiously. In Payment shall also be accompanied by a bilJ of sale, I connection with such corrective and remedial action, invoice, or other documentation warranting that OWNER may exclude CONTRACTOR from all or part of OWNER has received the materials and equipment free the Site, take possession of all or part of the Work and and clear olall Liens and evidence that the materials and suspend CONTRACTOR's services related thereto, take equipment are covered by appropriate property I possession of CONTRACTOR's tools, appliances, insurance or other arrangements to protect OWNER's construction equipment and machinery at the Site, and interest therein, all of which must be satisfactory to incorporate in the Work all materials and equipment stored at OWNER, the Site or for which OWNER has paid CONTRACTOR but I which are stored elsewhere. CONTRACTOR shall allow 2. Beginning with the second Application for OWNER, OWNER's representatives, agents and employees, Payment, each Application shall include an affidavit of OWNER's other contractors access to the Site to enable CONTRACTOR stating that all previous progress OWNER to exercise the rights and remedies under this payments received on account of the Work have been I paragraph. applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications C. All Claims, costs, losses, and damages (including but for Payment. not limited to all fees and charges of engineers, architects, I attorneys, and other professionals and all court or arbitration 3. The amount ofretainage with respectlo progress or other dispute resolution costs) incurred or sustained by payments will be as stipulated in the Agreement. OWNER in exercising the rights and remedies under this paragraph I 1.09 will be charged against CONTRACTOR, B. Review of Applications I and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to 1. OWNER will, within 10 days after receipt of each the Work; and OWNER shall be entitled to an appropriate Application for Payment, indicate in writing acceptance decrease in the Contract Price. If the parties are unable to or denial of payment Application including reasnns for I agree as to the amountoftheadjuslment, OWNER may make refusing to make payment. If payment application is a Claim therefor as provided in Article 9. Such claims, costs, denied, CONTRACTOR may make the necessary losses and damages will include but not be limited to all costs corrections and resubmit the Application. I of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of 2, Payment by OWNER of amount requested in an CONTRACTOR's'defective Work Application for Payment will constitute a representation by OWNER that to the best of OViNER's knowledge, D, CONTRACTOR shall not be allowed an extension of infonnation and belief: I the Contract Times (or Milestones) because of any delay in the perfonnance of the Work attributable to the exercise by . a. the' Work has progressed to the point OWNER of OWNER's rights and remedies under, this indicated; I paragraph 11.09. ' b, the quality of the Work is generally in ARTICLE 12 - PAYMENTS TO CONTRACTOR A.1\jD accordance with the Contract Documents (subject to COMPLETION an evaluation of the Work as a functioning whole I t,~.., '. prior to or upon Substantial Completion, to the '\':-,~ ,.~j;.' results of any subsequent tests called for in the 12.01 Schedule of Values 'leI??,)",) ~;'Vl0 'Contract Documents, to a fmal deternnnatlOn of f. n -.} , J.,J/'J '! quantities and classifications for Unit Price Work I A. The schedule of values estabhshedkslP!pvided in. under Article 9, and to any other qualifications I paragraph 2,07.A will serve as the basis for PBigress stated in the reconnnendation); and , payments and will be incorporated into a form of Appli2'ati6ri'j .Ir", for Payment acceptable to OWNER. Progre;S;payments on - ,flu" c. the conditions precedent to I I . . '..1..:] //--1 CONTRACTOR's being entitled to such payment '.-.} 00700 - 22' I I appear to have been fulfilled m so far as it is. b. Liens have been filed in connection with the OWNER's responsibility to observe the Work Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure I 3, By making any such payment OWNER will, not the satisfaction and discharge of such Liens; thereby be deemed to have accepted that: (i) inspections made to check the quality or the quantity of the Work as it has been c. there are other items entitling OWNER toa I performed have been exhaustive, extended to every aspect of set-off against the amount r~connnended; or the Work in progress, or involved detailed inspections of,the Work; or (ii) that there may not be other matters or issues d, OWNER has actual knowledge of the occur- between tlie parties that might entitle CONTRACTOR to be rence ofany of the events enumerated in paragraphs I paid additionally by OWNER or entitle OWNER to withhold 12.02.B,5,a through 12.02.B.5.c or paragraph payment to CONTRACTOR. 13.02.A. 4, Neither OWNER's review of CONTRACTOR's 2. If OWNER refuses to make payment of the full I Work for the purposes of making payments, including amount, OWNER must give CONTRACfOR immediate Final Payment, will impose responsibility on OWNER to written notice stating the reasons for such action and supervise, direct, or control the Wark or for the means, promptly pay CONTRACTOR any amount remaining methods, techniques, sequences, or procedures of after deduction of the amount so withheld, OWNER I construction, or the _ safety precautions and programs shall promptly pay CONTRACTOR' the amount so incident thereto, or for CONTRACTOR's failure to withheld, or any adjustment' thereto agreed to by comply with Laws and Regulations applicable to OWNER and CONTRACTOR, when CO;NTRACTOR CONTRACTOR's . performance of the Work corrects to OWNER's satisfaction the reasons for such I Additionally, said review or recommendation will not action. Impose responsibility on OWNER to make any examination to ascertain how or for what purposes 3, If it is subsequently determined. that OWNER's CONTRACTOR has used the moneys paid on account of refusal of payment was not justified, the amount I the Contract Price, or to determine that title to any of the wrongfully withheld shall be treated as an amount due as Work, materials,.or equipment has passed to OWNER determined by paragraph l2.02.C. I. free and clear of any Liens, 12,03 CONTRACTOR's Warranty of Title I 5. OWNER may because of subsequently discovered evidence or the results of subsequent inspections or tests, A. CONTRACTOR warrants and guarantees that title to revise or revoke any such payment recommendation all Work, materials, and equipment covered by any previously made, to such extent as may be necessary to Application for Payment, whether incorporated in the Project I protect OWNER from loss because: or not, will pass to OWNER no later than the time of payment free and clear of all Liens, a, the Work is defective, or completed Work I has been damaged, requiring correction or replace- 12.04 Substantial Completion ment; A. When CONTRACTOR considers the entire. Work b. the Contract Price has been reduced by ready for its intended use CONTRACTOR shall notify I Written Amendment or Change Orders; OWNER in writing that the entire Work is substantially complete (except for items specifically listed by c. OWNER has been required to correct CONTRACTOR as incomplete) and request that OWNER defective Work or complete Work in accordance issue a certificate of Substantial Completion, Promptly I with paragraph 11.09; or thereafter, OWNER and CONTRACTOR shall make an inspection of the Work to determine the status of completion, d, OWNER has actual knowledge of the If OWNER does not consider the Work substantially / occurrence of any of the events enumerated in para- complete, OWNER will notify CONTRACfOR in writing I graph 13.02.A. giving the reasons therefor. If OWNER considers the Work substantially complete, OWNER ivill prepare a tentative C. Payment Becomes Due certificate of Substantial Completion which shall fix the date of Substantial Completion.. There sball be attached to the I L Twenty days after presentation of the Application certificate a tentative list of items to be completed or for Payment to OWNER, the amount will (subject to the corrected before fmal payment. provisions of paragraph l2.02.D) become due, and when due will be paid by OWNER to CONTRACTOR. B. OWNER sball have the .right to exclude I CONTRACTOR from the Site after the date of Substantial D. Reduction in Payment ",~ \~V,n\ Completion, but OWNER shall allow CONTRACTOR r.\(')\ }...J.\.J ,'"0.''' reasonable access to complete or correct items on the I. OWNER may refus;;!to' ~.!!CjP~YJn'iqLof1he full tentative list. I amount because: i ,U~J .-. ~1r 12,05 Partial Utilization . ? rt i 1\)1... a. claims have b~6~t!iMains0 on account of CONTRA 0 's performance or fur. A. Use by OWNER at OWNER's option of any I uishing of the Work; CEn \::\ substantially completed part of the Work which has specifically been identified in the Contract Documents, or I 00700 . 23 which OWNER and CONTRACTOR agree constitutes a OWNER) of all Lien rights arising out of or Liens filed I separately functioning and usable part of the Work that can in connection with the Wark. be used by OWNER for its intended purpose without I significant interference with CONTRACTOR's perfonnance 3. In lieu of the releases .or waivers of Liens of the remainder of the Work, may be accomplished prior to specified in paragraph 'iZ,07.A.2 and as .approved by Substantial Completion of all the Work subject to the OWNER, CONTRACTOR may furnish receipts or following conditions. releases in full and an affidavit of CONTRACTOR that: '(i) the releases and receipts include all labor, services, I L OWNER at any time may request material, and equipment for which a Lien could be filed; CONTRACTOR in =iling to permit OWNER to use and (ii) all payrolls, material and equipment bills, and any such part of the Work which OWNER believes to be other indebtedness connected with the Work for which I ready for,;ts intended use and substantially complete, If OWNER or OWNER's property might in any way be CONTRACTOR agrees that such part of the Work is respousible have been paid or otherwise satisfied. If any substantially complete, CONTRACTOR will certify to Subcontractor or Supplier fails to furnish such a release OWNER that such part of the Work is substantially or receipt in full, CONTRACTOR may furnish a Bond I complete and request OWNER to issue a certificate of or other collateral satisfactory to OWNER to indemnify Substantial Completion for that part of the Work. OWNER against any Lien. CONTRACTOR at any time may notify OWNER in =iting that CONTRACTOR cousiders any such part of B. Review of Application and Acceptance I the Work ready for its intended use and substantially complete and request OWNER to issue a certificate of L If, on the basis of OWNER's observation of the Substantial Completion for that part of the Work. Within Work during construction and fmal inspection, and a reasonable time after either such request, OWNER and OWNER's review of the fmal Application for Payment I 'CONTRACTOR shall make an inspection of that part of and accompanying documentation as required by the the Work to determine its status of completion, If Contract Documents, OWNER is satisfied that the Work OWNER does not consider that part of the Work to be has been completed and CONTRACTOR's other substantially complete, OWNER will notify obligations under the Contract Documents have been I CONTRACTOR in =iling giving the reasons therefor. If . fulfilled, OWNER will, within ten days after receipt of OWNER considers that part of the Work to be the fmal Application for Payment, indicate in ...Titing to substantially complete, the provisions of paragraph 12.04 CONTRACTOR that the Work is acceptable subject to will apply with respect to certification of Substantial the provisions of paragraph 12.09. Otherwise, OWNER I Completion of that part of the Work and the division of will return the Application for Payment to responsibility in respect thereof and access thereto. CONTRACTOR, indicaling in =iling the reasons for refusing to recommend fInal payment, in which case 12.06 Final Inspection CONTRACTOR shall make the necessary corrections I and resubmit the Application for Payment. A, Upon written notice from CONTRACTOR that the entire -Work or an agreed portion thereof is complete, C. Payment Becomes Due I OWNER will promptly make a final inspection with CONTRACTOR and will notify CONTRACTOR in =iting 1. Thirty days after the presentation to OWNER of of all particulars in which this inspection reveals that the the Application for Payment and accompanying docu- Work is incomplete, or defective. CONTRACTOR shall mentation, the Final Payment by OWNER will become I immediately take such measures as are necessary to complete due and, when due, will be paid by OWNER to such Work or remedy such deficiencies. CONTRACTOR. 12.07 Final Payment 12.08 Final Completion Delayed I . A, Applicationfor Paymenl A. If, through no fault of CONTRACTOR, fmal completion of the Work is significantly delayed, OWNER I. After CONTRACTOR has, in the opinion of may, upon receipt of CONTRACTOR 's fmal Application for I OWNER, satisfactorily completed all corrections Payment, and without terminating the Agreemen~ make identified during the final inspection and has delivered, payment of the balance due for that portion of the Work fully in accordance with the Contract Documents, all main- completed and accepted. If the remaining balance to be held tenance and operating instructions, schedules, guaran- by OWNER for Work not fully completed or corrected is less I tees, Bonds, certificates or other evidence of insurance than the retainage stipulated in the Agreement, and if Bonds certificates of inspection, marked-up record documents have been furnished as required in paragraph 5,0 I, the (as provided in paragraph 6.12), and other documents, =itten consent of the surety to the payment of the balance CONTRACTOR may make application for final payment due for that portion of the Work fully completed and I following the procedure for progress payments, accepted shall be submitted by CONTRACTOR to OWNER with the Applic\itionJor s'uch'payment>Such payment shall . 2, The final Application for Payment shall be be made under the.lteifi1s;'ancL 16fjiWns governing fmal accompanied (except as previously delivered) by: (i) all payment, except that' 'it s!ilin""d onstitute a waiver of I documentation called for in the Contract Documents, Claims. SS:/ U I including but not limited to the evidence of insurance ~~ . ,'10 G G J~in hn07 required by subparagraph 5.04,B.7; (ii) consent of the 12.09 Waiver of Claims _''-oJ ,-:,Iv surety, if any, to fmal payment; and (iii) complete and r-l'~--, ' I legally effective releases ,:or waivers (satisfactory to \..1 -,I II .:l 00700 . 24 ' I I A. The making and acceptance of final payment will this paragraph OWNER shall not be required to obtain the constitute: lowest price for the Work performed. I L a waiver of all Claims by OWNER against C. Where' CONTRACTOR's services have been so CONTRACTOR, except Claims arising from unsettled terminated by OWNER, the termination will not affect any Liens, from defective Work appearing after fmal rights or remedies of OWNER against CONTRACTOR t1ien I inspection pursuant to paragraph 12,06, from failure to existing or which may thereafter accrue. Any retention or comply with the Contract Documents or the terms of any payment of moneys due CONTRACTOR by OWNER will special guarantees specified therein, or from not release CONTRACTOR from liability. CONTRACTOR's continuing obligations under the I Contract Documents; and 13.02 OWNER May Terminate For Convenience 2. a waiver ofall Claims by CONTRACTOR against A. Upon seven days written notice to CONTRACTOR, OWNER other than those previously made in writing OWNER may, without cause and without prejudice to any I which are still unsettled. other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid ARTICLE 13 - SUSPENSION OF WORK AND (without duplication of any items): TERMINATION I L for completed and acceptable Work executed in accordance with the Contract Documents prior to the 13,01 OWNER May Terminatefor Cause effective date of tennination, including fair and reasonable sums for overhead and profit on such Work; I A.. The occurrence of anyone or more of the following 2. for expenses sustained prior to the effective date events will justify termination for cause: of termination in performing services and furnishing L CONTRACTOR's persistent failure to perform labor, materials, or equipment as required by the I the Work in accordance with the Contract Documents . Contract Documents in connection with uncompleted (including, but not limited to, failure to supply sufficient Work, plus fair and reasonable sums for' overhead and skilled .workers or suitable materials or equipment or profit on such expenses; failure to adhere to the progress schedule established I under paragraph 2.07 as adjusted from time to time 3. for all claims, costs, losses, and damages pursuant to paragraph 6.04); (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals 2, CONTRACTOR's disregard of Laws or and all court or arbitration or other dispute resolution I Regulations of any public body having jurisdiction; costs) incurred in settlement ofterminated contracts with Subcontractors, Suppliers, and others; and 3. CONTRACTOR's disregard of the authority of I OWNER; or 4. for reasonable expenses directly attributable. to tennination. 4. CONTRACTOR's violation'in any substantial B. CONTRACTOR shall not be paid on account ofloss way of any provisions of the Contract Documents. I of anticipated profits or revenue or othe~ economic loss B. If one or more of the events identified in paragraph arising out of or resulting from such termination. 13.0LA occur, OWNER may, after giving CONTRACTOR <' (and the surety, if any) seven days written notice, tenninate 13,03 CONTRACTOR May Stop Work or Terminate I the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all A. If, through no act or fault of CONTRACTOR, the CONTRACTOR's tools, appliances, construction equipment, Work is suspended for more than 90 consecutive days. by and machinery at the Site, and use the same to the full extent OWNER or under an order of court or other ~lic authority, I they could be used by CONTRACTOR (without liability to or OWNER fails to act on any Applicat( J for PaYT!'ent CONTRACTOR for trespass or conversion), incorporate in within 30 days after it is submitted, or O~fails.t!if 30 the Work all materials and equipment stored at the Site or for days to pay CONTRACTOR any sum fi9~ny.a,eten)!i11ed to which OWNER has paid CONTRACTOR but which are be due, then CONTRACTOR may, upori-~ven daYS'Written I stored elsewhere, and finish the Work as OWNER may deem notice to OWNER, and provided O~~,@oes notiemedJii expedient. In such case, CONTRACTOR shall not be entitled such suspensIOn or fallure Within that tnne; tenl\inatethe_ . to receive any further payment until the Work is fmished, If Contract and recover from OWNER:WiYinent oo"Jthe sam? the unpaid balance of the Contract Price exceeds all claims, terms as provided in paragraph 13.0~rn'lih of'i~n~tint I costs, losses, and damages (including but not limited to all the Contract and without prejudid'to any qt:)>er riig:;or fees and charges of engineers, architec.ts, attorneys, and other remedy, if OWNER has failed for 30 CQIlYs to pay professionals and all court or arbitration or other dispute CONTRACTOR any sum finally determineli to be due, I resolution costs) sustained by OWNER arising out of or CONTRACTOR may, seven days after written notice to relating to completing the Work, such excess will be paid to, OWNER, stop the Work until payment is made of all such CONTRACTOR. If such claims, costs, losses, and damages amounts due CONTRACTOR, including interest thereon. exceed such unpaid balance, CONTRACTOR shall pay the The provisions of this paragraph 13,03 are not intended to I difference to OWNER. Such claims, costs, losses, and preclude CONTRACTOR from making a Claim under damages incurred by OWNER will be incorporated in a Article 9 for an adjustment in Contract Price or Contract Change Order. When exercising any rights or remedies under Times or otherwise for expenses or damage directly I 00700. 25 attributable to CONTRACTQR's stopping the Work as A, This Contract is to be governed by the laws of the I permitted by this paragraph. State ofIowa. ARTICLE 14 - DISPUTE RESOLUTION 15,06 Compliance with OSHA Regulations I A. The CONTRACTOR and all Subcontractors shall 14.01 Methods and Procedures comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry I A, OWNER and CONTRACTOR may exercise such Standard.) The CONTRACTOR and all Subcontractors are rights or remedies as either may otherwise have under the solely responsible for compliance with said regulations, Contract Documents or by Laws or Regulations in respect of I any dispute. Disputes shall be resolved by legal or equitable 15.07 Employment Practices proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any 'A. Neither the CONTRACfOR or its Subcontractors, dispute arising between the parties or under the Contract shall employ any person whose physical or mental condition I Docwnents. is such that its employment will endanger the health and safety of themselves or others employed on the Project. ARTICLEI5-MITSCELL~~OUS B. CONTRACTOR sball not commit any of the I following employment practices and 'agrees to include the 15,01 Giving Notice following clauses in any subcontracts: A. Whenever any provision of the Contract Documents L To discharge from employment orrefuse to hire I requires the giving of written notice, it will be deemed to any individual because of sex, race, color, religion, have been validly given if delivered in person to the national origin, sexual orientation, gender identity, individual or to a member of the fum or to an officer of the marital status, age, or disability unless such disahility is corporation for whom it is intended, or if delivered at or sent related to the job performance of such performance or I by ordinary mail, postage prepaid, to the last business address employee. known to the giver of the notice. 2. To discriminate against any individual in terms, 15.02 Computation of Times conditions, or privileges of employment because of sex, I race, color, religion, national origin, sexual orientation, A. When any period of time is referred to in the Contract gender identity, marital status, age or disability unless Documents by days, it will be computed to exclude the fIrst such disability is related to job performance of such and include the last day of such period. lfthe last day of any person or employee. I such period falls on a Saturday or Sunday or on a day made a 15.08 Contract Compliance Program (Anti-Discrimination legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. Requirements). I 15.03 Cumulative Remedies A. For all Contracts and subcontracts of $25,000 or more, the CONTRACfOR and all affected Subcontractors A, The duties and obligations imposed by these General shall abide by the requirements of the City of Iowa City I Conditions and the rights and remedies available hereunder to Contract Compliance Program, which is included with these the parties hereto are in addition to, and are not to be SpecifIcations beginning on page CC-I. construed in any way as a limitation of, any rights and 15.09 Restriction on Non-Resident Bidding of Non-Federal remedies available to any or all of them which are otherwise I imposed or available by Laws or Regulations, by special' Aid Projects warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as A, The CONTRACTOR awarded the Project together effective as if repeated specifically in the Contract with all Subcontractors shall be required to complete the I Documents in connection \vith each particular duty, form included with these SpecifIcations (and entitled the obligation, right, and remedy to which they apply, same as this section) and submit it to the OWNER before work can begin on the Project Note that these requirements 15.04 Survival of Obligations involve only those projects not funded with Federal mornes. I A. All representations, indemnifications, warranties, and 15.10 Construction Stakes guarantees made in, required by, or given in ac~ordance with The CONTRACTOR shall be responsible for the the Contract Documents, as well as all continuing obligations A, I indicated in the Contract Documents, will survive fmal preservation of stakes andmarks, Any, nec~ss~estaking payment, completion, and acceptance of the Work or will be at the CONTRACiOR's,expense:and\WUl!b charged termination or completion of the Agreement. at a rate of$75 per hour. )ldJ'D '\'.UJ 15,05 Controlling Law ***** I tlS:1 Hd ZZ J]iJ 1UDZ 11'-', I \.!j 11.::1 .-- I 00700 . 26 I I I Howard R Green Company Iowa City Water Facility Improvements Project No,524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 00800 SUPPLEMENTARY CONQITIONS - I GENERAL These supplementary General Conditions amend or supplement the City of Iowa City General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemental, remain in full force and I effect. Terms used in these Supplementary Conditions will have meanings assigned to them in the General I Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. SC"1.01 DEFINITIONS. I Add the following definitions to Article 1:. Conflict. 'A case where an item of work is shown or specified differently in two or I more places in the Contract Documents. An item of work shown in one portion of the Contract Documents but not in another is not a conflict. I Owner's Enqineerinq Consultant. Howard R. Green Company will act as Owner's Engineering Consultant. In Divisions-'1 through 16 there may be occasional references to the "Engineer", The Engineer is the Owner's Engineering Consultant as defined herein. I Furnish, To deliver to the job site or other specified location any item, equipment or material or labor. I Holidays. Legal holidays designated by the state or specifically identified in CITY HOLIDAYS in this Section,' I Inspect. The act of observing, checking, or verifying that materials provided or Work furnished under this Contract comply with the general intent of the project Contract I Documents. Install. Placing, erecting, or constructing complete in place any item, equipment, or material. I Provide. Furnish and install, complete in place. I ' Punch List. List of incomplete items of work and of items of work which are not in conformance with the Contract. The list will be prepared by the Engineer's representative when the Contractor (1), notifies the Engineer's representative in I writing that the work has been completed in accordance with the contract and (2) requests in writing that the Owner accept the work. vl\'\'O\ "Owner", or "City" means the City of Iowa City, 10wa~~ctin'!!Jhrough the City Council '1\ t.,. ,'o \ I N ...,................... ':]\""~ ~: ':,' . ():I' ^ \.'" ".... , , v ',,(..;_-' ..,(\~\):J SUPPLEMENTARY CONDITIONS I ,~~~ j)~ 00800 - 1 \ '1\-- I "'S.." /,,'o ~ Ci-:'\ \ \ \ /' .- I . I Howard R Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa and duly authorized agents. I Shall. Refers to actions by either the Contractor or the Owner and means the Contractor or Owner has entered into a' covenant with the other party to do or I perform the action. Submittals. The information which is specified for submission to the Owner and his I Engineering Consultant in accordance with Division 1 of the Project Manual. Substantial Completion. Sufficient completion of the project or the portion thereof to permit utilization of the project, or portion thereof for its intended purpose. I Substantial completion requires not only that the work be sufficiently completed to permit utilization, but that the Owner can effectively utilize the substantially completed work. Determination of substantial completion is solely at the discretion I of the Owner. Substantial completion does not mean complete in accordance with the Contract nor shall substantial completion of all or any part of the 'project entitle the Contractor to acceptance under the Contract. I SC-2.02 COPIES OF DRAWINGS AND PROJECT MANUALS A. After Notice of Award, CONTRACTOR MAY OBTAIN AT NO CHARGE, MAXIMUM I OF 5 COMPLETE SETS OF FULL-SIZE drawings, as listed in project manuals, and 5 sets of project manuals. 1. Additional copies of project manuals and half-size or full-size Drawings may I be obtained under following conditions: a. Project manuals: (1) Fumished at OWNER's reproduction cost plus handling charge. I (2) If CONTRACTOR's requirement for additional project manuals necessitates reprinting of project manuals, CONTRACTOR shall pay ~ 4. entire cost of such reprinting, I (r) -2: (3) Partial sets of project manuals will not be provided. ::...' ',: c:: b. Half-size Drawings: ('-j ::r.:: B~ -=--_ (1) Fumished as OWNER's reproduction cost plus handling charge. \'u 0.- 0 0. (2) If CONTRACTOR's requirement for additional Drawings necessitates I __.i ~ ',_ U reprinting of half-size Drawings, CONTRACTOR shall pay entire cost - ,.;, 1--: / of such reprinting. u- 'E~ 0 ':',. (3) Complete sets of half-size Drawings may be purchased from I ~, ('-"~ 'OWNER at OWNER's reproduction cost plus handling charge. ~ c. Full size Drawings: (1) Complete sets of full-size Drawings may be purchased from OWNER I at OWNER's reproduction cost plus handling charge per set. 12) Complete sets of reproducible prints of full-size Drawings may be purchased from OWNER at OWNER's reproduction cost plus I . handling charge. SUPPLEMENTARY CONDITIONS 00800 - 2 I I I I I Howard R Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I B. Revised Drawings and project manuals, if required, will be provided by OWNER to show authorized changes or extra Work under following conditions:. I 1. . Project Manuals: Furnished at no charge, in same quantity as original' issuance. 2. Full-size Drawing: I a. One'revised, complete set of full-size Drawings will be issued, at no charge, for each full-size set originally issued. and for each full-size set purchased by CONTRACTOR after Notice of Award, up to 4 copies maximum. '. . I b. 'One full-size reproduCible set will be issued to accommodate fifth and subsequent sets purchased by CONTRACTOR. CONTRACTOR shall use reproducible set to complete printing for additional Drawings in its I possession. 3. Half-size Drawings: Fumished at OWNER's reproduction cost plus handling charges. I C. Owner's reproduction cost plus handling charge for each type of document is as follows: 1. Half-size drawings at $40.00 per set I D. The Owner will make available to the Contractor as many sets of drawings and project manuals as are retumed after the bid phase, minus a reasonable number of sets for the Owner's use, The Contractor shall pick up these documents at the office I of the Engineer or pay the costs of shipping these documents to the Contractor. The number of documents that will be returned and available cannot be determined at this time. Any additional sets of documents requiring additional printing will be charged at the Owner's reproduction cost plus handling charge as defined in SC - I 2.02,C. I CITY HOLIDAYS, . For general scheduling information, in the City of Iowa City, holidays occur on the first day of January, commonly known as New Year's Day; the third Monday in January, known as Martin Luther King Day; the third Monday in February, known as President's Day; the last Monday I in May, known as Memorial Day; the Fourth day of July, known as Independence Day; the first Monday in September, known as Labor Day; the eleventh day of November, known as Veteran's Day; the fourth Thursday in November, known as Thanksgiving Day; and the twenty-fifth day in I December, known as Chri~tmas Day. When an official holiday falls on Sunday, the following Monday shall be designated as a substitute holiday, and observed as an official holiday. When an official holiday falls on a Saturday, the I preceding Friday shall be designated as a substitute holiday, and observed as an official holiday. Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the Owner. I SC-3.01A CONTRACT COMPLIANCE PROGRAM (ANTI-DISGRfMINATION REQUIREMENTS). For all contracts and subcontracts of $25,OOO"Or')n1Or8, :',uie Contractor and all affected I Subcontractors shall abide by the requirements 'o,llt~~S:CO~t'ra'ct Compliance Program, which is 'II '-'1:\ 'I\:,\)l SUPPLEMENTARY CONDITIONS "6 ~~rj;l'D , 00800-3 I ~ \,', \ \\ ~,,-\"\d lY::J I I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa included with these Specifications beginning on page CC-1. I SC-3.01B RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete I the form included with these specifications (and entitled the same as this section) and submit it to the Ow~er's Engineering Consultant before work can begin on the project. SC-4.02. SC-4,03 AND SC-4.04 SUBSURFACE AND PHYSICAL CONDITIONS: DIFFERING I SUBSURFACE OR PHYSICAL CONDITIONS: UNDERGROUND FACILITIES. Add the following new paragraph(s) immediately after paragraph 4.02 B: I C. In the preparation of Drawings and Specifications, OWNER or OWNER's I . Engineering Consultant relied upon the following reports of explorations and tests of subsurface conditions at the Site: 1. Iowa City Water Division, GSR Pump System Improvements, Iowa City, Iowa bv I Howard R. Green Company dated November 6. 1995. 2. Iowa City Water Division, Well Houses (Jordan and Silurianl.lowa City, Iowa. bv Howard R. Green Company dated June 21, 1996. I 3. Iowa City Water Division, Site Development - Phase I, Iowa City. Iowa. bv ...:1' <l" Howard R. Green Companvdated October 14,1997. (,') I .' ~. Iowa City Water Division. Collector Wells Lower Terminus. Iowa City. Iowa. bv - ?f 6 Howard R. Green Company dated June 25, 1998. r", , I ::::: Ij~ :::--p. Iowa City Water Division. Sand Pit Pump Station Lower Terminus. Iowa City, 1_.......... c'- lJj --J ,,:>'- Iowa, bv Howard R. Green Company dated December 28.1998. I ; "-, Ut::: _., ('-I , C6. Iowa City Street and Water Facility Improvements. Division 1: Foster Road LL c.J C Improvements: Division 2: Water Facility Site Development - Phase II ,., C3 U Improvements. Iowa City. Iowa. bv Howard R. Green Company dated Februarv ;;,; 15. 1999. I = '-- c--. B. The following reports of explorations and tests of subsurface conditions at the site of the Work: I 1. Geotechnical Enqineerinq Report, Proposed Water Treatment Plant. Iowa City, Iowa. Job No. 06945066, bv Terracon Consultants. Inc" Cedar Rapids. Iowa I 52406, dated October 4. 1995. 2, Geotechnical Enqineerinq Report, Proposed Sludqe Laqoons. Water Supplv and Treatment Facilities. Iowa City, Iowa, Job No. 06945066. bv Terracon I Consultants. Inc.. Cedar Rapids. Iowa 52406. dated Auqust 18.1995, B. Copies of these reports and drawings that are not included with Bidding Documents may I be examined at the Public Works Department, Civic Center, Iowa City, Iowa during regular business hours or may be obtained from OWNER at OWNER's reproduction cost plus handling charge. These reports and drawings are not part of the Contract I SUPPLEMENTARY CONDITIONS 00800 - 4 I I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I Documents, but the "technical data" contained therein upon which CONTRACTOR may rely' as identified and established above are incorporated therein by reference. CONTRACTOR is not entitled to rely upon other information and data utilized by I OWNER and OWNER's Engineering Consultant in the preparation of Drawings and specifications. SC-5.01 BONDS. The Contractor shall furnish a satisfactory Performance Bond in the amount of I 100 percent of the Contract Price and a satisfactory Payment Bond in the amount of 100 percent of the Contract Price as security for the faithful performance and payment of all the Contractor obligations under the Contract Documents, I SC-5,04 CONTRACTOR'S LIABILITY INSURANCE. The limits of liabilityforthe insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: ' ~ I A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION I 1. Before commencing work, the Contractor shall submit to the City for approval of a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance I company and agent must accompany the certificate. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to I any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or'to halt work on the I contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE I 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 I minimum amounts: 1. Workers' Compensation, and related coverages under paragraphs 5.04A 1 and A.2 of the General Conditions: I a. State: Statutory. I b. Applicable Fed~ral (e.g., Longshoreman's): Statutory, I c. Employer's Liability: $1.,000,000 . \,Jr,r\O\' . 2. Contractor's General Liability under ~agraPhS:5;04,.~3 through A.6 of the General I Conditions which shall include comple 'd~QP~.fa,t!Ons:an8 product liability coverages: /'-' ......, -'J \\~il(. SUPPLEMENTARY CONDITIONS " . \ \Ad "{l :U' " 00800 - 5 \'j(,' I O~\\~ ( ,- --- I I Howard R Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa a, General Aggregate $2,000,000 I b: Products-Completed Operations Aggregate $2,000,000 I Personal and Advertising Injury $1,000,000 c. d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 I e. Property Damage liability insurance will provide Explosion, Collapse and Underground coverages where applicable. I f. Excess or Umbrella Liability: General Aggregate $9,000,000 I Each Occurrence $9,000,000 I 3. Automobile Liability under paragraph 5.04A6 of the General Conditions: - :::e. Bodily injury: I c') .. <:,'''' - ,-' .c> $1,000,000 ~~ CL P Per Person ,I 1 1..----' (l_ uJ I 1'1 .....J >--- Per Accident $1,000,000 ~~~\._; C.) 1- 0J ---....... N " U ,- U- ,-' C Property Damage: ~,..:.l ,___ ,b. I 1:= u::s; .:- r, ,:..~., ,~ Each Accident $1,000,000 .:::::, .- ,...... 4. Separate Owners and Contractors Protective Liability Insurance I Each Occurrence $10,000,000 I General Aggregate $10,000,000 5. Howard R. Green Company, Inc" shall be included on policy as additional insured by I endorsement on all of the above policies in addition to SC-5.04. B. 4. 6. Workers' Compensation Insurance as required by Chapter 85, Code of Iowa, I SC-5.04 CONTRACTUAL ENDORSEMENT I The Contractual Liability coverage required by paragraph 5.04.8.4 of the General Conditions shall provide coverage for not less than the following amounts: I SUPPLEMENTARY CONDITIONS 00800 - 6 I I I I Howard R. Green Company Iowa City Water Facility Improvements Project No,524540-J Architectural Precast Repairs Iowa City, Iowa I General Aggregate $2,000,000 I Each Occurrence (Bodily injury and Property Damage) $1,000,000 The $9,000,000 excess or umbrella liability of Article SC-5.04 Contractor's I Liability Insurance, B. Minimum coverage, 2.f excess or umbrella liability, shall also apply to this Contractor Endorsement Section. In addition, the Contractor shall be required to comply with .the following provisions with respect to I insurance coverage: The entire amount of Contractor's liability insurance pOlicy coverage limits, identified in the policy I and on 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 I by virtue of investigation or defense costs incurred by Contractor's insurer. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by I the Contractor's insurer,,With no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City, Contractor's Certificate of Insurance must set forth the nature and amountof any such deductible or self-insured retention, I If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. I The Contractor shall provide the City with "occurrence form" liability insurance coverage. I 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 I default and seek specific performance or termination, as the case may be. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability I losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then .in that event the City may in its discretion either suspend Contractor's I operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. . . I 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 l1l~y,inits discretion either suspend Contractor's operations or activities under this Contract,'or'{ermi~aYe this Contract, and withhold I payment for work performed on the Contract. \;jl\~~\--"y~ \1\.) '\"j"' ~ I\.. -'1 SUPPLEMENTARY CONDITIONS . 1.\6 7).. -::e,u 1j\)\0u 00800 - 7 I I'\f(,'\ ' ~-\\..\ r"--\ ~ \.J-- I I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa '. I SC-5,06 PROPERTY INSURANCE. Delete paragraphs 5,06A and 5.06,B. of the General Conditions in its entirety and insert Ii the following in its place: A. OWNER shall purchase and maintain property insurance upon the Work at the Site in I 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 I Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, I 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 I 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 I coverage, theft, vandalism and malicious'mischief, earthquake, collapse, debris, removal, demolition occasioned by enforcement of Laws and Regulations, water - damage, and such other perils or causes of loss as may be specifically required by cc) :!In:e Supplementary Conditions; I .. v -a: Sublimits: - ~~ ::;::. D:: l.J 1) $1 000000 Transit [-.J w- UJ ' I LL! _-' r 2) $10,000,000 Earthquake I -..J ,-..../ c,: '-) C 3) $10000000 Flood N ,(-\ _" LL u 3, Indude expenses incurred in the repair or replacement of any insured property :s E; (inCluding but not limited to fees and charges of engineers and architects); . I ~ 4. ,Include $1,000,000 for materials and equipment stored at the Site or at another = location that was agreed to in writing by OWNER prior to being incorporated in the c..., Work, provided that such materials and equipment have been included in an I Application for Payment recommended by OWNER; 5. Allow for partial utilization of the Work by OWNER; 6. Include testing and startup; and 7. Be maintained in effect until final payment is made: I . B. OWNER shall purchase and maintain such boiler and machinery insurance which shall. specifically cover such insured objects or additional property, insurance as may be I 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 I deemed to have an insurable interest and shall be listed as an insured or additional insured. SUPPLEMENTARY CONDITIONS 00800 - 8 I I I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I C. 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 I 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. I D. CONTRACTOR shall be responsible for any deductible amounts. E. If CONTRACTOR requests in writing that other special insurance be included in the I 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. I at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. I SC-6.01 SUPERVISION BY CONTRACTOR. Add the following paragraph to 6.01 of the General Conditions: I Contractor shall give the Owner and Owner's Engineering Consultant written notification of the name of the Superintendent. A copy of the Drawings 'and Specifications shall be available on the project site at all times. I Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occurcafter hou~s. Contractor shall provide to Owner and Owner's Engineering Consultant the phone number and/or I paging service of this individual. . Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its I representative when requested by Owner, and such persons shall not again be permitted to return to Work without written consent of Owner. I Except in connection with safety or protection of persons or Work or property at site or adjacent thereto, and except as otherwise indicated in Contract Documents, all Work at site shall be performed during regular working hours, and Contractor shall not permit overtime work or performance of Work on Saturday, Sunday, or any legal holiday without Owner's I written consent given after prior written notice to Engineering Consultant. SC-6.02 LABOR. Add the following to paragraph 6.02 of the General Conditions: I EMPLOYMENT PRACTICES I Neither the Contractor nor his/her Subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health anj)~afety ofthemselves or others employed on the project. , () '<IN'-' ' I ,,~'j-!-. 00 '<Jt~(,.! /~~) I ~ " \ \ 1 SUPPLEMENTARY CONDITIONS i\b') ~ ~ J-:\I:, ,,~C(,o 00800' 9 ~ ,~ . I 't. '.\ \~6 ~ .-,\~ (~\~ \ \."" I I Howard R. Green Company Iowa City Water Facility Improvements I Project No,524540-J Architectural Precast Repairs Iowa City, Iowa Contractor shall not commit any of the following employment practices and agrees to include the I following clauses in any subcontracts: ' To discharge from employment or refuse to hire any individual because of sex, race, color, I religion, national origin, sexual orientation, marital status, age, or disability unless such disability is related to the job performance of such person or employee. To discriminate against any individual in terms, conditions, or privileges of employment. I because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such I person or employee. SC-6,0,6.B CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 6.0.6.B of the General Conditions, I Contractor shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid I Form and the Agreement Such identification will not be made publiC at the opening. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish I documentation of all efforts to recruit MBE's. SC-6.08 PERMITS. In addition to the provisions of Paragraph 6.08 of the General Conditions, the following subparagraph shall be incorporated: The Contractor shall obtain all necessary federal, state, and local permits required for any I dewatering and stormwater discharges necessary during construction. The Contractor shall also provide all monitoring and test reporting relating to the discharges. I SC-6.10 TAXES. Chapters 422 and 423 of the Code of Iowa, as amended, require the Contractor to pay Sales or Use Tax on materials used in the construction. All Contractors shall prepare and I require their Subcontractors to'prepare, sign and acknowledge before a Notary Public, Department of Revenue Form 35-002 listing their respective expenditures for all materials that become an integral part of the completed project; the purchase price, the amount of Sales or Use Tax paid, the I names of the material suppliers, and all other information required to complete said form. All Contractors shall file with the Owner executed copies of these forms covering all material incorporated by them or their Subcontractors. Receipt of said executed forms by the Owner shall be a prerequisite to final payment of retained percentages of contract price to the Contractor. I After receipt of said executed forms, the Owner will reimburse the Contractor for taxes included in such statements. SC 8,09 OWNER'S RESPONSIBILITY, Add the following to paragraph to 8.09 General Conditions. I Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 I (General Industry Standard) and 29 CFR,,1926 (Construction Industry Standard). The \ ,. ." ~" Contractor and all subcontractors are 'solely, res'porisible"for compliance with said regulations. ;1b:JJ:J AiiQ ''-'. ' I SUPPLEMENTARY CONDITIONS S2:1 'I ~ 00800 -10 I nd G 2 :nn hnnZ ....,_ I;' '" (/-1'-' I '... !-1 {.-I '- - /-.J I I I Howard R. Green Company' Iowa City Water Facility Improvements, Project NO.524540-J ' Architectural Precast Repairs Iowa City, Iowa I SC-12.04 LIQUIDATED DAMAGES. Add the following to Paragraph 12.04 of the General Conditions: I Owner and the Contractor recognize that the Owner will suffer financial loss if the work is not completed within the time specified in the Notice of Hearing and Letting, plus any extensiQns thereof I allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, . expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the Owner if the work is not completed on time. Accordingly, instead of requiring any such proof, the Owner and the Contractor agree that as liquidated damages for delay (but not as a penalty) the I Contractor shall pay the Owner ONE THOUSAND DOLLARS ($1000.00) for each day that expires after the time specified in the Notice of Hearing and Letting. I SC-14.02A3 AMOUNT OF RETAINAGE. Add the following to Paragraph 14.02A30fthe General Conditions: I The Owner shall retain from each monthly paYment 5% of the amount which is determined to be due according to the recommendation ofthe Engineer. The retainage shall constitute a . fund for the payment of claims for materials fumished and labor performed on the project I and will be held and disposed of by the Owner as provided in Chapter573 of the Code of Iowa, 1997, as amended. I SC-14.07.C FINAL PAYMENT. Add the following to Paragraph 14.07.C of the General Conditions: Final payment of the retainage due the 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 I with the provisions of Chapter 573 of the Code of Iowa, 1997, as amended. PERFORMANCE EVALUATION , ( I The prime Contractor and each subcontractors' performance will be evaluated using the form at the. end of this section. If a Contractor achieves an average score of less than four (4), the Contractor I will be removed from the status of "Responsible Bidder," as referenced in the Iowa State Code, for a period of two (2) years. During that period the Contractor will not be eligible for award of contract or subcontract with the City of Iowa City. I I I ",\,\0\ \(~\ 'J ' "\\oJ \'::l 0\ [v \ \ I N 'I~' "-..- ';Jh iIb-:\\') , \.~~), SUPPLEMENTARY CONDITIONS '7 ~ ::>,\')\l 00800 - 11 .~~ 'j~ I ,\ '1\6 s\, .-'\\~ (V' \ ,,/ I I Howard R Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa CONTRACTOR EVALUATION I CONTRACTOR: EV ALUA TOR: I Scoring: Rate on 8scale of 0 to 10 with 0 being the worst score and 10 being the best. I, I. TECHNICAL COMPETENCE I 1, Knowledgeable superintendent: II Comments: I \ 2. Knowledgeable foreman: I Comments: I I 3. Skilled labor with adequate supervision: I Comments: I 4. Proper equipment for the job: I Comments: I I \:~. .'<:.: ::,~ ;--; i-i \ I '''I-'''~ ,1\1(11 -1G::J 78 )JiJ 0. I V., SUPPLEMENTARY CONDITIONS -v' !/d /7"'-~. . 00800 -12 ~" J,t] I,/,',? -'" ;.iil". rr,J'71 I I I .- -.! .::J I I I Howard R Green Company Iowa City Wat~r Facility Improvements Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I II. PROJECT PERFORMANCE, Schedules work well: 1. I Comments: I 2. Conducts work in an organized and continuous manner: Comments: I 3. Constructs project with regard for abutting residents/businesses: I Comments: I 4, Adapts to changes in conditions or scope: Comments: I 5. Uses proper traffic control measures. I Comments: I 6. Conducts work with regard for employee and public safety. , Comments: I I AVERAGE SCORE: I I I ' f'~\O\ '\ " I \ . \ '\. i-\'J () I \-jt~\O\ -'-:() 0.~' ,\'2,--1 , SUPPLEMENTARY CONDITIONS I --' ,,-:.\j \'{:,'I:;L 00800 -13 ~~ J-' I S~ \\ \-\() (\3\\j \",. I I Howard R Green Company Iowa City Water Facility Improvements I Project No:524540-J Architectural Precast Repairs Iowa City, Iowa RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL AID PROJECTS I PROJECT NAME: TYPE OF WORK: I DATE OF LETTING: I A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. I That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder' is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a I corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his Contractors and I Subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from I the start of the project until its completion. COMPANY NAME: I CORPORATE OFFICER: TITLE: I END OF THE SUPPLEMENTARY CONDITIONS I I I I \..; ~ . , - ; ! I ~ ,',....._ .' . I ., '--.1 ,', ,;I,'i,I(""')1 \JU--'--" '""' \'I~\l...; /:0::J I:] ,J....L1:] . I CC'o' I ' . OJ". /,Jd ""2,-' 00800 - 14 SUPPLEMENTARY CONDITIONS . (, -Ii' haDZ . '--'..J.j I r'~'--l I ~ 1-- ,1-/ .~-1.1i-J I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural precast Repairs Iowa City, Iowa I SECTION 01010 I SUMMARY OF WORK PART 1 GENERAL I 1.01 PROJECT The project consists of: I Repair of existing exterior architectural precast panels atthe City of Iowa City Water Treatment Plant I 1.02 OWNER . . I A. The Owner of the Project is the City of Iowa City, Iowa, 410 East Washington, Iowa City, Iowa 52240. Telephone: (319) 356-5140. Fax: (319) 356-5009. . 1.03 ENGINEER I The term "Engineer" used herein means the Owner's Engineering Consultant as defined in Item 19 of the General Conditions, Article 1 - Definitions and Terminology. The Engineer I for the Project is Howard R Green Company, 4685 Merle Hay Road, Suite 106, Des Moines, Iowa 50322. Telephone: (515) 278-2913. FAX: (515) 278-1846. ',' I 1.04 CONSTRUCTION CONTRACTS The Owner will award a single construction contract for the total Work of the Project. I 1.05 COMMENCEMENT OF THE WORK The Contractor shall not commence Work nor allow Subcontractors or Sub-subcontractors I to commence Work until: 1. The Contract has been fully executed. 2. The Owner has approved the Contractor's Performance and Payment Bonds. I 3, The Owner has approved evidence of the Contractor's Liability Insurance and other insurance required to be purchased by the Contractor. 4. The Engineer on behalf of the Owner, has issued a Notice loProceed. I 1.06 OWNER OCCUPANCY I A. The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the ~irr\e for completing the entire work or such portions as may not have expired,;,?ut,.:>1i.~h t~~rg', possession and use shall not be I deemed an acceptance of any ~~M0t~c:ompleted in accordance with the Contract Documents. If such prior use increase'S:tf:ie'60st of,,,qrna'~lays the work, the Contractor , ~~ "jj\j\v'" I SUMMARY OF WORK S S .. \ \\6 01010 - 1 - . (\j\\j \...- I I Howard R. Green Company Iowa City Water Facility Improvements I Project No,524540-J Architectural Precast Repairs Iowa City, Iowa shall be entitled to such extra compensation or extension of time, or both, as the Engineer I may determine. I 1.07 COMPLETION TIME The Contract completion date for the total Project shall be as listed in the Advertisement I for Bids. 1,08 PERMITS, FEES AND NOTICES I The Contractor shall secure and pay for all permits and govemmental fees, licenses and inspections for the proper execution and completion of the Work which are customarily I secured after execution of the Contract and which were legally required at the time bids were received. Contractor shall apply for a local building permit. The City will waive the permit fee. I END OF SECTION 01010 I I I I I I I ~'~":,' (- '" '-, I . :);[~-,;~\.;~i0 ii/viOl 1<.::1;0 All] '. I C" .:J(.:/ l.J I ',_ "'6 ~ r:; J~r7 ~r;rz ~"J '-'.J SUMMARY OF WORK ,'-' -.., 01010-2 { /---111 , I '.. _J 1---1 I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 01039 COORDINATION AND MEETINGS I r-.> PART 1 GENERAL = 0 =, ~O 0 1.01 SUMMARY :t>=I ['Tl Il I " n CJ -'-.~ N Section Includes -\C) r'.) in A. ~. r-- -=-", v 1. Coordination. . rT' r-" I -- -n ~ \..,J 2. Field engineering. C)~ <;;:/'0 - 3. Alteration project procedures. -- .. )> L) 4. Cutting and patching. Ul I 5. Preconstruction conference. 6. Progress meetings. I 1.02 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to I assure efficient and orderly sequence of installation of interdependent construction elements. B. Verify that utility requirement characteristics of operating equipment are compatible with I building ,utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. I C. Coordinate completion and clean up of Work of separate Sectiohs in preparation for Substantial Completion. I D. All Work for this Project must be properly coordinated with the Water Treatment Plant Superintendent to assure that progression of work is compatible with treatment plant operations. Adequate advance notice must be provided for all Work segments to enable I plant personnel time to make necessary accommodations to allow construction to proceed. Failure to coordinate Work with the Plant Superintendent shall constitute cause for stopping the Work and discontinuing work until coordination issues are properly resolved. I 1.03 FIELD ENGINEERING A. Contractor to locate and protect survey control and reference points. I B. Control datum for survey is that established by Owner provided survey. I C. Provide field-engineering services. Establish elevations, lines, and levels, utilizing recognized engine,ering survey practices. I 1.04 ALTERATION PROJECT PROCEDURES I COORDINATION AND MEETINGS 01039-1 . I I Howard R Green Company Iowa City Water Facility Improvements I Project No,524540-J Architectural Precast Repairs Iowa City, Iowa A. Materials: As specified in product Sections, match existing products and work for patching I and extending work. B. Close openings in exterior surfaces to protect existing work from weather and extremes of I temperature and humidity. C. Remove, cut, and patch work in a manner to minimize damage and to provide a means of I restoring products and finishes to original or specified condition. D. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified I condition for each material, with a neat transition to adjacent finishes. E. Where new work abuts or aligns with existing, perform a smooth and even transition. I Patched work to match existing adjacent work in texture and appearance. F. When finished surfaces are cut so that a smooth transition with new work is not possible, I terminate existing surface along a straight line at a natural line of division and make recommendation to Architect/Engineer. G. Where a change of plane of 1/4 inch or more occurs, submit recommendation for providing I a smooth transition for Architect/Engineer review. H. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or I showing other imperfections, I. Finish surfaces as specified in individual product Sections. I 1.05 CUTTING AND PATCHING . A. Employ skilled and experienced installer to perform cutting and patching. I B. Submit written request in advance of cutting or altering elements which affects: I 1. Structural integrity of element. 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight-exposed elements, I 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and I to: 1, Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. I 3. ' Remove and replace defective and'n<?(Gcol}for;rl1ing Work. 4. Remove samples of installed Work forJesting!J t;rV\O/ 5. Provide openings in elements ofWork1b-rpe'n~tr~iiQi)s of mechanical and electrical I Work, c...... . ~,,:/ !.' I ~ . 'Ie (("";,.. '-'w:;!j 7,r:::.7 COORDINATION AND MEETINGS .......,. 01039 - 2 (ll--' I : -'I I!--! .~- ./-./ I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I D. Execute work by methods which will avoid damage to other Work,and provide proper I surfaces to receive patching and finishing. E, Cut rigid materials using masonry saw or core drill. I F. . Restore Work with new products in accordance with requirements of Contract Documents. G, Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. I H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I I. Refinish surfaces to match adjacent finishes, For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. I J. Identify any hazardous substance or condition exposed during the '{'Jork to the Engineer for decision or remedy. 1,06 PRECONSTRUCTION CONFERENCE I A. Owner will schedule a conference after Notice of Award. I B, Attendance Required: Owner, Engineer, Contractor, Contractor's Superintendent, and major Subcontractors. . I C. Agenda: 1. Submission of list of Subcontractors, list of products, Schedule of Values; and progress schedule. I 2, Designation of personnel representing the parties in Contract and the Engineer, 3. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures, 4. Use of premises by Owner and Contractor. 0 "" I 5, Owner's requirements. = :o=() t:'.::::, 6. Facilities and controls provided by Owner. -<- l-?; .-. C::) _. - 7, Temporary utilities provided by Owner. -I r7-~ C)--<C: r) -7"7 I 8. Security and housekeeping procedures. - f\:) -Ie f\:) -'- 9. Schedules. "'-,r< "- _Ill ! 10. Procedures for testing. OJ;! ::!? n-; "'- ,---. I 11. Procedures for maintaining record documents. :s: '" :& - \.._/ " Go 1.07 PROGRESS MEETINGS VI I A. Contractor to schedule and administer meetings throughout progress of the Work at maximum monthly intervals. , .. ; , -' I B. Contractor to make arrangements for meetings, prepare agenda with copies for COORDINATION AND MEETINGS 01039 - 3 I I I Howard R. ~reen Company Iowa City Water Facility Improvements I Project No.5.24540-J Architectural Precast Repairs Iowa City, Iowa participants, preside at meetings, record minutes, and distribute copies within two days to I Engineer, Owner, participantS, and those affected by decisions made. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, and I Engineer, as appropriate to agenda topics for each meeting, D. Agenda: I 1. Review minutes of prevIous meetings, 2. Address public concems and complaints. I 3. Review of Work progress. 4. Field observations, problems, and decisions. 5. Identification of problems which impede planned progress, I 6. Review of submittals schedule and status of submittals. 7. Review of off-site fabrication and delivery schedules. 8. Maintenance of progress schedule. I 9. Corrective .measures to regain projected schedules. 10. Planned progress during succeeding work period. 11. Coordination of projected progress, 12. Maintenance of quality and work standards. I 13. Effect of proposed changes on progress schedule and coordination, 14. Other business relating to Work. E. Meeting Minutes: I 1. Contractor will prepare and disseminate minutes at the meetings to all attendees, PART 2 PRODUCTS I Not Applicable I PART 3 EXECUTION Not Applicable I END OF SECTION 01039 I I \-I':'~ ',; :;._'.~~J ",/.,\,,'{--tJ I )ii ,-,-- '"' .:. \'.../1 -/-1 r 'IJ ".--' v Ai qC'./ "d ~ I ... v' ~f. 2 c; -i:)q f:r-,rz '.1."'- IUd COORDINATION AND MEETINGS CFr1/~ 01039 - 4 I I I I Howard R: Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs. Iowa City, Iowa I SECTION 01070 ABBREVIATIONS I PART 1 GENERAL I 1.01 GENERAL A, Wherever in these Specifications references are made to the standards, specifications, or I other published data of the various intemational, national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these Specifications, the following acronyms or abbreviations which may I appear in these Specifications shall have the meanings indicated herein. 1.02 ABBREVIATIONS I AAMA Architectural Aluminum Manufacturer's Association AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists I ACI American Concrete Institute '" AFBMA Anti-Friction Bearing Manufacturer's Association, Inc. a ':"-;0 =, $,-, ~- AGA American Gas Association ,- '.. ... r.:.., AGMA American Gear Manufacturers Association ,j,:>O=j r~ I O~,' ...-) il AI The Asphalt Institute __ " N -..!O ~N r_ AlA American Institute of Architects -<-..~ -- ! ... .....; fTl AISC American Institute of Steel Construction rr! -., -~ -, I O~ ~ r-~ AISI American Iron and Steel Institute <-.....-"\, - ....J AITC American Institute of Timber Construction :i' '. w AMCA Air Moving and Conditioning 'Association 0'1 I ANS American Nuclear Society ANSI American National Standards Institute, Inc. APA American Plywood Association I API American Petroleum Institute APWA American Public Works Association ASA Acoustical Society of America I ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASME American Society of Mechanical Engineers I ASQC American Society for Quality Control ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials I AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society I AWWA American Water Works Association I ABBREVIATIONS 01070 - 1 I I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa BBC Basic Building Code, Building Officials and Code Administrators I International BHMA Builders Hardware Manufacturer's Association I CBM Certified Ballast Manufacturers CEMA Conveyors Equipment Manufacturer's Association CGA Compressed Gas Association I CMA Concrete Masonry Association CRSI Concrete Reinforcing Steel Institute EIA Electronic Industries Association I ETL Electrical Test Laboratories EPA Environmental Protection Agency FM Factory Mutual System FPL Forest Products Laboratory I HI Hydronics Institute IAPMO Intemational Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials I IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IME Institute of Makers of Explosives I IP Institute of Petroleum (London) IPC Institute of Printed Circuits ISA Instrument Society of America I ISO International Organization for Standardization ITE Institute of Traffic Engineers MBMA Metal Building Manufacturer's Association MPTA Mechanical Power Transmission Association I MSS Manufacturing Standardization Society NAAMM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers I NBS National Bureau of Standards NEC National Electrical Code NEMA National Electrical Manufacturer's Association I NFPA National Fire Protection Association NFPA National Forest Products Association NLGI National Lubricating Grease Institute NMA National Microfilm Association I NSF National Sanitation Foundation NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Administration I PCA Portland Cement Association PPI Plastics Pipe Institute RCRA Resource Conservation and Recovery Act I RVIA Recreational Vehicle industry-Assqciation '..' ,'I P ; RWMA Resistance Welder Manufa6t~,~~['~~s~oqj~~i~1 SAE Society of Automotive Engineers} !J ) ! to I I SAMA . Scientific Apparatus M~~r~/A~,soc~tiorr tfd C"7 ]-., " 'J' n^Z ABBREVIATIONS v,, r; " 01070 ^ 2 -. '.../.,- I r'o,,, , .....J::] "1 !:J , I I / I . . Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa . SMA Screen Manufacturers Association SMACCNA Sheet Metal and Air Conditioning Contractors National Association . SPI Society of the Plastics Industry, Inc. SPIB Southern Pine Inspection Bureau SPR Simplified Practice Recommendation . SSBC South em Standard Building Code, Southern Building Code Congress SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction UBC Uniform Building Code . UL Underwriters Laboratories, Inc. WCLlB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute . WEF Water Environment Federation WIC Woodwork Institute of California WRI Wire Reinforcement Institute, Inc. . WWPA Western Wood Products Association . PART 2 - PRODUCTS Not Applicable . PART 3 . EXECUTION 55 ~'-' . '= Not Applicable e:., ~C:O -''':- ):> -- C.l Q~ .'--:-, " :;7. . :;i r) f\.) f\.) r- ... "I . _ rT! " ""/ END OF SECTION 01070 O~ ~. ! I ~ r-_, ~.....~" - l..; . )3; '. r--.) O'i . . . . I ABBREVIATIONS 01070 - 3 . I I Howard R Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs : Iowa City, Iowa I SECTION 01090 I REFERENCE STANDARDS ,.., c.::;l . 0 .;.:..:> .rc' PART 1 GENERAL :~:-:O CJ . ." r-rt -....., I )-~ :.-~ C", \ I _/ - n '- N 1- 1.01 GENERAL ." --j ~2 N \ \1 . . . . _-_'... --cJ _n_' I A Titles of Sections and Paragraphs: Captions accompanying specification .sectibns:Cand \_.J . . -~. paragraphs are for convenience of reference only,. and do not form a;,pa'rt of -:the I Specifications. J;; 'cJ, B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understo()d I that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or I requirements may be in' conflict with applicable laws, ordinances, or goveming codes. No .requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. I C. Specialists, Assignments: In certain instances, specification text requires (or implies) that , specific work is to be assigned to specialists or expert entities, who must be engaged for the performance ,of that worle Such assignments shall be recognized as special I requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations goveming the Work; also they are not intended to interfere with local union I jurisdiction settlements and similar conventions. Such assignments are. intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final I responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS I A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the I applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Concrete Institute (ACI), I 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications (IDOT) and current Supplemental Specifications I 5. American National Standards Institute (ANSI). 6, American Water Works Association (AWWA). I REFERENCE STANDARDS 01090 - 1 I I Howard R Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I 7. American Welding Society (AWS). 8. Federal Specifications (FS). . I 9. National Electrical Safety Code (NESC). 10. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 11. Manual of Accident Prevention in Construction by Associated General Contractors of I America, Inc. (AGC). ' 12. American Disabilities Act (ADA). 13. Standards and Codes of the State of Iowa and the Ordinances of the City of Iowa City, Iowa. I 14. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. B, In case of conflict between codes, reference standards, drawings and the other Contract I Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions 'prior to ordering or providing I any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the I i requirements of the Contract Documents and the referenced portions of those referenced I codes, standards, and specifications listed herein. I D. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. I E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes I and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS I A. The Contractor is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, I State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. I \,;,,': .". .,- P I. I \ / l (',ji /".1 i.f", 1,~. )fJ.FT'~''-' 17/1"10/ '~_J to (I 'J I . /\__1 c~ -'0:/ i':d ~~ REFERENCE STANDARDS ,r C C J]U JOOl 01090 - 2 I c- I--J"t! r ! '''- d.:j I - ----.--..-- I I I . Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping I and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. . . I PART 2 - PRODUCTS I Not Applicable I PART 3 - EXECUTION Not Applicable I I END OF SECTION 01090 I I - "-' I 0 <"" ?O c:;:.::;.. --=.- .J; _ r:::, 0..;1 r-,., , , " ,:n I ~) I'\) ....--,":.- I'\) t-- " _Dl -:!? r-'l Qd;! Ii ~......-\ -~ 1-, I - '--" :s " c.." CT) I I I I REFERENCE STANDARDS 01090-3 I I I Howard R Green Company Iowa City Water Facility Improvements, Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 01300 . SUBMITTALS I PART 1 GENERAL I 1,01 SUMMARY A. Section Includes I 1, Submittal procedures. 2. Construction progress schedules. 3, Proposed products list. "" 0 <;,;;:) 4. Shop drawings. C:J J~- I 5. Product data. ~n = P=1 ,-.., 6. Samples. . 0-<:: t--:- "il N --- . 7. Manufacturers' instructions. ~() '" r~ I 8. Manufacturers' certificates, ----,-- i-C-j ~; r"r~ -v ' , r-...,:-n C! . J 1,02 SUBMITTAL PROCEDURES ~~~^ - )> .. I (....1 A. Transmit each submittal on Owner's standard submittal form. . o~ I B. Sequentially number the transmittal forms. Re-submittals to have original number with an alphabetic suffix. C. . . Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail I number(s), and specification Section number, as appropriate. D, Apply Contractor's stamp, signed or initialed certifying that ~eview, verification of Products I required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. I E. Schedule submittals to expedite the Project, and deliver. Coordinate submission of related items. I F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Engineer review stamps. I H, . Revise and resubmit submittals as required, identify all changes made since previous submittal. I I. Distribute copies of reviewed submittals to concerned parties, Instruct parties to promptly. report any inability to co'mply with provisions. I I SUBMITTALS 01300 -1 I I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa 1.03 CONSTRUCTION PROGRESS SCHEDULES I A. Submit initial progress schedule in duplicate within 15 days after date of Owner-Contractor I Agreement for Engineer review. B. Revise and resubmit as required.' I C. Submit revised schedules with Application for Payment, identifying changes since previous version. I D. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages I and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration, I F. Indicate estimated percentage of completion for each item of Work at each submission, G. Indicate submittal dates required for shop drawings, product data, samples, and product I delivery dates, including those furnished by Owner and under Allowances. 1.04 PROPOSED PRODUCTS LIST I A. Within 15 days after date of Owner-Contracior Agreement, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of I each product. B, For products specified only by reference standards, give manufacturer, trade name, model I or catalog designation, and reference standards. . 1.05 SHOP DRAWINGS I A. Submit three (3) copies to the Owner and two (2) copies to the Owner's En!ilineering Consultant in addition to copies needed by the Contractor. I B. After review, reproduce and distribute in accordance with Article on Procedures above and for Record Documents described in Section 01700 - Contract Closeout. I ! C. Provide panel and cabinet layout drawings and panel and cabinet electrical schematics in submittals. 1.06 PRODUCT DATA Vi/,';! 'J: :~, \,','n/ I ' -- i '\.;.., I....) ~, I '/ '\ '-" >V.llJ ), I 'Q A. Submit three (3) copies to the Owner a'nillWo (2)1 opies to the Owner's Engineering I Consultant in addition to copies n~e;d~ ~~th~P'1~Wt9,~or '- -,-',-' ;b.H... SUBMITTALS ,.---/.-,....... 01300 - 2 . I I." H ;I--J ..;--..: 11_.1 I I I Howard R Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I B. Mark each copy to identify applicable products, models, options, and other data. I Supplement manufacturers' standard data to provide information unique to this Project. D. After review, distribute in accordance with Article on Procedures above and provide copies I for Record Documents described in Section 01700 - Contract Closeout. 1.07 SAMPLES I A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. I B. Submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for Engineer's selection. I C. Include identification on each sample, with full Project information. Submit three (3) samples to the Owner as specified in individual specification Sections and D. I two (2) copies to the Owner's Engineering Consultant. E. Reviewed sampies which may be used in the Work are indicated in individual specification I Sections. 1.08 MANUFACTURER'S INSTRUCTIONS I A, When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. I B. Identify conflicts between manufacturers' instructions and Contract Documents. I C, . Submit three (3) copies of the manufacturers' instructions to the Owner and one (1) copy to the Owner's Engineering Consultant. 1.09 MANUFACTURER'S CERTIFICATES I A. When specified in individual specification Sections, submit manufacturers' .certificate to Engineer for review, in quantities specified for Product Data. I B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. I c ''CfN'O\ t.... '} \\"J ,111\-" \iN':) _.';:' I \ \~ I "J'::\-i \,J ,\-' I I.' .,~ 0-" Z j'1:inIWL Z "1' l' . I SUBMITTALS L S : \ ';\d ~- 01300 - 3 '-1'..,\ \ ..,' ---1 I \.-,\ \ .J \."J-- I , I Howard R Green Company Iowa City Water Facility Improvements I Projec~ NO.524540-J Architectural Precast Repairs Iowa City, Iowa C. Certificates may be recent or previous test results on material or Product, but must be I acceptable to Engineer, D. Submit three (3) copies of the Warranty information to the Owner and one (1) copy to the I Owner's Engineering Consultant. PART 2 PRODUCTS I Not App.licable I PART 3 EXECUTION I Not Applicable I END OF SECTION 01300 I I I I I I I V '//~! :!. ;,'~", \.{,~, I >fijJ:iJ": 1:8'101 I \. /\....:...! U;:lliJ~2'" , 1, . ~ ( 1..0 ..I'fIZ SUBMITTALS V...J'... 'fut, 01300-4 '---'-,'-" . I 1(,1 'I I ...::J J I.:] I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 01525 I CONSTRUCTION AIDS PART1 GENERAL I 1.01 SUMMARY A. Special shoring for protection of critical plant operation equipment. B. Shoring for repairs of steel joists. I 1.02 QUALITY ASSURANCE A. Comply with OSHA Standards. I B. Shoring systems shall be designed and coordinated under the direction of a qualified engineer licensed in the State of Iowa to perform such work. The Contractor shall commission design . work. I PART 2 PRODUCTS 2.01 SHORING SYSTEMS I A. Structural systems capable of sustaining the required design loads. B. Custom fabrications may be required for proper steel joist shoring. I PART 3 EXECUTION 3.01 SPECIAL SHORING FOR PROCESS EQUIPMENT I A. Special shoring is required as a precautionary measure to assure critical water treatment processes are fully protected during construction operations. B, Special shoring shall be provided above all process equipment lying under or in the immediate I vicinity of architectural precast concrete spandrel panels including chemical feed equipment, chlorine storage, and chlorine feed equipment. C. Special shoring shall be devised to provide sustained protection of process equipment in the I event an architectural precast concrete panel should fall during handling of architectural precast concrete panels above the roof housing the process equipment. D. Special shoring may include a shoring and reshoring arrangement, supplemental fortification to I the existing roof structure, or encapsulation of the process equipment. E. Access to controls on the protected process equipment shall be maintained throughout the duration of construction. I F. Shoring shall not leave permanent disfiguration to the building, 3.02 SHORING FOR STEEL JOISTS I A. Shoring for repair of steel joist shall provide bearing support to the joist during repair without altering the manner stresses are sustained by the joist. ' B. Shoring for steel joist shall be incrementally removable so as to allow stresses in the joists to be I transferred slowly. . , r, "i~\O\ "~f0-\v '':) I "ih~0 -__'\ i-1\ '\'tY- \... I - j"lJ "i'$;L ~~ ;l I L't. : \ 't\ri (\:\\ \j \..- -- CONSTRUCTION AIDS 01525- 1 I Howard R. Green Company' . , Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs' Iowa City, Iowa I C. Shoring shall not leave permanent disfiguration to any building component. I END OF SECTION I I I I I I r-- ,..-, ~, .. I - 2C:? ,--, ~.-L; i_I ::1: LL- "1 1'1 CL ~L, ~L.J _1>-- _.J ('J U~_ I N U , I L' >- Ll_ l...l.j G~~ C) .::.r () I C:l = c-4 I I I I I I I ! CONSTRUCTION AIDS 01525- 2 . I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 01530 I TEMPORARY BARRIERS PART1 GENERAL I 1.01 SUMMARY A. Temporary barriers required to secure and protect the operating water treatment facility from infiltration of natural nuisances including weather, insects, and vermin. I B. Temporary barriers for securing and protecting against undesirable human intervention into the water plant operations or facility grounds, I C. Temporary barriers for containment of construction debris, fumes, and fugitive dust. 1.02 QUALITY ASSURANCE A. Comply with OSHA Standards. I PART 2 PRODUCTS 2.01 BARRIER SYSTEMS I A. Barrier systems capable of sustaining the required design loads. B. Comprised of wooden or metal framing easily assembled and dismantled without leaving I permanent disfiguration to the existing building. C, Polyethylene sheeting, polystyrene foam, canvas, or wooden sheathing anchored to framing to provide enclosures as needed. I D, Closure of all edge gaps using fiberglass insulation or removable latex sealant. E. Insulation of temporary barriers is necessary when enclosing open tempered spaces. I PART 3 EXECUTION 3.01 BARRIER LOCATIONS AND ACCESS A. Erect temporary barriers anywhere the original building envelope is breached for a period I exceeding one-half hour. B. Erect temporary barriers to contain any construction operations that create fugitive dust, noxious I fumes, or other environment conditions detrimental to safe and sanitary operation of the water treatment plant. C, Maintain safe access through temporary barriers anywhere water plant operators require to I adequately operate the plant with reasonable inconvenience accepted, END OF SECTION I I \-1"'0\ f i\(....: -1\J\ I I \jiJD\_~,~v \i\~ ',\h:\ \,,j / /.- G Z :fjG \-\~~l L\::\~\:I I G:n \::1 TEMPORARY BARRIERS 01530-1 I I I Howard R Green Company Iowa City Water Facility Improvements Project No. 524540-J Architectural Precast Repairs I Iowa City, Iowa I SECTION 01700 ,-.0 CONTRACT CLOSEOUT = --0::, ~ 0 c::J PART 1 GENERAL ::En rr". --~ I )7:::.\ " " --. . -<.. N ,..- () N , 1.01 SUMMARY :::,0 '~1 \ \ \ I =-<~1 -0 ,--I. - ~.......J 7""-.:0 .- A Section Includes: '-' - 1. Closeout procedures. ,~. /' ., ~ w I 2. Project record documents. J7 a:> 3. Spare. parts and maintenance materials. 4. Record Drawings I 1.02 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been I inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. . I B. Provide submittals to Engineer that are required by governing or other authorities, C. Submit final Application for Payment identifying total adjusted Contract Sum, previous I payments, and sum remaining due. D. Submit Contractor's Statement listing all Iowa sales/use taxes, waivers of liens from all I Subcontractors and suppliers, and other items required by the Contract Documents. 1.03 PROJECT RECORD DOCUMENTS I A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1, Contract Drawings. I 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the contract. I 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction, I C. Record information concurrent with construction progress. D. Record Documents and Shop Drawings: Legibly mark each item to record actual I construction including: 1. Measured horizontal and vertical locations of underground utilities and I CONTRACT CLOSEOUT 01700 -,1 I I Howard R. Green Company Iowa City Water Facility Improvements I Project No. 524540-J Architectural Precast Repairs Iowa City, Iowa I appurtenances, referenced to permanent surface improvements. I 2. Measured locations of intemal utilities and appurtenances concealed in constnuction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. I 4. Details not on original Contract Drawings. E. Submit documents to Engineer prior to claim for final Application for Payment. I 1.04 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in I individual specification Sections. B. Deliver to Owner prior to substantial completion. I 1.05 RECORD DRAWINGS A. Make a record of all field changes, including material and physical changes, to the I Drawings. Provide to the Engineer a copy of the original drawings with all the changes delineated. I PART 2 PRODUCTS I Not Applicable PART 3 EXECUTION I Not Applicable I END OF SECTION 01700 I I \-J 1 ~ '''0' f I .' :'1, '."J It i "'-' , ;' .; j~J:;"nf \'8-'-~':~" i/l'l-, /j j J:J M/J I gf:/ II .. v ,,:1 G 2 J]G 1JDZ CONTRACT CLOSEOUT C'--'-', 01700 - 2 I ( ! ," ...1 ,.:) -- .\ I I I I I Howard R. Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I ,-> ceo 5 = $" SECTION 01710 f?O 0 ... ---n I CLEANING )? :::J, r' - / n -., ,,-, \- "-" N;-'-1 PART 1 GENERAL ,--,0 II, /r---' -n '_1 .::--- \-n ..:- \ . I ~ 'y') _'0 ~J 1.01 SUMMARY' '1_ _ ~.......... ,/....... :Z .. - w A. Section Includes: )? 0:> I 1. Cleaning during the progress at the completion of the Work as required by General Conditions. I 1.02 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, I and anti-pollution laws. 1.03 RESPONSIBILITIES AND COORDINATION BETWEEN PRIME CONTRACTORS I A. Contractor responsible for cleaning his own installed materials and equipment, both during and at the completion of constnuction. Each Contractor responsible for removing and I disposing waste, nubbish, and debris off the site in an approved landfill area. B. If the Contractor fails to clean exposed surfaces and/or remove debris from site, the Owner I may clean up and charge the cost to the Contractor responsible as the Owner determines to be just. C. Contractor responsible for final cleaning of floors, walks, and grounds. I PART 2 PRODUCTS I 2.01 MATERIALS I A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. I B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. I I I CLEANING 017:10 -1 I I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I PART 3 EXECUTION 3.01 DURING CONSTRUCTION I A. Execute periodic cleaning to keep the work, the site, and adjacent properties free from I accumulations of waste materials, nubbish and windblown debris, resulting from constnuction operations. B. Remove waste materials, debris, and nubbish from the site periodically and dispose of at I legal disposal areas away from the site. C. After painting begins or permanent heating system is started, use vacuum cleaning in lieu I of broom cleaning methods. 3.02 FINAL CLEANING I A. In addition to the requirements for clean-up as specified in the General Conditions, the Contractor shall remove to the Owner's satisfaction, all asphalt or concrete spilled on or I around the buildings. Dispose of all rubbish and debris from the site in an approved landfill area. B. Employ skilled workmen for final cleaning. I C. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. I D. Wash and shine glazing and mirrors. . E. Polish glossy surfaces to a clear shine. I F. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. I G. Prior to final completion, or Owner occupancy, the Contractor shall conduct an inspection of sight-exposed interior and exterior surfaces, and all work areas, to verify that the entire I work is clean. END OF SECTION 01710 I , \:/1/1;"-'} I, I f ..."........./f j i {.'"' )1/~:ri/3") ~;-Vl0! I . " ..' /IJ 8 c_, r; : I 1.1 "d -, ,,,' (2~- CLEANING ' Jf'" 01710 - 2 J.:!'{ honZ I - f. u '7'~ ( . ....}..II I '--.1 11-- --J I -- --------- I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I .. Iowa City, Iowa. ! , SECTION 01730 OPERATION AND MAINTENANCE DATA I PART1 GENERAL I 1.01 SUMMARY , A. Section Includes I 1. Complete product data and related information appropriate for Owner's maintenance and operation of products fumished under Agreement. 2. Prepare operating and maintenance data as specified in this section and as I referenced in other pertinent sections of Specifications. 3. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. I 1.02 SUBMITTALS '" , A. Prepare data in form of an instructional manual for use by Owner'.s perso~1. = = -< .c- I ~C) = B. Format: y.-< Pl C)~~ <-, II 1. Size 8-1/2"x 11". N - ~- 2. Paper: 20 Ib minimum, white, for typed pages. -:0 N i I -/~ in - " 3. Test: Manufacturer's printed data, or neatly typewritten. r-n " -,., :J;: .--0 4. Drawings: O~ <..J -- /'. - a. Provide reinforced punched binder tab, bind in with text. ~ .. I b. Fold larger drawings to size of text pages. w m 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. I b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS." List: I a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in manual. I 7. Binders: a. Commercial quality 3-ring binders with durable and cleanable plastic covers. b. Maximum ring size: 3". c. When multiple binders are used, correlate data into related consistent I groupings. C. . Submittal Schedule: I ..1. Submit 2 copies of preliminary draft of Submittai Schedules' prior to start of work. Owner's Engineering Consultant will review draft and return 1 copy with comments. 2. Submit 1 copy of completed data in final form 45 days prior to final inspection or I acceptance. Copy will be retumed after final inspection or acceptance, with comments. I OPERATION AND MAINTENANCE DATA 01730 -1 , .' I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I 3. Submit 3 copies of approved data in final form prior to final inspection or acceptance. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: I 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this section. I 3. Skilled as technical writers to extent required to communicate essential data. 4. Skilled as draftsmen competent to prepare required drawings. 1.04 CONTENT OF MANUAL I A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. Contractor, name of responsible principal, address, and telephone number. I 2. List of each product required to be included, indexed to content of volume. 3. List, with each product, name, address, and telephone number of: a. Subcontractor or installer. I b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement and list of recommended I spare parts. 4. Identify each product by product name and other identifying symbols as set forth in Contract documents, including nameplate information and shop order numbers for I each item of equipment furnished. B. Product data: 1. Include only those sheets which are pertinent to specific product. I 2. Annotate each sheet to: a. Cleariy identify specifiC product or part installed. b. Clearly identify data applicable to installation. I c. Delete references to inapplicable information. C. Drawings: I 1. Supplement product data with Drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. I 2. Coordinate Drawings with information in Project record documents to assure correct illustration of completed installation. 3" Do not use Project record documents as maintenance Drawings. I D. Written text, as required to supplement product data for particular installation. 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instnuctions for each procedure. I E. Copy of each warranty, Bond, and se~~6on\ract issued. Provide information sheet for OWNER's personnel; giving: \:/1.'/ -{It) . 1. Proper procedures in event of failure/]);] ~ I ~-;;'~1OI I 2. Instances which might affec{;Vali~ity of warranti~ 0 Bonds.' ifd 22 ' OPERATION AND MAINTENANCE DATA .__ '. J.:JO ?/J(]l 01730 - 2 I (.1:]7/:::/ 'I I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I 1.05 MANUAL FOR EQUIPMENT AND SYSTEMS I A. Submit 3 copies of complete Operation and Maintenance manual in final form. B. Contents, for each unit of equipment and system, as appropriate: I 1. Description of unit and component parts: . a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. I c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Startup, break-in, routine, and normal operating instructions. b. Regulations, control, stopping, shutdown, and emergency instnuctions. I c. Summer and winter operating instnuctions. d. Special operating instructions. 3. Maintenance procedures: I a. Routine operations. b. Guide to "trouble-shooting." c. Disassembly, repair, and reassembly. I d. Alignment, adjusting, and checking. 4. Servicing and lubrication schedule; List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. I 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. . a. Predicted life of parts subject to wear. I b. Items recommended to be stocked as spare parts. 8. As-installed control diagrams by controls manufacturer. 9. Each contractor's coordination Drawings. As-installed color-coded piping diagrams. I 10. Chart of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. I 12. Other data as required under pertinent sections of Specifications. , C. Content, for each electrical and electronic system, as appropriate. I 1. Description of system and component parts: a. FUnction, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. I c. Complete nomenclature and commercial number of replacement parts. 2. Circuit directories of panel boards: a. Electrical service. b. Controls. I c. Communications. 3. As-installed color-coded wiring diagrams. \-I"(J\ '\ '\()'JI',j\...J1 4. Operating procedures: \1' ~C'\ (,-' , '::J \ I~ J _-,,.. ,Ii I a. Routine and normal operating instructions. ,,\\j..-l \\....) I".-'~ \.. j\CLJ b. Sequences required. ZZ '1'.\GI]\ji)'I.' OPERATION AND MAINTENANCE DATA B~:\ \-.\d v_ . I '.~___,.~730 - 3 ( \ -~ \\ \......- I I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa c. Special operating instnuctions. I 5. Maintenance procedures: a. Routine operations. b. Guide to "trouble-shooting." I c. Disassembly, repair, and assembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. I 7. 'List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of Specifications. I D. Prepare and include additional data when need for such data becomes apparent during instruction of Owner's personnel. I E. Additional requirements for operating and maintenance data: Respective sections of Specifications. F. Provide complete information for products specified in: I 1.06 INSTRUCTION OF OWNER'S PERSONNEL I A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment I and systems. B. Manual for equipment and systems shall constitute basis of instruction. Review contents of manual with personnel in full detail to explain all aspects of operations and I maintenance. PART 2 PRODUCTS I Not Applicable I PART 3 EXECUTION I Not Applicable END OF SECTION 01730 I \i;\101 ) L ,~ I \1'-1-""; fc) \i;VOI "C:j U M/J I I BE;:I j,'d OPERATION AND MAINTENANCE DATA I Zz J]O Maz 01730-4 :;-7"'" I \,j::J I/j I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 02751 I PORTLAND CEMENT CONCRETE PAVING PART1 GENERAL I 1.01 SECTION INCLUDES A. Replace of concrete pavement damaged from work operations. 1.02 REFERENCES I A. ACI 211.1 - Standard Practice for Selecting Proportions for Nonmal, Heavyweight, and Mass Concrete; American Concrete Institute International; 1991 (Reapproved 1997). I B. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 1999. C. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; American I Concrete Institute International; 2000. D. ACI 305R - Hot Weather Concreting; American Concrete Institute International; 1999. I E. ACI 306R - Cold Weather Concreting; American Concrete Institute International; 1988. F. ASTM A 185 - Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete; 2002. I G. ASTM A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement; 2004. H. ASTM C 33 - Standard Specification for Concrete Aggregates; 2003: I I. ASTM C 39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2003. I J. ASTM C 94 - Standard Specification for Ready-Mixed Concrete; 2003a. K. ASTM C 150 . Standard Specification for Portland Cement; 2002a. I L. ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the , Volumetric Method; 2001. M. ASTM C 260 . Standard Specification for Air-Entraining Admixtures for Concrete; 2001. I N. ASTM C 309 - Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete; 2003. O. ASTM C 494 . Standard Specification for Chemical Admixtures for Concrete; 2004. I P. ASTM C 618 : Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete; 2003. I Q. ASTM C 685/C 685M - Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing; 2001. R. ASTM D 1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving I and Structural Construction (nonextruding and Resilient Bituminous Type8; 1999. \"~ \ . '\ '\'~ )i \.11 1\0\ J ,.\.: ~ I \ Iii \l 3-Y' .''\.J_J'--' I '\\ \ ,-I' ;0- . ~~ 'SjC\ ,,~~l b't,:\ I'\d I ,--,':n \-\ I \ ~ 1...,1 PORTLAND CEMENT CONCRETE PAVING 02751-1 I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I 1.03 PERFORMANCE REQUIREMENTS I A. Design paving for parking and light duty commercial vehicles. 1.04 SUBMITTALS A. Product Data: Provide data on joint filler, admixtures, and curing compound. I B. Design Data: Indi~ate pavement thickness, designed concrete strength, reinforcement, and typical details. I 1.05 QUALITY ASSURANCE A. Perform work in accordance with ACI 301. I B. Obtain cementitious materials from same source throughout. C. Follow recommendations of ACt 305R when concreting during hot weather. I D. Follow recommendations of ACt 306R when concreting during cold weather. 1.06 ENVIRONMENTAL REQUIREMENTS A. Do not place concrete when base surface temperature is less than 40 degrees F (4 degrees C), I or surface is wet or'frozen. PARH PRODUCTS I C'j <( 2.01 OONC~~ MATERIALS ,.., ';:;=0. !-l -2: C~em: ASTM C 150 Normal- Type I Portland type, grey color. I LLl -1 r ......J IN Fiflll aRd Coarse Mix Aggregates: ASTM C 33. _ N , (~ LL G.., Fiy.::.AS : ASTM C 618, Class C or F. w '-<C I ~ wa~Clean, and not detrimental to concrete. = 0 Eo;:; Air En1fainment Admixture: ASTM C 260. F. Chemical Admixtures: ASTM C 494/C 494M, Type A - Water Reducing, Type C - Accelerating, I and Type G - Water Reducing, High Range and Retarding. 2.02 ACCESSORIES A. Curing Compound: ASTM C 309, Type 1, Class A. I 2.03 CONCRETE MIX DESIGN A. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates I recommended by manufacturer. B. Concrete Properties: I 1. Compressive Strength, when tested in accordance with ASTM C '39 at 28 days: 4000 psi. 2. Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3. Water-Cement Ratio: Maximum 45 percent by weight. 4. Total Air Content: 4 percent, determined in accordance with ASTM C 173/C 173M. I 5. Maximum Slump: 3 inches (75 mm). 6. Maximum Aggregate Size: 3/4 inch. 2.04 MIXING I A. On Project Site: Mix in drum type batch mixer, complying with ASTM C 685. Mix each batch not less than 1-1/2 minutes and not more than 5 minutes. I PORTLAND CEMENT CONCRETE PAVING 02751- 2 I I Howard R. Green Company Iowa City Water Facility Improvements ProjectNo.524540-J Architectural Precast Repairs I Iowa City, Iowa B. Transit Mixers: 90mply with ASTM C 94/C 94M. I PART 3 EXECUTION 3.01 EXAMINATION A. Verify compacted subgrade is acceptable and ready to support paving and imposed loads. I 3.02 PREPARATION A. Remove damaged concrete full depth to limits encompassed by next adjacent pavement joints. I B. Restore subgrade damaged by removal of pavement. C. Recompact subgrade where new materials are required to achieve final elevation. I D. Moisten base to minimize absorption of water from fresh concrete. 3.03 FORMING I A. Place and secure forms to correct location, dimension, profile, and gradient. 3.04 REINFORCEMENT I A. Place reinforcement as indicated on Drawings. 3.05 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. I B. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. I 3.06 JOINTS A. Match existing pavement joints in both form and composition. I 3.07 FINISHING A. Area Paving: Light broom, texture perpendicular to pavement direction or match existing pattern and texture where applicable. Provide a uniform surface plane meeting existing paving I elevations on all sides of the pavement being replaced. B. Sidewalk Paving: Light broom, texture perpendicular to direction of travel. with troweled and radiused edge 1/4 inch (6 mm) radius. I C. Curbs and Gutters: Light broom, texture parallel to pavement direction. 3.08 FIELD QUALITY CONTROL I A. Compressive Strength Tests: ASTM C 39. For each test, mold and cure three concrete test cylinders. Obtain test samples for every 100 cu yd (76 cu m) or less of each class of concrete placed. I 1. Take one additional test cylinder during cold weather concreting, cured on job site under same conditions as concrete it represents. 2. Perform one slump test for each set of test cylinders taken. I ' Ir' \-Ij\f\Q\ \fNIOI (J" J, \~ ' '\"d" I' , 1\' I I ,\' :J ,'_J - 6S:\ \~d zZ JJQ ~U\j2 I Cr31\::\ PORTLAND CEMENT CONCRETE PAVING 02751- 3 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I B. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. I 3.09 PROTECTION A. Immediately after placement, protect pavement from premature drying, excessive hot or cold I temperatures, and mechanical injury. END OF SECTION I I I I I I I I I I I ~/dl I 'IV/',/ ). .......J fir, .'. \"1' J \.l..lJ ~~l~ ~ /1(':;77'" vIVlnl '- 'J ),/n l..- I 01;:/ i./ ' -" .,d 22-- J:/fj :7/?rtl 1"1- -~'.... I UJ7/::J PORTLAND CEMENT CONCRETE PAVING 02751-4 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J \ Architectural Precast Repairs I Iowa City, Iowa SECTION 02923 I TOPSOIL AND FINISH GRADING PART 1 GENERAL I 1.01 SUMMARY A. Section Includes:' 1. All labor, materials, equipment, and supervision required to furnish and install topsoil for I sod planting areas. 2. The material and work specified in this section includes: topsoil, topsoil placement, finish grading, and all other items of pertinence necessary to furnish and spread the topsoil as I detailed herein and on the plans. 1.02 MEASUREMENT AND PAYMENT - TOPSOIL AND FINISH GRADE A. The topsoil for sod planting is incidental to the General Conditions Bid Item for this project. I 1.03 QUALITY ASSURANCE A. Codes, and Standards: Perfonm work in accordance with applicable requirements of local and I state codes and ordinances. PART 2 PRODUCTS 2.01 TOPSOIL I A. ITopsoil wili be pliable loam, typical of cultivated topsoils of the locality. Secure from naturally well drained areas. Use satisfactory soil materials'with highly organic content capable of I sustaining turf grass growth. B. Material to be free of admixture subsoil, reasonably free from clay lumps, stone or other debris greater than 1" in diameter. Topsoil to have pH value of minimum 5.4 and maximum of 7.0. I PART 3 EXECUTION 3.01 TOPSOIL SPREADING I A. Do not place finish topsoil until after clean-up and removal of construction debris, trash, surplus materials, and equipment from project site. B. Loosen surface of subgrade to minimum 2" depth to insure a positive bond between subgrade I and topsoil. C. In areas to be sodded, spread topsoil to unifonm 4" depth, bring grade to 1" - 1-1/2" below finish grade shown on plans to allow for sod thickness. I D. Where topsoil is spread, use a cultipacker, pulverizer, or similar tool to pulverize the soil and eliminate all lumps. Do not compact topsoil. 3.02 FINISH GRADING I A. Prepare finish grade for sodding so that only light raking or scarifying wili be required by the Landscape Contractor. I B. Round finished surfaces at abrupt changes in slope. C. Finish grades to uniform levels or slopes bel\;v.M{n)p~h!J~hi;(i~\Q,kIS are given or between such point and existing grades. )lti3l:-:) )JJ I D. Positively drain all lawn areas to designated surfac~ ra~coI~~i,?nLPoints, streets, and/or waterways. 1 \1 : I ,. J_U_u I CT=n \::1 \.....--" . TOPSOIL AND FINISH GRADING 02923' 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I E. Repair irregularities in lawn surface drainage at no cost to owner. F. Protect paving, sidewalks, utilities, and plants during finish grading; repair or replace any items I damaged by construction operations at no cost to Owner. G. After placement, maintain surfaces to finished grades; deposit additional topsoil or amended topsoil to repair settlement or erosion up to the date of final acceptance. Scarify surfaces upon I which additional topsoil is to be deposited. 3.03 MAINTENANCE A. Protection of graded areas: I 1. Protect newly graded areas from traffic and erosion. 2. Keep free of trash and debris. 3. Repair and re-establish grades in sellled, eroded, and nulled areas to specified tolerances. I 4. Keep public streets clean from soil, soil tracking, and debris at all times. B. Reconditioning Compacted Areas: Where completed graded areas are disturbed by subsequent construction operations, erosion or adverse weather, scarify surface, re-shape, and I compact to required density prior to further construction at not cost to the Owner. C. Sellling: Where settling is measurable or observable during general project warranty period, add topsoil material, compact, and replace surface treatment. Restore appearance, quality, and I condition of surface or finish to match adjacent work, and eliminate evidence of restoration at not cost to the Owner. 3.04 DISPOSAL OF EXCESS AND WASTE MATERIALS I A. Remove and legally dispose of waste materials, including unacceptable excavated l)1aterial, trash, and debris from the job site. END OF SECTION I I I I I I . \I;' '\''''1 "": I '.'iU. /1/"; ','I,'CI ). .-...-"..... \/,~' I ILFflJ j I I :U:J I /\l!J ,2'i :'[ ;,Id 22" -" . J jiJ I1Daz I "'--'- lH il-/ TOPSOIL AND FINISH GRADING ...-...: I!-J 02923- 2 I < I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 02938 I SODDING PART 1 GENERAL I 1.01 SECTION INCLUDES A. Preparation of Sod Bed. C~ = 0 ~ B. Fertilizing - First Application :20. c.-:' I >-! m Il C. Sod Installation n C) -::-,: N r- D. Watering --!O ['.) -~"'l in I ~ -- ITl "'T) .--' E. Fertilizing - Second Application -:0 :.1.: '.-..J 0-. <:;; /'- - F. Maintenance )> .. - I G. Sod repair N' H. Clean-up I I. Acceptance 1.02 DESCRIPTION OF WORK A. This section shall include preparation of the sod bed, furnishing and installing sod, watering, , I and maintenance for completed sodded areas as specified in contract documents. B. Provide sodded lawn on areas disturbed by construction unless otherwise specified or shown on I plans or as designated by the Owner's Representative. C. Related work covered by other sections: 1. Section 02923: Topsoil'and Finish Grading I 1.03 PROTECTION OF PROPERTY A. Protect existing conditions at the site against damage including the following: 1. Take precautions'to insure that equipment, vehicles, and planting operations do not disturb I or damage existing grades, walls, drives, pavement, utilities, plants, lawns, irrigation systems, and other facilities. 2. Verify locations and depths of all underground utilities prior to excavation and report I conflicts with grade or sod operations 3. Any damage to existing trees or shrubs, inciuding branches, and root systems to remain and protect shall be repaired and/or pruned by an approved, experienced tree surgeon or arboris!. I 4. Repair, replace, and/or return to original condition any cjamaged item, without additional compensation 1.04 SUBMITTALS I A. Certification: Submit grower's statement of grass species and location of sod source. B. Supply manufacturer's guaranteed statement of analysis, types of nutrients and weight of I fertilizer. C. Submit written maintenance instructions to Owner's Representative recommending procedures for maintenance of sodded lawns, prior to final acceptance of sodded iawns. I D. Upon request, the Contractor will provide Material Certifications to the Owner's Representative. 1.05 QUALITY ASSURANCE I SODDING 02938- 1 I '- Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I A. Sod Producer: Company specializing in sod production and harvesting with minimum five years experience, and certified by the State of Iowa. B. Installer Qualifications: Company approved by the sod producer. I C. All materials described and specified herein as delivered to the project site shall be subject to inspection and approval ~ the Owner's Representative. I D. Materials may be inspected by the Owner's Representative at source of supply. E, This inspection does not waive the right to reject any material after it has been delivered to the site and/or installed. I 1.06 REGULATORY REQUIREMENTS , A. Comply with regulatory agencies for fertilizer and herbicide composition. I B, Provide certificate of compliance from authority having jurisdiction indicating approval of fertilizer and herbicide mixture. 1.07 DELIVERY, STORAGE, AND HANDLING I A. Deliver sod on paliets or large rolls. Protect exposed roots from dehydration. B. Sod shall be harvested, delivered, and transplanted within a period of 24 hours uniess a I suitable preservation method is approved by the Owner's Representative. C. Do not harvest or transport sod when moisture content may adversely affect sod survival. D. Protect sod from sun, wind, dehydration, and rain prior to installation that cannot be placed I immediatelyon delivery. E. Sod showing visible signs of heating or dehydration will be rejected. I F. Do not tear, stretch, or drop sod during handling and installation. G. Deliver fertilizer to site in original, unopened, and non-damaged containers, each bearing I manufacturer's guaranteed analysis. H. Store packaged materials off ground and protect from moisture and deterioration. 1.08 SCHEDULING I A. Notify Owner's Representative at ieast 3 days prior to start of sodding operations. B. Perform sod installation after planting and other work affecting ground surface has been I compieted, or as approved by Owner's Representative 1.09 WARRANTY A. The warranty is to guarantee completed sodding operations providing a uniformly dense, live, I and healthy stand of grass, free of weeds and undesirable grasses, debris, and free of eroded areas, bare spots, diseases, and insects at the end of one year following the minimum maintenance period. I B. Contractor to replace as originally specified areas which have failed to survive, as often as required, to establish the sodded lawn area until accepted; at no additional compensation. C. Repair and replace to original con,dition.all,dam.ages to property resultant from the sodding I operation and all damages as a re'5~I.l',(ib.!n;therem:~i:!Ql~g of these defects, without additional compensation. . )It!j 10 ;,JJJ I ~ . (, ~: I lid -;~ ...,..... (. G I ~O Ji{)i'7 , ...~: ,:.n.(., '-;-1--/' " I \. n 11-' .- - .:J SODDING 02938-2 I I Howard RGreen Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repaics . I Iowa City, Iowa I 1.10 ACCEPTANCE A. Sod acceptance shall be based upon the following criteria: 1. Upon written request by Contractor, or expiration of establishment period. whichever I comes first, 'Owner's Representative wili inspect. 2. At time of inspection, turf shall exhibit healthy, vigorous growth, shall be uniform in color and quality;and shall be reasonably free of weeds, diseases or othervisibfe imperfections. 3. All requirements for the completed installation and maintenance have been provided. I 4. Sod is 'knit down'. to the soil so that it cannot be pulled up. 5. Sodded areas are without scattered bare spots, dead, or dormant sod. 6. Upon final acceptance of a turf area, remove temporary fences, barriers, and signs I installed for protection of that area. Contractor will be relieved. of further responsibility for care and maintenance of accepted area. 7. Any turf areas not accepted by Owner's Representative shall be replanted. 8. Replacement sod work shall be re-inspected in accordance with Section 1.10 above before I acceptance. "-, 1.11 MEASUREMENT FOR PAYMENT 0 c.:.:;:) C",2 I A. All sodding for this project is incidental to the General, Conditions Bid Item. :2:0 C:J )? :::i f":-; il n 0-< N - N . PART 2 PRODUCTS ~lC' III I --<~ II, -u n ~WD 0~ ~ ~J '.- /", - I A. 'Sod: A well established, well rooted, healthy, nursery grown sod blend of improvaJ9<entuc~y Bluegrass blend with a uniform color, leaf texture, density, and variety consisting of a minim1:lm of 3 approved cultivars grown in Iowa. Specific type as indicated below. Sod should be free of stones, burned or bare spots. Minimum age of 18 months, with root development that will I support its own weight wit~out tearing, when suspended vertically by holding the upper two corners. 1. Type to match grass adjacent to damaged area. . 2. Sod grown in peat bedded soil is not acceptable. I 3. Sod shall be free of objectionable grasses and broad leaf weeds; sod shall be consid.ered free of such weeds if less than 2 such plants are found per 100 square feet of area. Sod shall be ffee from roots of trees or shrubs, stones, thatch, and other objectionable I materials. Sod shall be free of nematodes and soil born insects and free of disease. 4. Mowat height of 2 inches prior to. cutting. Sod to be machine cut at uniform soil thickness of approximately 1 inch. Thickness measurement shall exclude top growth. . 5. Sod shall be cut with a sod machine in strips of uniform width and lengths with ends square I standard to the industry. 6. Sod shall be moist when placed. 2.02 FERTILIZER I A. Fertilizer shall comply with the rules of the Iowa Department of Agriculture and as follows: 1. Fertilizer shall be of the type and applied at rate recommended by sod supplier based on analysis of topsoil samples. I 2. The grade of fertilizer will be identified according to the percent nitrogen (N), percent of available phosphoric acid (P205), and percent water soluble potassium (k20), in that order, and approvai will be based on that identification. I 3. All fertilizer shall be furnished from an established fertilizer dealer and guaranteed percentage analysis shall.be provided by the fertilizer supplier on each container with the proper scale weight records. , 4. Fertilizer shall be of a type that can be uniformly distributed by the application equipment. I I SODDING 02938- 3 Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I Fertilizer may be furnished in a dry (granular) or liquid form. 5. When applied dry, the fertilizer shall be a granular, non-burning chemically combined product composed of not less than 50% organic slow acting, guaranteed analysis I professional fertilizer. Granular or pellet fonm shall be uniform in composition, dry, and free flowing without caking or other damage not suitable for use. 6, . When applied in a liquid form, fertilizer may be chemically combined or may be fumished I . as separate ingredients. 7. Upon request of the Contracting Authority, the Contractor shall provide a test of the fertilizer for a conformance with the required analysis at no additional compensation; a tolerance of 1.0 percentage point plus or minus will be considered substantial compliance. I 2.03 STAKES A. Softwood Stakes: 0/." diameter and 8 inch long, or I PART 3 EXECUTION 3.01 EXAMINATION A. Verify that prepared soil base is ready to receive the work of this section. I 3.02 PREPARATION OF SOD BED A. Limit preparation to areas which will be immediately sodded. I B. ,Where weed growth has developed, remove all weeds and weed debris. Weed growth removal process to be approved by Owner's Representative, without additional compensation. I C. Contractor shall shape and fine grade to remove washes or gullies, water pockets, and irregularities to a smooth, firm, and even surface true to grade and cross-section, D. Rototill and cultivate sod bed to a minimum 3 inch depth to a fine and mellow condition. Clear I the top 3 inches of soil lumps, stones over 0/. inch, and foreign material using hand labor as required. E. Prepare subgrade where existing grass is damaged by work operations. I F. Damaged grass to be removed from site. 3.03 FERTILIZING - FIRST APPLICATION I A. Apply fertilizer in accordance with sod supplier recommendation and manufacturer's instructions. B. Apply after smooth raking of topsoil and prior to installation of sod. I C. Apply fertilizer no more than 48 hours before laying sod. D. Mix thoroughly into upper 2 inches (50 mm) of topsoil. I E. Lightly water to aid the dissipation of fertilizer. 3.04 SOD INSTALLATION I A. Sod shall not be installed between the dates of June 15 to August 15, unless authorized by the Owner's Representative. B. Lay no sod on frozen soil or with eminent freezing conditions within 24 hours. I VNlO! ;\118 \/'/\/\01 C. Do not lay dormant or frozen sod. \ !tFn:~) ) I'j ), -. ,~-' 1\......1 I D. ,Moisten prepared surface immediately prior to laying sod. E. Lay sod immediately after delivery to site to prevent,deter~~tiJnNd ZZ J30 ..UUl o =i-l:l I --- j SODDING 02938- 4 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I F. Sod shall be carefully placed in rows or strips evenly and with longest joint parallel to the finished contours and at right angles to the center line of ditches and channels. On slopes, I sodding shall begin at the bottom and progress upward. Stagger end joints 12 inches (300 mm) minimum. Do not stretch or overlap sod pieces. G. Minimize traffic on newly laid sod during installation. Provide plank or wood sheets as may be I required to protect sod already laid, without extra compensation during sodding operations. H. Finish sod edges at walks, curbs, planting beds, mulch edges, and other vertical surface by cutting neatly and fitting tightly to edge and line. I I. Sod mat to be approximately l' inch below finished height of walks, pavement, curbs, etc. Any sod not conforming to this requirement will be removed, the subgrade adjusted, and the sod re- iaid. I J. Where new sod joins existing lawns, cut straight and neatly into existing lawn and level subgrade to allow height to match. I K. Stake sod on slopes exceeding 4:1 and in drainage channels. Stake each roll at minimum two foot intervals to prevent movement under rainfall conditions. L. Soil shall be firmed or healed in along the edges of sodded areas. I M. Water sodded areas immediately after installation. Saturate sod to 4 inches (100 mm) of soil. N. After newly laid sod and soil have dried, roll sodded areas with small mechanicaLor hand foller I to sufficiently set or heal sod into soil and remove lumps. Roll as required to firn1;and levef-the sodded areas. ~ () Fi -;1." il 3.05 WATERING n -, N = -(-' rv f I A. Not more than 1 hour shall eiapse between the laying and initial watering of the sod;;l ::2 i I I B. Initial watering shall provide a thoroughly wet sod and sod bed. C,)::D . -"- !......J -<,. /' - I C. Contractor will supply an adequate supply of potable water on site. Water turfed jteas .;;. immediately after planting and thereafter as necessary to maintain adequate moisture for N promotion of sod survival and deep root growth, supplement rainfall, and to prevent dormancy. I D. Apply water uniformly and consistently on all sodded areas to prevent damage to sod and existing or recently planted trees and shrubs. E. Apply water in such a way that ruts will not be made in soil surface. I .3.06 FERTILIZING - SECOND APPLICATION A. Apply second application of fertilizer, of the type and applied at the rate recommended by the I sod suppller based on analysis of topsoil samples, two weeks after laying sod and prior to final acceptance. 3.07 MAINTENANCE I A. Begin maintenance immediately following installation of sod and continue for a period until sodded areas are established with sod knitted in place. Assume responsibility for proper care of turfed areas from time of completion to turfing operations on any part of project and for duration I of turf establishment period. Turf establishment period shali not begin until planting on entire Project is approved by Owner's Representative., Turf establishment period shall be for 45 consecutive growing days, or until final acceptance, whichever period is less. A "growing day" shall be defined as any calendar day exclusive of those days from October 1 to March 15, I subject to adjustment of those days authorized by Owner's Representative, depending on prevailing conditions. B. Maintenance of sodded areas shall include watering, weeding, mowing to a 2 - 21/2 inch height I SODDING 02938- 5 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I after growth has exceeded 3 inches and prior to a 4 inch growth, and replacement and installation of sod as originally specified for sodded areas failing to survive. Clippings from mowing which mat on the grass are to be removed. Maintenance period shall be a minimum of I 14 days. C. Protection: Provide temporary protective fences, barriers and signs where deemed necessary by Owner's Representative at no additional cost. I D. Resodding: When directed by Owner's Representative, Contractor shall resod any areas on which sod is presumed dead; has been damaged, dispiaced, or weakened to a point where its replacement its necessary; or has become heavily infested with weeds. Resodding shall be I perfonmed as specified herein for sodding, and in a manner that will cause minimum disturbance to existing stand of grass. E. Costs of resodding required because of faulty operations or negligence on part of Contractor I shall be borne by Contractor. Any areas so resodded shall have a turf establishment period beginning upon reseeding or resodding and of duration hereinbefore-specified. Owner will assume risk for ioss or damage due to beneficial occupancy of Project in any part, vandalism, I damage by animals or fire, or due to "Acts of God" (fiood, winds of 60 miles per hour or more, or heavy hail). 3.08 CLEAN-UP I A. Perfonm cleaning during installation of work and upon completion. 1. Remove from site and legally dispose of excess materials, debris, and equipment. 2. Hose down and/or broom clean paved surfaces. I 3. Repair any damage resulting from sodding operations. END OF SECTION I I I c-l LC I .;:; ,/'0 .' -- ''j;:- ;;-- I <' ''():\ -;.: {-..., .-- '~ ~ ..:-:,\::::; \ \ I, ('..I ~----,' C) ~- ~ c-l -r- /. -:d- , :-::-<-7 I c- \.i- \:.).) O-z c? 9 ~ '2> c? I <-' I I SODDING 02938- 6 I - I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I ~~~ SECTION 03450 I ARCHITECTURAL PRECAST CONCRETE PART1 GENERAL 1.01 SECTION INCLUDES I A. Architectural precast concrete spandral panels. B. Supports, anctiors, and attachments. I / 1.02 REFERENCES A. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute I International; 1996. B. ACI 318 - Building Code Requirements for Reinforced Concrete and Commentary; American Concrete Institute International; 1995. . I C. ASTM A 36 - Standard Specification for Carbon Structural Steel; 1997a. D. ASTM A 153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; I 1998. E. ASTM A 307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength; 1997. ' . IF. ASTM A 497 - Standard Specification for Steel Welded Wire fabric, Deformed, for Concrete Reinforcement; 1997. '" = G. ASTM A 563 - Standard Specification for Carbon and Alloy Steel Nuts; 1997. 0 ~ I H. ASTM A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars fo~Qcret~ Il Reinforcement; 1996a. C) -<';::; , I I. ASTM A 767 - Standard Specification for Zinc-Coated (Galvanized) Steel Bars for::C;;~crete' rT'j .. --, l I Reinforcement; 1997. _~ =2 _I' , 0:' ~. ,.j J. ASTM C 33 . Standard Specification for Concrete Aggregates; 1997. :'E /, ::- I K. ASTM C 150 - Standard Specification for Portland Cement; 1997a. )> W L. ASTM C 260 - Standard Specification for Air-Entraining Admixtures for Concrete; 1997. I M. AWS D1.1 . Structural Welding Code - Steel; American Welding Society; 1996. N. AWS D1.4 - Structural Welding Code - Reinforcing Steel; American Welding Society; 1998. I O. PCI MNL-116 - Manual for Quality Control for Plants and Production of Architectural Precast Prestressed Concrete Products; PrecasVPrestressed Concrete Institute; 1996. P. PCI MNL-117 - Manual for Quality Control for Piants and Production of Architectural Precast I Concrete Products; PrecasVPrestressed Concrete Institute; 1996. Q. PCI MNL-120 - PCI Design Handbook - Precast and Prestressed Concrete; PrecasVPrestressed Concrete Institute; 1992, Fourth Edition. I R. PCI MNL-122 - Architecturai Precast Concrete; Pre~asVprestressed Concrete Institute; 1989, Second Edition. IS. PCI MNL-123 - Design and Typical Details of Connections for Precast and Prestressed Concrete; PrecasVPrestressed Concrete Institute; 1988, Second Edition. I ARCHITECTURAL PRECAST CONCRETE 03450- 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I 1.03 DESIGN REQUIREMENTS A. Design units to withstand design loads and erection forces.. Calculate structural properties of I units in accordance with ACI 318 and PCI MNL-120. B. Design units to withstand static loads and anticipated dynamic loading, including positive and negative wind loads and thermal movement loads. I C. Design units to accommodate construction tolerances, deflection of building structural members, and clearances of intended openings. D. Design component connections to accommodate building movement and thermal movement. I Provide adjustment to accommodate misalignment of structure without unit distortion or damage. E. Design connections incorporating minimum design standards shown on Drawings. Locate I connections away from existing connections. Connections shail be devised to function with existing structural support. F. Architectural precast concrete shall match existing architectural concrete in appearance, color, I texture, shape, and panel features. 1.04 SUBMITTALS I A. Shop Drawings: Indicate layout, unit locations, configuration, unit identification marks, reinforcement, connection details, support items, location of lifting devices, dimensions, openings, and relationship to adjacent materiais. Provide erection drawings. I B. Manufacturer's literature: recommended installation instructions C. Mock-ups: Provide 1 samples no less than 48" x 48" demonstrating proposed concrete facing mix and cast-in reveals for each profile. I 1.05 QUALITY ASSURANCE A. Perform the work of this section in accordance with PCI MNL-117, PCI MNL-120, PCI MNL-122, I PCI MNL-123, and AC1318. Perform welding in accordance with AWS D1.1. B. Fabricator: Certified by the PrecasUPrestressed Concrete Institute PCI Plant Certification Program; product group and category A 1 - Architectural Precast Concrete. I C. Design wall panels and connections under direct supervision and certification of a Professional Engineer experienced in design of precast concrete and licensed in Iowa. D. Welder: Qualified within previous 12 months in accordance with AWS D1.1 and AWS 01.4. I E. Manufacturer shall certify with acceptable project references, a minimum of 3 years experience 'in precast concrete work of quality and scope required on this project. I F. Erector shall have been regularly engaged for the past 3 years in the erection of precast concrete similar to requirements of this project. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar I with the specified requirements and the methods needed for proper performance of the work of this section. G. The precast manufacturer shall provide copies of all testing information applicable to production I of the architectural precast panels in accordance with PCI fabrication standards. \lMO/ '~LI" \/Ii/IIII I _ ~...-' 'J i .. I \....... I \iH=rn 1118 I ,. "-'.-' '- /, Sf]:) l>!d -', 'PI] lCcZ ." ~.:J.' UU I r'I=:j"ll I '-._~ I ~ I ARCHITECTURAL PRECAST CONCRETE 03450-2 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa I 1.06 DELIVERY, STORAGE, AND PROTECTION A. Any member damaged during transportation, handling, or erection shall be basis for rejection by the Contractor or Engineer. Any member so damaged and set in.place without first consuiting I Engineer shall be done at the Contractor's risk., Repair or replacement of a damaged member shall be without cost to the Owner. B. Handling: Lift and support precast units only from support points. I C. Protect units to prevent staining, chipping, or spaliing of concrete. 1.07 WARRANTY I A. Full warranty against defects in materials and workmanship for two years after final acceptance by the Owner, including all parts, labor, and expenses. ' PART 2 PRODUCTS I 2.01 FORMWORK A. Use metal, plastic, wood, or other acceptable material that is non-reactive with concrete and I will produce the required finish surfaces. B. Construct and maintain forms to be mortar tight and provide units in shapes, lines and dimensions indicated. I 2.02 REINFORCEMENT '" 0 => Reinforcing Steel: ASTM A 615, Grade 60, deformed billet-steel bars. = A. ~ :2:0 = I B. Welded Stee(Wire Fabric: ASTM A 497, deformed type. :;:>-1 rn 11 n .../ 0 " N r- 2.03 CONCRETE MATERIALS ~'::J N I " 1 I A. Cement: ASTM C 150, Type I - Normal Portland type. --< :- --::l \ I I I fT1 ;3. t-~ oo!~ '-.J B. Fine and Coarse Structural Aggregates: ASTM C33. -s:/..... - C. Fine aggregate forFacing Mixes: ASTM C33; manufactured sand material as coa7?e aggrE\futte, I unless otherwise, acceptable to Engineer. D. Water: Clean and not detrimental to concrete. I E. Air Entrainment Admixture: ASTM C 260. 2.04 SUPPORT DEVICES I A. Connecting and Support Devices: ASTM A 36 steel; hot-dip galvanized in accordance with ASTM A153. B. Bolts, Nuts, and Washers: ASTM A 307 bolts and ASTM A 563 nuts, hot-dip galvanized, with I matching washers. C. Primer: Zinc rich'type. I 2.05 CON~RETE MIX AND FINISH A. Concrete mix and finish of replacement precast units to match concrete mix, finish, and texture of units being replaced, I 2.06 FABRICATION A. Fabricate in conformance with PCI MNL-117. I B. Use rigid molds, constructed to maintain precast unit uniform in shape, size, and finish. I ARCHITECTURAL PRECAST CONCRETE 03450- 3 Howard R. Green Company Iowa City Water Facility Improvements I Project No:524540-J Architectural Precast Repairs Iowa City, Iowa I C. Maintain consistent quality during manufacture. , D. Fabricate connections to adequately transfer panel self-weight plus design loads to the I supporting s)ructure. Connections shall provide structural support without restraining thermal movement. E. Embed reinforcing steel, anchors, inserts plates, angles, and other cast-in-place items providing I concrete clear cover meeting ACI standards. F. Cast rigid insulation into units. Cut drainage channels in exterior face of insulation to route moisture to exterior. Position weep drains to suit. Maintain drainage channels clear. I G. Locate hoisting devices to permit removal after erection. H. Cure units to develop concrete quality, and to minimize appearance blemishes such as non- I uniformity, staining, or surface cracking. I. Conform to fabrication tolerance of PC! MNL-117. J. Place new precast concrete connections on panels so they are located away from existing I connections to avoid conflicts during erection. PART 3 EXECUTION 3.01 EXAMINATION I A. Verify that building stnucture, anchors, devices, and openings are ready to receive work of this section. I 3.02 PREPARATION A. Provide for erection procedures and induced loads during erection. Maintain temporary bracing in place until final support is provided. I B. Remove damaged precast panels as indicated in Drawings. Remove all existing connections flush with the supporting structure. I C. Prepare existing structure to recieve new supports as indicated in Drawings. 3.03 ERECTION A. Erect replacement units without damage to shape or finish. Replace or repair panels damaged I during erection. B. Erect replacement units level and plumb within allowable tolerances properly aligning with I existing concrete panels or masonry building finishes. C. Align and maintain uniform horizontal and vertical joints as erection progresses. D. Weld or anchor bolt units in place. Perform welding in accordance with AWS 01,1. Anchor bolts I shall comply with manufacturer recommended practice for installation. E. Touch-up field welds and scratched or damaged primed painted surfaces. I 3.04 ERECTION TOLERANCES A. Maximum Variation from Plane of Location: 1/4 inch in 10 feet, and 3/8 inch in 100 feet, non- cumulative. I B. Maximum Offset'from True Alignment Between Two connecting'iib~(~;!~1!'~Q,r).9h'\WIOI C. Joint Tolerance: Plus or minus 1/4 inch. /itlj h) ;\118 I 3.05 ADJUSTING f:lJ ; I 1-! d Z-' , .,' c: J:]O ~nr'Z A. Adjust units so that joint dimensions are within tolerances.END OF SECTION ~ . - u I :)--1"'" I ,-J-/ li.::l ARCHITECTURAL PRECAST CONCRETE 03450- 4 I I I Howard R. Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs I low!,! City, Iowa SECTION 03925 I CONCRETE RESURFACING AND REHABILITATION PART1 GENERAL I 1.01 SECTION INCLUDES A. Resurfacing of concrete pavements and floors. I 1.02 SUBMITTALS A. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. ..~ I 2. Storage and handling requirements and recommendations. ~ = = 3. Installation methods. .r- .,,-0 c:J Y--i r<1 -n 1.03 DELIVERY, STORAGE, AND HANDLING c-> / - I 0-- N r- N I A. Store products in manufacturer's unopened packaging until ready for installation. :.::j Co In . ~r B. Store and dispose of solvent-based materials, and materiais used with solvent-based Iffi~ter~s, ~-, \.......1 I in accordance with requirements of local authorities having jurisdiction. C! ';:':;; _ ...:::-." .. ~ 1.04 PROJECT CONDITIONS )> ~ I A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. I PART 2 PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturer: Degussa Building Systems, MBT Emaco'Series Concrete Restoration I Systems: Horizontal EMACO S66 CI or equal; Vertical or Overhead EMACO S88 CI or equal; Smooth surface restoration under y." EMACO R350 CI. B. Approved equal restoration system to specified products. I 2.02 APPLICATIONS/SCOPE A. Refer to Contract Drawings Concrete Restoration Procedure for Scope and Application I Requirements. PART 3 EXECUTION I 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared in accordance with details and plan notes on the Contract Drawings. I B. If substrate preparation is the responsibility of another installer, notify Engineer of unsatisfactory preparation before pcoceeding. 3.02 PREPARATION I A. Clean surfaces thoroughly prior to application. , ' I CONCRETE RESURFACING AND REHABILITATION 03925- 1 I I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best I result for the substrate under the project conditions. C. Meet all requirements for preparation as noted on the Contract Drawings. D. Final preparation shall always end by scrubbing the prepared surface with potable water using a I synthetic bristle brush to place the substrate concrete in a saturated surface-dry condition. 3.03 PRE-APPLICATION I A. Pre-application shall always commence by scrubbing the prepared surface with potable water using a synthetic bristle brush to place the substrate concrete in a saturated surface-dry condition unless pre-application immediately follows final preparation. I B. 'Pre-application always includes scrubbing the prepared surface with either bonding agent or freshly mixed patching material using a synthetic bristle brush to fonm a scrub coat that fully covers the existing concrete patch surface. The scrub coat shall not be allowed to dry prior to I application of concrete restoration materials. 3.04 APPLICATION A. Assure the scrub coat from pre-application is fresh with a moisture sheen. I B. Apply concrete restoration material as noted in the concrete restoration notes on the plans. Application shall additionally conform to the manufacturer's instructions. I C. Apply concrete restoration in immediate successive lifts to provide a patch surface that is as. homogeneous as material limits allow. D. Build out the surface of concrete restoration materials to provide a smooth and unifonm surface I to match the existing adjacent concrete E. When concrete surface restoration requires grinding to provide a smooth and uniform surface to match the existing adjacent concrete, build out the surface slightly beyond flush with the I adjacent concrete. 3.05 CURING I A. Wet cure all concrete restoration applications as noted on the Contract Drawings. 3.06 PROTECTION A. Protect all restored concrete untii completion of project. I B.. Touch-up, repair or replace damaged products after Substantial Completion, END OF SECTION I I 't;!//I'\j 'I I \ IV i\jlr) \-I,~O "8--' I\.~ d.' ,I /Ij l~) MO ' I [7:1 Hd Z2 T1G IIon7 CONCRETE RESURFACING AND REHABILITATION . - 03925- 2 I CJ --1'7/ ::J I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 04065 I MORTAR AND MASONRY GROUT' PART1 GENERAL I 1.01 SECTION INCLUDES - A. Mortar for masonry. B. Grout for masonry. I 1.02 REFERENCES A. ACI 530/ASCE 5fTMS 402 - Building Code Requirements For Ma~onry Structures; American I Concrete Institute International; 2002. ' B. ACI 530.1/ASCE 6fTMS 602 - Specification for Masonry Structures; American Concrete Institute International; 2002. I C. ASTM C 91 - Standard Specification for Masonry Cement; 2001. :-'..) D. ASTM C 144 - Standard Specification for Aggregate for Masonry Mortar; 2002. 0 = C~ I E. ASTM C 150 - Standard Specification for Portland Cement; 20028. ?&~ = 1"'Tl i1 ./ c-) F. ASTM C 207 - Standard Specification for Hydrated Lime for Masonry Purposes; ~'99r N - ~- (Reapproved 1997).. ~.:;J :;:-2. N ! I In " , " . I. rTl [-! G. ASTM C 270 - Standard Specification for Mortar for Unit Masonry; 2002. ,.., :JJ =.-t <,J ~^ - H. ASTM C 404 - Standard Specification for Aggregates for Masonry Grout; 1997. ~': .. I )> ~ I. ASTM C 476 - Standard Specification for Grout for Masonry; 2002. w J. ASTM C 780 - Standard Test Method for Preconstruction and Construction Evaluation of I Mortars for Plain and Reinforced Unit Masonry; 2002. K. ASTM C 1019 - Standard Test Method for Sampling and Testing Grout; 2002. L. IMIAWC (CW) - Recommended Practices & Guide Specifications for Cold Weather Masonry I Construction; International Masonry Industry All-Weather Council; 1993. M. IMIAWC (HW) - Recommended Practices & Guide Specifications for HoiWeather Masonry I Construction; International Masonry Industry All-Weather Council; current edition. 1.03 SUBMITTALS A. Product Data: Include design mix and indicate whether the Proportion or Property specification I of ASTM C 270 is to be used. Also include required environmental conditions and admixture limitations. B. Reports: Submit reports on mortar indicating confonnance of mortar to property requirements of I ASTM C 270 and test and evaluation reports per ASTM C 780. C. Reports: Submit reports on grout indicating conformance of component grout materials to requirements of ASTM C 476 and test and evaluation reports to requirements of ASTM C 1019. I D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Manufacturer's Instructions: Submit packaged dry mortar manufacturer's installation I instructions. I MORTAR AND MASONRY GROUT 04065- 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I 1.04 QUALITY ASSURANCE A. Comply with provisions of ACI 530/ASCE 5/TMS 402 and ACI 530.1/ASCE 6/TMS 602, except I where exceeded by requirements of the contract documents. B. Single Source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component I and from one source and producer for each aggregate. Mortar ingredients shall be chosen that will not produce effloresense. 1.05 DELIVERY, STORAGE, AND HANDLING I A. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. 1.06 ENVIRONMENTAL REQUIREMENTS I A: Cold Weather Requirements: Comply with recommendations of IMIAWC (CW). B. Hot Weather Requirements: Comply with IMIAWC (HW). I PART 2 PRODUCTS 2.01 MATERIALS I A. Portland Cement: ASTM C 150, Type I - Normal; standard gray color. B. Hydrated Lime: ASTM C 207, Type S. C. Mortar Aggregate: ASTM C 144. I D. Grout Aggregate: ASTM C 404: E. Water: Clean and potable. I F. Bonding Agent: Latex type ASTM C 1059, Type II. - I 2.02 MORTAR MIXES A. Mortar for Unit Masonry: ASTM C 270, Property Specification. 1. Exterior, load bearing masonry: Type S. 2. Exterior, non-load bearing masonry: Type S. I 3. Interior, load bearing masonry: Type S. 4. Interior, non-Ioadbearing masonry: Type S. 2.03 MORTAR MIXING , I A. Thoroughly mix mortar ingredients using mechanical batch mixer, in accordance with ASTM C 270 and in quantities needed for immediate use. I B. Maintain sand uniformly damp immediately before the mixing process. C. Do not use anti-freeze compounds to lower the freezing point of mortar. D. II water is lost by evaporation, re-temper only within two hours of mixing. I E. Use mortar within two hours after mixing at temperatures over 90 degrees F (32 degrees C), or two-and-one-hall hours at temperatures under 50 degrees F (10 degrees C). I VIi10/:~1IJ \-." 'I' ,~-,~' 0vuJI /Cf::J U MIJ ' I [1]:/ ~id Z 2 JJO 'IDDZ n =rp:} I ......-1 I MORTAR AND MASONRY GROUT " 04065- 2 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa I 2.04 GROUT MIXES A. Bond Beams and Lintels: 3,000 psi (17 MPa) strength at28 days; 8-10 inches (200-250 mm) slump; mix in accordance with ASTM C 476. I 1. Fine grout for spaces with smallest horizontal dimension of 2. inches (50 mm) or less. 2. Coarse grout for spaces with smallest horizontal dimension greater'than 2 inches (50 mm). 2.05 GROUT MIXING I A. Thoroughly mix grout ingredients in quantities needed for immediate use in accordance with ASTM C 476 for fine and coarse grout. I B. Add admixtures in accordance with manufacturer's instructions; mix uniformly. C. Do not use anti-freeze compounds to lower the freezing point of grout. PART 3 EXECUTION I 3.01 PREPARATION A. Apply bonding agent to existing concrete surfaces. I B. . Plug clean-out holes for grouted masonry with block masonry units. Brace masonry to resist wet grout pressure. 3.02 INSTALLATION I A. Install mortar to requirements of ASTM C 780. Install grout in accordance with ASTM C 476. B. Work grout into masonry cores and cavities to eliminate voids. I C. Do not install grout in lifts greater than 16 inches (400 mm) without consolidating grout by rodding. I D. Do'not displace reinforcement whiie placing grout. E. Remove excess mortar from grout spaces. 3.03 GROUTING I A. Low-Lift Grouting: 1. Limit height of pours to 12 inches (300 mm). 2. Limit height of masonry to 16 inches (400 mm) above each pour. I 3. Pour grout only after vertical reinforcing is in place; place horizontal reinforcing as grout is poured. Prevent displacement of bars as grout is poured. 4. Place grout for each pour continuously and consoiidate immediately; do not interrupt pours I for more than 1-1/2 hours. END OF SECTION ,0 "-; 'co, coo I ~ 4:-- ~...O ~ '-j..::'.::::J. ~ C)-~. ~ il ~ '" -10 N -- I ~-(j- r- rn --0 r~1 ~-r-I . I '---~ ::.: C' ,-" ~ - I .. - c.v I MORTAR AND MASONRY GROUT 04065- 3 I I Howard R: Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 04810 I UNIT MASONRY ASSEMBLIES r-" = PART 1 GENERAL Q "'" .<:" 0 1.01 SECTION INCLUDES ~70 r" ---n I 72 c> .- A. Concrete Block. N \- So N . \T\ B. Reinforcement and anchorage. _~ \-:. '""0 r-'. I - -~~ :;r.. ,--j C. Accessories. FJ...::.-!. - -...../....... ., .:-.... .:;- 1.02 REFERENCES ~- )? ~ I A. ACI 530/ASCE 5rrMS 402 - Building Code Requirements for Masonry Structures; American Concrete Institute International; 2002. I B. ACI 530.1/ASCE 6rrMS 602 - Specification For Masonry Structures; American Concrete Institute International: 2002. C. ASTM A 82 - .Standard Specification for Steel Wire; Plain, for Concrete Reinforcement; 2001. I D. ASTM A 153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 2002. E. ASTM A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete I Reinforcement; 2001b. . ' , F. ASTM C 90 - Standard Specification for Loadbearing Concrete Masonry Units; 2002. I G. IMIAWC (CW) - Recommended Practices & Guide Specifications for Cold Weather Masonry Constnuction; International Masonry Industry All-Weather Council; 1993. H. IMIAWC (HW) - Recommended Practices & Guide Specifications for Hot Weather Masonry I Construction: International Masonry Industry All-Weather Council; current edition. I. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. I 1.03 SUBMnTALS . , A. Product Data; Provide data for masonry units, fabricated wire reinforcement, and masonry accessories. I B. Manufacturer's Certificate: Certify that masonry units meet or exceed specified requirements. 1.04 QUALITY ASSURANCE I A. Comply with provisions of ACI 530/ASCE 5rrMS 402 and ACI 530.1/ASCE 6rrMS 602, except where exceeded by requirements of the contract documents. B. Fire Rated Assemblies: Conform to applicable code for equivalent thickness requirements for I fire rated masonry construction. 1.05 DELIVERY, STORAGE, AND HANDLING I A. Deliver, handle, and store masonry units by means that will prevent mechanical damage and contamination by other materials. 1.06 ENVIRONMENTAL REQUIREMENTS I A. Cold Weather Requirements: Comply with recommendations of IMIAWC (CW). B. Hot Weather Requirements: Comply with IMIAWC (HW). I UNIT MASONRY ASSEMBLIES 04810-1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS I A. Concrete Block: Comply with referenced standards and as follows: ' 1. Size: Standard units with nominal face dimensions of 16 x 8 inches and nominal depths as indicated on the drawings for specific locations. I 2. Load-Bearing and Non-Loadbearing Units: ASTM C 90, normal weight. a. Hoilow block, as indicated. b. Exposed faces: Manufacturer's standard color and texture. 2.02 MORTAR AND GROUT MATERIALS I A. Mortar and grout: As specified in Section 04065 - Mortar and Masonry Grout. 2.03 REINFORCEMENT AND ANCHORAGE I A, Reinforcing Steel: ASTM A 615 Grade 60 (420) deformed billet bars; uncoated. B. Single Wythe Joint Reinforcement: Ladder type; ASTM A 82 steel wire, hot dip galvanized after I fabrication to ASTM A 153/A 153M, Class B: 0.1483 inch (3.8 mm) side rods with 0.1483 inch (3.8 mm) cross rods; width as required to provide not more than 1 inch (25 mm) and not less than 1/2 inch (13 mm) of mortar coverage on each exposure. I C. Strap Anchors: Bent steel shapes configured as required for specific situations, 1-1/4 in (32 mm) width, 0.105 in (2.7 mm) thick, lengths as required to provide not more than 1 inch (25 mm) and not less than 1/2 inch (13 mm) of mortar coverage from masonry face, corrugated for I embedment in masonry joint, hot dip galvanized to ASTM A 153/A 153M, Class B. 2.04 ACCESSORIES A. Joint Filler: Closed cell poiyethylene; oversized 50 percent to joint width; self expanding; 3/8 I inch (10 mm) wide x by maximum lengths available. B. Cleaning Solution: Non-acidic, not harmful to masonry work or adjacent materials. PART 3 EXECUTION I 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive masonry. I B. Verify that related items provided under other sections are properly sized and located. C. Verify that buill-in items are,in proper location, and ready for roughing into masonry work. I 3.02 PREPARATION A. Direct and coordinate placement of metal anchors supplied fo~ installation under other sections. I B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. 3.03 COURSING I A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form head and bed joints of uniform I thickness. V, IV\OI' , I C. Concrete Masonry Units: ;'li:FI9J;I,~ 0\1\0/ 1. Bond: Running. ' . - ,J ,,1/J . I 2. Coursing: One unit and one mortar joint to equal 8 ~h.~S }200 mm). 3. Mortar Joints: Concave. Strike head and bed joints { !l meJ>r'1!}le Ihr~gJ:lOut joint. ,. . ,I.:} 'IUDZ I rr~'''' ~..1:::1 iij UNIT MASONRY ASSEMBLIES 04810- 2 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa 3.04 PLACING AND BONDING I A. Lay solid masonry units in full bed of mortar, with full head joints along all edges of face shells, . uniformly jointed with other work. Provide sealed joint along webs of all reinforced cells. B. Lay hollow masonry units with face shell bedding on head and bed joints. I C. Minimum joint depth shall be 1 inch. Thin pointing of joints is prohibited. D. Remove excess mortar and mortar smears as work progresses. Clear away all mortar I protruding into reinforced cells without dropping mortar into the reinforced void. E. Interlock intersections at external corners and opening jambs. Provide jamb end face units at all corners and openings. I F. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. G. Perform job site cutting of masonry units with diamond or carbide saws to provide straight, I clean, unchipped edges. Broken, spalled or chipped masonry units are prohibited. H. Isolate masonry partitions from vertical structural framing members with a control joint where shown on Drawings. I I. Isoiate top joint of masonry partitions from horizontal structural framing members and slabs or decks with where shown on Drawings. Support tops of masonry walls with, slip support where shown on Drawings. <:5 G;... S? I -< co 3.05 REINFORCEMENT AND ANCHORAGE - SINGLE WYTHE MASONRY <::..0 )-;. -j l"'1 n 11 A. Install horizontal joint reinforcement 16 inches (400 mm) on center. 0>' N - ,-- N , I B. Lap joint reinforcement ends minimum 6 inches (150 mm). --i I., ) ill .:-<1 <J fll r-! 3.06 GROUTED COMPONENTS 522 :::;r. \_J <;: /' 7: I A. All grouted and/or reinforced cells shall be free of insulation or other non:cementiflous debr:is: +:' B. Support and secure reinforcing bars from displacement. Maintain position within 1/4 inch of dimensioned position. I C. Place and consolidate grout fill without dispiacing reinforcing. 3.07 TOLERANCES I A. Maximum Variation From Unit to Adjacent Unit: 1/16 inch (1.6 mm). B. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft (6 mm/3 m) and 1/2 inch in 20 ft (13 I mm/6 m) or more. C. Maximum Variation from Plumb: 1/4 inch (6 mm) per story non-cumulative: 1/2 inch (13 mm) in two stories or more. I D. Maximum Variation from Level Coursing: 1/8 inch in 3 ft (3 mm/m) and 1/4 inch in 10 n(6 mm/3 m); 1/2 inch in 30 ft (13 mm/9 m). E. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft (3 mm/m). I F. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch (6 mm). 3.08 CUTTING AND FITTING I A. Cut and fit for chases, pipes, and conduit. Coordinate with other sections of work to provide correct size, shape,and location. , I B. Obtain app'roval prior to cutting or fitting masonry work not indicated or where appearance or UNIT MASONRY ASSEMBLIES .04810- 3 I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I strength of masonry work may be impaired. 3.09 CLEANING I A. Remove excess mortar and mortar droppings. B. Replace defective mortar. Match adjacent work. C. Clean soiled surfaces with cleaning solution. I D. Use non-metallic tools in cleaning operations. 3.10 PROTECTION OF FINISHED WORK I A. Without damaging completed work, provide protective boards at exposed external corners which are subject to damage by construction activities. I END OF SECTION I I I I I I I I I Wv101 I.I/J . I ;./8::;j;; , \;'/.10/ ,,' ' I ~ I/J I ....J 1.1... 77:{ f/d Z Z :rm 700l C]:11/:3 I UNIT MASONRY ASSEMBLIES 04810- 4 I ----- 1 I HowardH. Green Company Iowa City WTP Architectural Precast Failure Repairs Project No. 524540 City of Iowa City, Iowa SECTION 05120 I STRUCTURAL STEEL PART 1 GENERAL I 1.01 SECTION INCLUDES A. Structural steel framing. 1 B. Structural steel accessories. 1.02 REFERENCES I A. /' AISC M016 - ASD Manual of Steel Construction; American Institute of Steel Construction, Inc.; 1989, Ninth Edition. - B. AISC S303 - Code of Standard Practice for Steel Buildings and Bridges; American Institute of I Steel Construction, Inc.; 2000: C. AISC S348,- Specification for Structural Joints Using ASTM A325 or A490 Bolts: 2000. D. ASTM A 36 - Standard Specification for Carbon Structural Steel; 2001. I E. ' ASTM A 325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength: 2002. "-' F. ASTM A 563 - Standard Specification for Carbon and Alloy Steel Nuts: 2000. 0, c;:'; I ~ .- G. ASTM A 992 - Standard Specification for Structural Steel Shapes; 2002. ~-" c::> ~_.... ... )>=~ ,., Il H. ASTM F 436 - Standard SpecifiCation for Hardened Steel Washers: 2002. / " 0.-'- N -' .-- 1 I. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive ExaminationQ N ! American Welding Society; 1998. :<. m -u rTl ,..~ -,J :::rr: I..J J. AWS D1.1 - Structural Welding Code - Steel; American Welding Society: 2004. ~~. ~^ - I .- K. SSPC-Paint 20 - Zinc;Rich Primers (Type I, "Inorganic," and Type II, "Organic"): Samety for J:" Protective Coatings: 2002. J:" I L. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.: current edition. 1.03 PERFORMANCE REQUIREMENTS A. Structural Performance: Engineer structural steel connections required by'the Contract I Documents to be selected or completed by the fabricator to withstand 2 times the shear capacity ofthe supported beam. B. Engineering Responsibility: Engage a fabricator who utilizes a qualified professional engineer I to prepare calculations, Shop Drawings, and other structural data for structural steel connections. 1.04 SUBMITTALS I A. Product Data for each type of product specified. B. Shop Drawings: 1. Indicate steel type and grade for all members and fasteners. I 2. Indicate member locations, sizes and fasteners. 3. Indicate type and location of all splices and all shop and field Connections. 4. Indicate members to receive shop priming. 1 5. Indicate welds by standard AWS weiding symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. 6. Indicate size and length of bolts, distinguishing between shop and field bolts. I STRUCTURAL STEEL 05120-1 I, I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs I Project No. 524540 City of Iowa City, Iowa 7. No variation from design sizes will be permitted, but recommendations for modifications of details to better suit the fabricator's shop practice will be considered, if specifically brought I to the attention of the Engineer. 8. Shop Drawings to be signed and sealed by a qualified professional engineer responsible for their preparation. I 1.05 QUALITY ASSURANCE A. Comply with applicable provisions of the following specifications and documents: 1. AISC's "Manual of Steel Construction-Allowable Stress Design, 9th Ed." I 2. AISC's "Specification for Structurai Steei Buildings-Allowable Stress Design and Plastic Design." 3. ASTM A 6 "Specification for General Requirements for Rolled Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use." I 4. Research Council on Structural Connections' (RCSC) "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." B. Installer Qualifications: Engage an experienced Installer who has completed structural steel I work similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance. C. Fabricator Qualifications: Engage a firm experienced in fabricating structural steel similar to that I indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to fabricate structural steel without delaying the Work. D. Welding Standards: Comply with applicable provisions of AWS 01.1 "Structural Welding Code- I Steel." 1. Present evidence that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. E. Verify all existing dimensions, materials, and conditions are as shown on the drawings prior to I any fabrication. 1.06 DELIVERY, STORAGE, AND HANDLING I A. Deliver structural steel to Project site in such quantities and at such times to ensure continuity of installation. B. Store materials to permit easy access for inspection and identification. Keep steel members off I ground by using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. 1. Store fasieners in a protected place. Clean and relubricate bolts and nuts that become dry or rusty before use. I 2. Do not store materials on structure in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. PART 2 PRODUCTS I 2.01 MATERIALS A. Steel Angles, Plates, Channels, and Round Bars: ASTM A 36. I B. Steel W Shapes: ASTM A 992, 50 ksi. C. High-Strength Bolts, Nuts, and Washers: ASTM A 325, plain, uncoated medium carbon, with I ASTM A 563 nuts and ASTM F 436 washers: T~Ae) ,alloy steel. All bolts shall have threads excluded from the shear plane unless noted or&taile'd P\1i~0'i9ll'\;10 \!Lr-;-'],- vI I ! D. Welding Materials: ANSI! AWS 01.1 compliant: E70XXeiJ,cti:2.9~ typical or type required for I materials being welded. h' /'):1 Lid '2 " c nO 700Z 11-', I STRUCTURAL STEEL i..H ":1 '- -- 1/_ 05120- 2 I I I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs Project No. 524540 City of Iowa City, Iowa E. Shop and Touch-Up Primer: Fabricator's standard. Primer shall be compatible with finishing I material. 2.02 FABRICATION I A. General 1. Fabricate in accordance with reviewed Shop Drawings and referenced standards.. 2. Fabricate and assemble structural steel in shop to greatest extent possible. Fabricate structural steel according to AISC specifications referenced in this Section and in Shop I Drawings. a. Identify high-strength structural steel according to ASTM A 6 and maintain markings until steei has been erected. b. Mark and match-mark materials for field assembly. I c. Fabricate for deliverY a sequence that will expedite erection and minimize field handling of structural steel. d. Complete structural steel assemblies, including welding of units, before starting shop- I priming operations. e. Comply with fabrication tolerance limits of AISC's "Code of Standard Practice for Steel Buildings and Bridges" for structural steel. 3. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible. I a. Plane thermally cut edges to be welded. 4. Holes: Provide.holes required for securing other work to structural steel framing and for pas~age of other work through steel framing members, as shown on Shop Drawings. a. .. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame-cut holes or I enlarge holes by buming. D~II holes in bearing plates. . 5. All steel shall be accurately fitted and provided with identification mark before it is delivered to building site. 6. High strength bolted connections shall be designed as bearing connections, unless I specifically noted on the drawings as slip-critical (SC). Hoie types shall be standard or , short slotted hoies normal to the load direction. , 7. Shearing and punching shall leave true, clean lines and surfaces. I 8. Exercise special caution in fabrication of exposed steel shapes; grind smooth all raised lettering and ble~ishes on exposed steel: grind smooth all coped areas. B. Shop Cleaning 1. Slag on welds, and excess weid splatter shall be removed by chipping or grinding. I 2. Loose mill scale and rust shall be removed in accordance with the paint manufacturers specifications'. 3. Oil and residues which would prevent adherence of paint to steel shall be removed with I solvent. C. Fabricate connections for bolt, nut, and washer connectors. I 0 '" = = ~ ~- ~C) co I -I r'l r") -<' '" . i J '- N -10 N r- ,-<;- ITI I m ::;:> --.f.... ,-, O:~~: ~ \....../ ""'--"".., - :< -. ):> - I +- I STRUCTURAL STEEL 05120- 3 I I Howard R. Green Company. , Iowa City WTP Architectural Precast Failure Repairs I Project No. 524540 City of Iowa City, Iowa 2.03 FINISH I A. Surface Preparation: Clean surfaces to be painted. Prepare structural component surfaces in accordance with SSPC SP 3 'Power Tool Cleaning." Remove oil, grease, and similar I contaminates, complying with SSPC SP-1 Solvent Cleaning. B. Priming: Immediately after surface preparation, apply primer according to manufacturer's instructions and at rate recommended by SSPC to provide a dry film thickness of not less than I 1.5 mils of primer paint on structural steel unless noted otherwise. Use priming methods that result in full coverage of joints, corners, edges, and exposed surfaces. 1. Stripe paint comers, crevices, boits, welds, and sharp edges. 2. Apply 2 coats of shop paint to inaccessible surfaces after assembly or erection. Change I .:r -<S color of second coat to distinguish it from first. ~ ~.; fJ\RT:3: ~ECUTION Ct.. -- I ,'"" 3:01 EXAMINATION . \ 0- _:: ,_ '-, . \..\.-1, N A. CVenIY that conditions are appropriate for removal and replacement of structural steel beams and , N :that'the work may properly proceed. \ :::::::- {.-.J r:.:::-~~..:::. I D- 3.0t!,!REeA~TION ,. cA. Remove roofing materials and metal deck in accordance with Contract Documents. = B. Provide temporary shoring for steel joists bearing on structural steel beams that will be I removed. C. Cut away steel joist ends in accordance with Ccntract Documents. D. Provide temporary shores, guys, braces, and other supports during removal and replacement of I beams to keep existing structural steel secure, plumb, and in alignment. 3.03 REMOVAL I A. Remove damaged structural steel beams indicated in Contract Documents. B. Provide temporary support for structural steel beams to pennit safe disassembly of end connections. I C. Lower beams down to floor in controlled manner and remove from project site. 3.04 ERECTION A. Erect structural steel in compliance with AISC "Code of Standard Practice for Steel Buildings I and Bridges". B. Maintain erection tolerances of structural steel within AISC's "Code of Standard Practice for I Steel Buildings and Bridges." C. Allow for erection loads, and provide sufficient temporary bracing to maintain structure in safe condition, piumb, and in true alignment until completion of erection and installation of permanent I bracing. D. Do not field cut or alter structural members without approval of Engineer. E. Light drifting necessary to draw holes together will be pennitted: drifting to match misaligned I holes is not allowed. When misaligned holes are encountered, contact the Engineer for correction requirements. Field buming of holes is not allowed. F. All field connections shall be bolted using 3/4 inch high-strength bolts installed to the snug tight I condition. The snug tight condition is defined as the tightness attained by a few impacts of an impact wrench or the full effort of a man using an ordinary spud wrench. Additionally, the high STRUCTURAL STEEL 05120- 4 I I ----- I I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs Project No. 524540 City of Iowa City, Iowa I strength bolted connections shall be additionally tightened such that contact surfaces between members being connected is tight. G. Do not use thermal cutting during erection. I H. Do not enlarge unfair holes in members by buming or by using drift pins. Ream holes that must be enlarged to admit bolts. \. After erection is complete, prime abrasions and surfaces not shop primed. I 3.05 FIELD QUALITY CONTROL A. Bolting 1. High-Strength Bolts: Provide testing and verification of field-bolted bearing type I connections in accordance with AISC "Allowable Stress Design Specification for Structural Joints Using ASTM A325 or A490 Bolts", testing at least 10 percent of bolts at each connection. 2. Loose bolts in a connection or bolts encountered which do not meet specification I requirements by testing, will be cause for rejection of the connection. 3. Bolts will be reinspected for proper grip length as indicated on the reviewed Shop Drawings; improper grip length shall be cause for rejection. I 4. Re-use of high strength bolts which have been tightened previously, or use of bolts which have suffered thread damage, is not permitted. 5. Tightening of the high strength bolted connections shall be such that contact surfaces are tight. I END OF SECTION I I I ,..., 0 .:;:;:;, ~ ~O = I )>---.{ r1 0-< " 11 .N - -1(') N ,_. i _-(i Gl m ,-' I 022 ::r: ,--I i_J <;:/.... - ::i h .c- I -=- - " I I I STRUCTURAL STEEL 05120- 5 I I I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs Project No. 524540 City of Iowa City, Iowa SECTION 05210 I .-> STEEL JOISTS C:=' 5 ~.., ~ PART 1 GENERAL 40 % ----r, I ;:';:-::~ co -' 1.01 SECTION INCLUDES v ' -~ . -< '" , Q (, '" '\)\, A. Repair of damaged steel joists. ---\ ;-.-~ 'c. ..z. """ I 1.02 REFERENCES - - rr- ::;;: j ." :JJ n~ - A. ASTM A36 - Standard Specification for Carbon Structural Steel; 2001. -~/' .. :;;...,. ~ B. ASTM A 108 - Steel Bars, Carbon, Cold-Finished, Standard Quality. )? ~ I c. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; American Welding Society: 1998. , I D. AWS Dl.l - Structural Welding Code - Steel: American Welding Society: 2004. E. FS TT-P-636 - Primer Coating, Alkyd, Wood and Ferrous Metal. F. SJI - Standard Specifications for Open Web Steel Joists K Series. I G. SJI - Standard Specifications for Longspan Steel Joists LH Series and Deep Longspan Steel Joists DLH Series. I H. SSPC - Steel Structures Painting Council. / 1.03 SUBMITTALS A. Shop Drawings: I 1. Indicate replacement member size and configuration. 2. Indicate weld type, size and length using standard AWS welding symbols. 1.04 QUALITY ASSURANCE I A. Perform Work in accordance with SJI Standard Specifications, Load Tables, and Weight Tables. B. The fabricator shall be a company specializing in performing the work of this Section with I mil)i~um 5 years experience. Fumish documentation of experience upon request. C. The erector shall be a company speciaiizing in performing the work of this Section with minimum 5 years experience. Furnish documentation of experience upon request. I D. Design connections not detailed on the Drawings under direct supervision of a Professional . Engineer experienced in design of this work and licensed in the State of Iowa. E. Verify that field measurements are as shown on contract documents. I 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver products to Project site in such quantities and at such times to' ensure continuity of installation. I B. Store products off ground and protect from erosion and deterioration. I I I STEEL JOISTS 05210- 1 I ---- I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs I Project No. 524540 City of Iowa City, Iowa PART 2 PRODUCTS I 2.01 MATERIALS A. Steel Angies, Plates, Channels and Round Bars: ASTM A36 or ASTM A572, Grade 50, as I indicated on Drawings. B. Steel Tubes: ASTM A500, Grade B. C. Welding Materials: ANSI! AWS D1.1 compliant; E70XX electrodes typical or type required for I materials being welded. D. Primer shall be compatible with finishing material. I 2.02 FABRICATION A. Shop fabricate replacement items to greatest extent possible. 2.03 FINISH I A. Finish shall match existing. B. Items shall be clean and coated with primer paint. I C. Prepare shop fabricated items'in accordance with SSPC SP-6 - Commercial Blast Cieaning. D. Prepare field fabrications with SSPC SP-1 - Soivent Cleaning. E. Apply primer per requirements of Section 09900. I PART 3 EXECUTION 3.01 EXAMINATION I A. Verify that field conditions are acceptable for removal and replacement of damaged portions of steel joists and that the work may property proceed. 3.02 PREPARATION I A. Verify that field measurements are as shown on contract documents. B. Remove roofing materials and metal deck in accordance with Contract Documents. I C. Provide temporary shoring for steel joists bearing on structural steel beams that will be removed. 3.03 EXECUTION I A. Cut and remove damaged ends of steel joists in accordance with Contract Documents. B. Replace damaged joist ends with new joist ends as detailed in Drawings.- I C. Bear new joist ends on new structural steel beams and weld as required in Drawings. D. After erection is compl<:~te, prime abrasions, welds, and surfaces not shop primed. I END OF SECTION '>WiOl A If:) I I \11 --.;;' '>'/ViOI /1-1'11 ' ) I w" " . /J ~. . I !;~:I Hd C 2 J30 70UZ STEEL JOISTS CJT7/.j 05210- 2 I I I I Howard R. Green Company , iowa City WTP Architectural Precast Failure Repairs Project No. 524540 , City of Iowa City, Iowa I ~ SECTION 053.10 ~ I q CJ --n STEEL DECK 2:0 ~ y~r -- -~ ~- '" I PART1 GENERAL Cl N '--\ I ::-.\0 \ ~l 1.01 SECTION INCLUDES ~~ -0 \"". u -r,-, ::1" U --'-0 A. Roof deck removal and replacement. r'::- _ '::i:/' .' Z .- I 1.02 REFERENCES - - Y' <l' A. ASTM A 653 - Standard Specification for Steel SheE;t, Zinc-Coated (Galvanized) or Zinc-Iron Alioy-Coated (Galvannealed) by the Hot-Dip Process; 2002a. I B. AWS~.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; American Welding Society; 1998. C. AWS D1.1 - Structurai Welding Code - Steel; American Welding Society: 2004. I D. SDI (DM) - Publication No.30, Design Manual for Composite Decks, Form Decks, Roof Decks: Steel Deck Institute; 2001. I 1.03 SUBMITTALS A. Product Data: For each type of deck, accessory, and product indicated. B. Shop Drawings: Indicate deck plan, support iocations, projections, openings, reinforcement, I pertinent details, and accessories. Show layout and types of deck panels, anchorage details, special jointing, and attachments to other construction. C. Product Certificates: Signed by steel deck manufacturers certifying that products fumished I comply with requirements. D. Welding Certificates: Copies of certificates for welding procedures and personnel. I 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed steel deck similar in material, design, and extent to that indicated for this Project and whose work has resulted in I construction with a record of successful in-service performance. B. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code. -Steel," and AWS D1.3, "Structural Welding Code-Sheet Steel." I 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect steel deck from corrosion, deformation, and other damage during delivery, storage, and handling. I B. Stack steel deck on platforms or pallets and slope to provide drainage. Protect with a waterproof covering and ventilate to avoid condensation. PART 2 PRODUCTS I 2.01 ROOF DECK . A. Gaivanized Steel Sheet: ASTM A653, Structural Steel, Grade 33, with G90/Z275 galvanized I coating. 1. Type, size and thickness to match existing, which is anticipated to be the following: a. Height: 1-1/2 inch. b. Thickness: 20 gage: I c. Profile:Vulcraft Type "B" Roof Deck or equal. 2.02 ACCESSORIES I STEEL DECK 05310-1 I I Howard R. Green Company ,Iowa City WTP Architectural Precast Failure Repairs I Project No. 524540 City of Iowa City, Iowa A. General: Provide manufacturer"s standard accessory materials for deck that comply with requirements indicated. I B. Support Fasteners: Puddle welds, AWS D1.1 compiiant. C. Side-Lap Fasteners: Corrosion-resistant, hexagonal washer head; self-drilling, carbon-steel I screws, No. 10 minimum diameter. D. Flexible Closure Strips: Vulcanized, closed-cell, synthetic rubber. E. Miscellaneous Sheet Metal Deck Accessories: Steel sheet, minimum yield strength of 33,000 I psi, not less than 0.0359-inch design uncoated thickness, of same material and finish as deck; of profile indicated or required for application. F. Gaivanizing Repair Paint: ASTM A780 with dry film containing a minimum of 94 percent zinc I dust by weight]. PART 3 EXECUTION 3.01 EXAMINATION, I A. Verify that field conditions are acceptable for removal and repiacement of damaged steel deck and that the work may properly proceed. 3.02 PREPARATION I A, Remove roofing materials to expose damaged roof deck iocations. B. Identify roof deck sections which require replacement. I C. Identify roof deck support locations. D. Provide temporary, weatherproofing enclosure to protect locations where roof deck will be I removed. Temporary enclosure to remain in place until new roof deck is installed. E. Prior to installation of new roof deck, ensure that all repair work to steel joists and structural steel beams is complete. I 3.03 REMOVAL A. Remove damaged panels in full length sections ensuring that all adjacent sections are adequately supported. Do not cut panels in manner that leaves ends of adjacent sections I unsupported. B. At puddle welds, roof deck shall be cut around the weld to disconnect the section from the supporting member. I C. Puddle welds shall be ground down flush with top surface of support member. D. Self-drilling screws shall either be backed out or have the heads ground off to permit removai without damaging adjacent roof deck sections. I E. Once all connections are disconnected, remove damaged panels from Project site and assemble temporary enclosure. 3.lI4 INSTALLATION I A. Install new deck panels and accessories according to appiicable specifications and commentary in SDI Publication No. 29, manufacture~s written instructions, and requirements in this Section. I B. Locate decking bundles to prevent overloading ~:~),lppor!ing members. /I'IUI ;;. /{r . C. Place new deck panels on supporting frame and adjust-t finaVpqSi\ilWt)Nith ends accurately aligned and bearing on supporting frame before beirl'g' peiIT!an~~i;f~ fened. Do not stretch or I contract side-lap edge. S'1 : f f.J ".j 22 J-' ::,O'iOOZ I STEEL DECK O::i7IJ 05310- 2 I I I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs Project No. 524540 City of Iowa City, Iowa D. Place new,deck panels flat and square and fasten to supporting frame without warp or I deflection. E. Permenantiy fasten new deck sections in accordance with Drawings. I F. Comply with AWS requirements and procedures for manual shielded metal arc welding, appearance and quaiity of welds, and methods used for correcting welding work. 3.05 FIELD QUALITY CONTROL I A. Fieid welds will be subject to inspection. B. Remove and replace work that does not comply with specified requirements. I C. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of corrected work with specified requirements. 3.06 REPAIRS AND PROTECTION I A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on both surfaces of deck with galvanized repair paint according to ASTM A 780 and manufacture~'s written instructions. I B. Provide final protection and maintain conditions to ensure that steel deck is without damage or deterioration at time of Substantial Completion. END OF SECTION I I I I I 0 '" = = :> ~ ~O <::J I _J->=::i 1'7", " (") 2! C) -, N :::;"'1 N /- " , ../~ - " rn I IT! ~ or' -- C-' -S::"" - 'j 3:; " - I <.J1 I I STEEL DECK 05310- 3 I I I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs Project No. 524540 City of Iowa City, low,a , SECTION 06100 I ROUGH CARPENTRY PART 1 GENERAL I 1.01 SECTION INCLUDES A. Parapet coping naile~s. I B. Preservative treatment of wood. 1.02 REFERENCES I A. AWPA C2 - Lumber, Timber, Bridge Ties and Mine Ties -- Preservative Treatment by Pressure Processes; American Wood-Preservers' Association: 1997. B. PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology I (Department of Commerce); 1994. C. SPIB (GR) - Standard Grading Rules for Southern Pine Lumber; Southem Pine Inspection Bureau, Inc.; 1994. I D. WWPA G-5 - West~rn Lumber Grading Rules; Western Wood Products Association; 1995. 1.03 SUBMITTALS A. Product Data: Provide technical data on wood preservative materials. I 1.04 QUALITY ASSURANCE A. Lumber: Comply with PS 20 and approved grading rules and inspection agencies. I 1. Acceptable Lumber Inspection Agencies: SPIB and WWPA. 2. Lumber of other species or grades, or graded by other agencies, is acceptable provided structural and appearance characteristics are equivalent to or better than products specified. I PART 2 PRODUCTS ~" 0 = = 2.01 DIMENSION LUMBER' -< o~_G 0 .i>=i G1 I A. Sizes: Nominai sizes as indicated on Drawings, S4S. " -,-, Cj-< I I N - B. Moisture Content: S-dry or MC19. --/ C) N f- , c<~- fll C. Miscellaneous Blocking, Furring, and Nailers: n. "'D -:0 ::i::: r, I 1. Lumber: S4S, NO.2 or Standard Grade. 0-- '-.J <:,,/'0. - ~ .. 2.02 ACCESSORIES. r- <J1 I A. Fasteners and Anchors: 1. Fasteners: Stainless steel for high humidity and treated wood locations. 2.03 FACTORY WOOD TREATMENT I A. Pressure Treatment of Lumber Above Grade: AWPA Treatment C2 using waterborne 'preservative to 0.25 Ib/cu ft retention. 1. Kiln dry after treatment to maximum moisture content of 19 percent. I 2. Treat wood in contact with roofing, ftashing, or waterproofing. 3. Treat wood in contact with masonry or concrete. PART 3 EXECUTION I 3.01 FRAMING INSTALLATION A. Set members level and plumb, in correct position. I ROUGH CARPENTRY 06100-1 I I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs I Project No, 524540 City of Iowa City, Iowa B. Provide miscellaneous members as indicated or as required to support finishes, fixtures, specialty items, and trim. I END OF SECTION I I I 1 I I I I I I I I I \7ii110! ~ I" ' I )fl,r:" ...Iv f/l1;1nl J! -{ r' -,' '~", ,) / IIJ v I \--..... ell'l ~ . '4d 22 J]O 700Z r,- . I (f::{'/ ; ROUGH CARPENTRY '- --.1, 11---1 06100- 2 '_J I I Howard RGreen Company Iowa City Water' Facility Improvements Project No.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 07212 I BOARD AND BATT INSULATION PART1 GENERAL I 1.01 SECTION INCLUDES A. Board insulation at front face and bottom of concrete beams. 1.02 REFERENCES I A. ASTM C 578 - Standard Specification for Rigid, Cellular Polystyrene Thermallnsuiation; 1995. B. ASTM C 665 - Standard Specification for Mineral-Fiber Blanket Thermal Insulation for Light I Frame Construction and Manufactured Housing: 1995. 1.03 SUBMITTALS I A. Product Data: Provide data on product characteristics, performance criteria, and product limitations. B. Manufacturer's Installation Instructions: Include information on special environmental conditions I required for installation and installation techniques. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.04 ENVIRONMENTAL REQUIREMENTS I A. Do not install insulation adhesives when temperature or weather conditions are detrimental to successful installation. I PART 2 PRODUCTS 2.01 BOARD INSULATION MATERIALS A. . ......, I Extruded Polystyrene Board Insulation: ASTM C 578, Type XII; Extruded expanded(5llystyre!1.~ board with cut cell surfaces; with the following characteristics: .d ~ 1. Board Size: Maximum as required to provide adequate coverage. )3; S ~ 11 2. Board Thickness: 2 inches. -~ - I o N r-' 3. Board Edges: Square or tongue-and-groove. ::-' i; fv 4. Thermal Conductivity (k factor) at 25 degrees F: 0.18. _-2 r--. i--' ,i I 5. Compressive Resistance: 25 psi. - ~ ::::3 r-.~ 6. Board Density: 1.3 Ib/cu ft. :;2 ~'Z _ .....J I 7. Water Absorption, maximum: 0.3 percent, volume. ;;; ;. 8. Manufacturers: Ul a. The Dow Chemical Co. I b. Owens Corning Corp. c. Engineer approved equivalent. 2.02 BATT INSULATION MATERIALS I A. Batt Insulation: ASTM C 665: preformed glass fiber batt; friction fit, conforming to the following: 1. Facing: Unfaced. 2. Manufacturers: I a. Certainteed Corp. b. Johns Manville Corp. c. Owens Corning Corp. I d. Engineer approved equivalent. 2.03 ACCESSORIES A. Adhesive: Type recommended by insulation manufacturer for application. I BOARD AND BATT INSULATION 07212-1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs' Iowa City, Iowa I PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation materials are dry and that substrates are I ready to receive insulation and adhesive. B. Verify substrate surfaces are fiat, free of honeycomb, fins, irregularities, or materials or I substances that may impede adhesive bond. 3.02 BOARD INSTALLATION AT CONCRETE BEAMS A. Apply adhesive to back of boards: I 1. Three continuous beads per board length. B. Install boards horizontally on front face and bollom of concrete beams. I 1. Place boards to maximize adhesive contact. 2. Bull edges and ends tightly to adjacent boards and to protrusions. C. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. I 3.03 BATT INSTALLATION A. Cut insulation balls to provide full coverage of infill space with additional width to assure full I contact along edges. ! B. Place balls within infill space slightly compressing the insulation on all contacted sides. C. Maximize piece dimensions to minimize the count of breaks in batt continuity. I 3.04 PROTECTION OF FINISHED WORK A. Do not permit installed insulation to be damaged prior to its concealment. I END OF SECTION I I I I I '0\-iOI ' I >!8:/M'~ ,'0V101 , I lj /\-dJ S?:/ ~-Id 2Z JJO ?DDZ f'"~"""_ . I i...J:::! 11:/ BOARD AND BATT INSULATION 07212- 2 I I Howard R. Green Company Iowa City Water Facility Improvements Project No:524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 07532 I LOOSELY LAID TPO SINGLE PLY ROOFING PART 1 GENERAL' I 1.01 SECTION INCLUDES' A. Work includes removal and replacement of existing mechanically fastened, TPO, single-ply ,roofing at areas adjacent to all building modification locations. In general, existing roofing is to I be removed and replaced from roof edge to 6 feet in from edge along replaced architectural precast spandral panels. 1.02 REFERENCES I A. References: Materials, methods, and detailing used in this sectionshall be listed in the latest edition of the following: .' 1. Factory Mutual Research Corporation - System Approval Guide I 2. Underwriters Laboratories, Inc. - Roofing Materials and Systems Directory. 3. Manufacturer's Product Data and Application Guide. 4.' National Roofing Contractors Association - The NRCA Roofing and Waterproofing Manual. I B. ASTM C 578 - Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation; 1995. C. ASTM D 448 - Standard Classification for Sizes of Aggregate for Road and Bridge Construction; 1986 (Reapproved 1993). I 1.03 SUBMITTALS A. Product Data: Submit complete material list of all items proposed to be furnished and installed I under this section and submit the most recent copy of Manufacturer's literature applicable to" products and specifications to be used including the following:. 0 =, C::) 1. Product literature on roof membrane and all pertinent accessories supplied tly; n -e- 0 manufacturer, including applicable flashing details. :",; =:j PI r-) il I 2. Product literature on insulation(s} indicating physical properties. C)" "" - 3. Product literature on all fasteners to be used on this project. :::~~ r-: [>..) f- 4. Product literature on all caulking and sealants used on this work. ..-<~r rT] fT! --0 ' , 5. Material Safety Data Sheets for all components used on this work. . C)~~ .....-., ~.. , . I '-J 6. Shop drawings for tapered roof insulation layout. 5- ' , -;:- Submit information on Manufacturer's recommended methods of installation for p:frtial roof;:; B. I replacement and edge treatments. C. When approved by Owner, the Manufacturer's recommended methods of installation (unless superseded by the specification) will become the basis for inspecting and acceptance or I rejection of the actuai installation procedures used on this work. 1.04 QUALITY ASSURANCE A. Products used shall be suitable for integration with the existing roof system and shall not void I the current warranty. B. Qualifications of Manufacturer: Products used in the work included in this section shall be I produced by the Manufacturers of the originally installed materia is. C. Qualifications of Contractor: The Contractorand his personnel shall be currently approved by the manufacturer of the approved products as qualified to install the material listed in this I section and to maintain the current manufacturer's warranty. D. Qualifications of Installers: Use adequate numbers of skilled workmen who are thoroughly I trained and experienced in the necessary crafts and who are completely familiar with the I specified requirements and the methods needed for proper performance of the work in this LOOSELY LAID TPO SINGLE PLY ROOFING 07532- 1 I Howard R. Green Company Iowa City Water Faci!ity Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I section. E. Examination and Acceptance of Work in Place: the Contractor shall examine work in place on. I which the roofing is dependent. Defects which may infiuence satisfactory completion and performance oUhe roofing work shall be corrected prior to commencement of the roofing work. Commencement of the roofing work shall be construed as work in place being acceptable for satisfying the requirements of this section. I F. The Contractor shall make all required notifications and secure all required inspections by the Manufacturer of the approved materials to facilitate issuance of the specified roof warranty. G. Inspections: Engineer will inspect and test the roof system work for compliance with the I contract documents and will certify the percentage 'of work completed and acceptable. If, in the judgment of the Inspector. any portion of the work does not comply with the contract documents. such work will be rejected by the Engineer, as defective and shall be removed and replaced. I H. Cooperate with Owner and Owner's insuring agency in the preparation of reports and certifications necessary for Owner to obtain or maintain proper insurance for this building. I. Final payment will not be made for roof work unless and until all insuring agency reports and I certifications are properly submitted and the agency accepts the roof construction for insurance. 1.05 DELIVERY, STORAGE, AND PROTECTION I A. Replacements: In the event of damage, immediately make all necessary repairs and replacements subject to the approval of and at no additional cost to Owner. B. U.L. Listing: Provide materials that have been tested and qualify for a Class A rating. Products I shall be listed in most current version of the U.L. Roofing Materials and Systems Directory. C. FM Listing: Provide roofing system and roof covering material which has been evaluated by I Factory Mutual Research Corporation for fire spread, wind uplift and hail damage, and have achieved a FM Class I rating. Products shall be listed in most current version of the FMRC Approval Guide. D. Roof Loading: Loads placed on the roof, including storage of materials, shall not exceed the I safe load for which the roof deck and structure is designed. 1.06 PROJECT CONDITIONS I A. Project drawings are intended for orientation, approximate configuration, and location of details. Contractor shall field verify all items and dimensions for bidding and installation purposes. 1.07 WARRANTY I A. As part of the work, the Contractor shall pay all required fees, secure all required inspections, and complete all items necessary to maintain the existing manufacturer's 10-year no dollar limit I (NDL) labor-and-material warranty to the Owner. B. The Contractor shall warrant all materials and workmanship for a period of two (2) years from the date of acceptance of the completed work by Owner. The Contractor shall make good any I defects in materials or workmanship which may develop during said two (2) year period by the repairing of such defects at his own expense without cost to Owner. C. Upon completion of work and prior to final payment, the following items are to be submitted to I Owner: . . l(!Ar;, , 1. Documentation from roofing manufacturer indic ting,that'.thEfcontra~ has completed all repa~r work in accordance with the manufacturer's:rEL(jgi~~i}i6f~: at the original Manufacturer's ten (10) year, no dollar limit ~NDL) labor-and'ma ial warranty to Owner is I still in effect with no additional limitations or ex.CI~i?].. .." ^__ 2. Contractor's two (2) year, labor-and-material warrant to'bWil~rJ 7Daz' "~l--' I \. i-)'71 -I -- -.; I.:, LOOSELY LAID TPO SINGLE PLY ROOFING 07532-2 I I Howard'R. Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs I Iowa City, Iowa PART 2 PRODUCTS I 2.01 MANUFACTURED UNIT(S) OR MATERIALS A. Materials included in the roofing system shall be the products of or approved in writing by GenFlex Roofing Systems, the manufacturer and guarantor of the existing roofing system. The I roofing system shall be composed qf products provided or approved by Genflex Roofing Systems.' " 2.02 ROOF INSULATION I A. Extruded Polystyrene Board Insulation': ASTM C 578, Type IV; Extruded expanded polystyrene board with natural skin surfaces: with the following characteristics: 1. Minimum Compressive Strength: 25 psi. I 2. Board Size: 48 x 96 inch (1220 x 2440 mm). 3. Rated Flame Spread: 10 or less. 4. Tapered insulation is to be supplied with 1/4"1ft. factory cut slope. Roof crickets are to be I constructed from 1/4'?ft tapered roof insulation. See tapered insulation plan for layout and thicknesses. 5. Manufacturers: a. Dow Chemical Co.; Product: Dow styrofoam SM. I 2.03 BALLAST MATERIALS A. Aggregate: Reuse existing ballast I B. Pavers: Reuse existi~g pavers. Replace pavers damaged during construction to match existing. 2.04 ROOFING MEMBRANE I A. Note: Where applicable store all materials in original, unopened containers, at temperatures between 60 and 80 degrees Fahrenheit until used. When exposed to lower temperatures, restore to room temperature prior to use. All materials must be within shelf life period as stated I by manufacturer. B. Roof Membrane 1. Membrane roofing to be 45 mil reinforced TPO (Thermoplastic Olefin) type roofing sheet to I match existing. 2. . Membrane to be supplied in standard roll width. Color to be white. 3. Approved Products: I a. GenFlexHoofing Systems TPO. C. Membrane Flashing 1. Membrane flashings to be constructed from roofing membrane. Formable flashings to be I constructed from heat formable flashing sheet. Formable flashing to beunreinforced, minimum 55 mil thick, uncured TPO sheet, supplied by roofing membrane manufacturer. 2. Color of formable membrane flashing to match roofing membrane. 3. Approved Products: I a. GenFlex Roofing Systems approved, match existing installed products. 2.05 ACCESSORIES I A. Membrane Clad Metal Flashing 1. Galvanized steel sheet with minimum 20 mil TPO membrane bonded to it. Allows heat welding of TPO membrane sheets to metal flashings. Color to match roofing membrane. I 2. Membrane"c1ad metal to be supplied by membrari~h}1faRt~t~f. 't!i'l\O\ Approved Products " \ ';'-PT') )\ \ iJ a. Hi-Tuff/EP Clad Metal Flashing by JPS Elastomeric:s'Co': -- b. Engineer approved equivalent. Z Z J3G ',GCZ I '9 ~1 : I Hd '-Ij LOOSELY LAID TPO SINGLE PLY ROOFING n-., i- 07532- 3 \.. I . I ,-- I Howard R. Green Company Iowa City Water Facility Improvements' I Project NO.524540-J Architectural Precast Repairs . Iowa City, Iowa I B. System Fasteners: Appropriate for purpose intended and accepted by GenFlex. C. Systems Fasteners - Concrete Substrate I 1. Factory manufactured fastener and plate system. Fastener to be carbon steel (or better) with corrosion-resistant coating. Fastener to comply with Factory Mutual Standard 4470. Manufacturer. supplied plate to be minimum' two inch diameter with recess provided for fastener head. Fastener and plate system to be list in most current volume of the, Factory I Mutual Approval Guide. 2. For concrete substrate, threaded fasteners are to be of sufficient length of engage deck a minimum of one (1) inch. Concrete spike fasteners are to engage decking a minimum of 1- I 1/4". 3. Perfonm test pulls to determine applicability of fasteners prior to installation. 4. Approved products: a. GenFlex Roofing Systems approved, match existing installed products I D. Bonding Adhesive 1. A high strength synthetic adhesive used to bond TPO roofing and flashing membranes to various surfaces. Bonding adhesive to be supplied by membrane manufacturer. I 2. Approved Products: a. GenFlex Roofing Systems approved, match existing installed products. E. Seam Cleaner I 1. Manufacturer supplied solvent used to remove contaminates from surface of membrane prior to heat welding. 2. Approved Products: I a. GenFlex Roofing Systems approved, match existing installed products F. All Purpose Sealant 1. A high solids, one part, gun grade sealant with excellent adhesive qualities. Used as water I cut-off mastic, pitch-pan filler, and as a caulk to seal TPO membrane to metal. All purpose seaiant to be supplied by membrane manufacturer. 2, Approved Products: a. GenFlex Roofing Systems approved, match existing installed products I G. Seam Caulk 1. One part, solvent type seam caulk that fuses to TPO roof membrane. Used to protect the exposed edges of trimmed seams and exposed scrim from the weather. Seam caulk to be I supplied by membrane manufacturer. 2. Approved Products a. GenFlex Roofing Systems approved, match existing installed products I H. Tenmination Bar 1.. ' Pre-punched, corrosion resistant bar used to seal and terminate membrane flashings. Tenminalion bar to be supplied by manufacturer. I 2. Approved Products: a. GenFlex Roofing Systems approved, match existing installed products 2.06 OTHER MATERIALS I A. All other materials not specifically described, but required for a complete and proper installation of the work, shall be as seiected by the Contractor, approved by the Manufacturer, and subject to the approval of the Owner. I W/nl '\ PART 3 EXECUTION I,':,:, .. JIJ \;11v\Q/ 3.01 EXAMINATION )j:j:f):J ^-Lb ' I A. Verify that surfaces and site conditions are ready tJ:l.~c61vEiMor~.z nO ~DGZ. B. Verify deck is supported and secure. '1"".--' I ".::1. 1J:i LOOSELY LAID TPO SINGLE PLY ROOFING 07532- 4 . .~- I -------- - - - I Howard R. Green Company . Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs I Iowa City,lowa C. Verify deck is clean and smooth, flat, free of depressions, waves, or projections, properly sloped and suitable for installation of roof system. I D. Verify deck surfaces are dry and free of snow or ice. E. Examine the areas and conditions under which work in this section will be installed. Correct I conditions detrimental to the proper and timely completion of the work. Do not proceed until such conditions have been corrected. 3.02 PREPARATION I A. Contractor to carefully move existing ballast to expose the underlying roofing membrane to provide a space 8 feet wide along replaced wall sections where shown an the drawings. . B. Surfaces scheduled to receive roofing are to be dry, clean, and free offrost, snow, and debris. I C. At the start of each working day, drains located within daily work area shall be temporarily plugged to prevent debris from falling into the drain. Remove plugs daily. . . I D. Protect adjacent areas from damage with tarps or other durable materials. Eliminate all unnecessary roof traffic on completed work and existing roofing. E. Perform all related work specified elsewhere necessary for the installation of the specified I roofing system, including, but not limited to, walls, curbs, nailers, fixtures, drains, and equipJ:I!ent supports. " 'Q ?' =2:0' G F. Starting of work'constitutes acceptance of the surface by the Contractor. )> :=; ~ -,-, I . . -<) ! I G. Cut away existing edge termimitions so as to provide a minimum continuous newQ.qt:: ~ r'-: membrane edge 6 feet wide alang replaced wall sections where shawn an the dr~wJl'\g$. iT1 rn OJ ;..-_, I 3.03 INSULATION 0 J.J :3'': \".i A. Furnish and install tapered polystyrene roof insulation ~ystem as per approved Sh~ ;awi'liis and in accordance with manufacturer's in~tructions. , en I B. Install insulation with all joints tightly butted. Trim insulation to fit tightly around all p'rajections. I C. All damaged insulation, including broken corners is to be cut out and replaced with new insulation M. I D. Do not apply more insulation than can be covered with membrane in same day. 3.04 MEMBRANE APPLICATION I A. Roofing Membrane: 1. Furnish and install new loosely laid 45 mil reinforced TPO roofing system compiete'with flashings. Ensure that water does not fiow beneath any completed sections of the I membrane system. This will include completion of all flashings, terminations, and daily seals. Execute work so that the field seams and daily seals do not buck water. 2. Pasitian Raofing Membrane over substrate without stretching. Membrane to be positioned I I so that laps will shed water. Do not install system with laps that buck water. 3. Sheets are to overlap a minimum of 2". 4. Membrane is to be mechanically attached at all perimeters. At gravel stop or metal edge details, field membrane is to extend over the perimeter edge and secured with fasteners. I Furnish and install roofing membrane and attachment system as per approved manufacturer's instructions and details. 5. Unroll na more membrane than can be installed and seamed that same day. All seams I must be welded on a daily basis. 6. Membrane Splicing: a. Membrane is t'? beove'rlbpped a minimum of 2". Field seams are to be constructed so as not to buck water. I LOOSELY LAID TPO SINGLE PLY ROOFING 07532- 5 I -- Howard R. Green 'Company Iowa City Water Facility Improvements 1 Project No.524540-J Architectural Precast Repairs' Iowa City, Iowa I b. After adjoining sheets have been attached to deck, remove dirt and excess dust from the mating surfaces of both sheets by wiping with a clean rag. c, All seams are to be welded on a daily basis. Use equipment approved by the I membrane manufacturer; d. All seams are to be fully welded a' minimum of one inch from the outside edge of the lap joint. I e. Allow seams to cool for a minimum of 30 minutes. Check seams for watertight integrity with seam probe. Mark all deficiencies as they are found. f. Repair seam deficiencies with hand held heat gun. Repairs should be performed the same day. Reinspect and repair until all seam deficiencies have been repaired. I B. Additional Membrane Securement: 1. Furnish and,install additional membrane securement at the perimeter of each roof level, roof section, curb flashing, skylight, expansion joint, etc., at any inside angle change where I slope or combined slopes exceed two (2) inches in one horizontal foot, and at other penetrations as per manufacturer's details. 2. Restrain membrane with system fasteners and plates, or with detail as approved by membrane manufacturer. I C. Membrane Flashings: 1. Furnish and install membrane flashings as indicated on plans and specifications. All I flashings are to be totally bonded to the substrate without wrinkles. Unbonded or wrinkled flashings will not be approved. 2. Verify that flashing substrate is smooth and provides a suitable substrate for flashing. 3. Flashings are to extend onto the roofing membrane a minimum of six inches. Height of I flashing is to be mini-mum eight inches above roof surface if possible. Achieve flashing height with single width of material. 4. Apply bonding adhesive to back of flashing membrane and substrate at same time. Apply a uniform coating of adhesive without globs. Application rate will be between 45 to 60 I square feet of coverage per gallon or as per manufacturer's requirements. Do not allow bonding adhesive to come in contact with seaming area. 5. Allow bonding adhesive to flash off until tacky. Touch the bonding adhesive with a clean, I dry finger to be certain that the adhesive does not stick or string. Flash off time will vary with ambient conditions. . 6. Roll flashing into the adhesive evenly and carefully so as to minimize wrinkles. Membrane flashing must be contoured to fit the substrate to which it is being bonded to minimize I " bridging or gaping. 7. Weld membrane flashing to roofing membrane with hot air welder as per Membrane Splicing. I 8. All base flashings are to be mechanically secured at the top edge. Install sheet metal as indicated on detail drawings. 3.05 BALLAST INSTALLATION I A. Contractor is to reuse existing ballast. B. Check all seams for watertight integrity. After final seam check, re-apply uniform layer of I ballast. C. Ballast is to be eveniy distributed at a nominal rate of 15 Ibs. per square foot. D. Eliminate all unnecessary roof t~\f,\c ~m new roofing system. Protect new roofing surface from I damage during ballasting opera 1~(P,.llaam~ged or crushed roof insulation will be replaced at contractor's expense. )!L,q~;-!A} If;VjO/ -- ,,) j II 3.06 CLEANING L 7 : / '- ''-'-,0 I A. The Contractor shall clear the con~~ictr6r?~eaS/"nd shall provide for the removal from the building site of all his construction,debris. .. U IIOZ ( / :::j")/ / I . '- - . I - - --.J LOOSELY LAID TPO SINGLE PLY ROOFING 07532-6 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa B. All debris shall be removed from the premises promptly and the construction area left clean daily. I C. Contractor is responsible to assure that his Subcontractors have properly removed and disposed of all debris relating to their contract. I D. At the completion of the contract, Contractor is to remove from the project site all equ ipment related to his contract. 3.07 COMPLETED ROOF SYSTEM I A. The complete roof system. shall allow no leakage of moisture into the roofing system components or into the building. B. Where traffic must continue over finished roof membrane, protect surfaces using durable I materials. END OF SECTION I I I I I I I '" 0 C:;::J <.::::> .C- :'2:0 0 -,..... --,.- r" ..v -,-:J ' " il I n c)-' N - 1-- =:,C'::' N , ...-<.1- rn I . n-i -0 I-! r\:D :!:: ........;.......,.... '..J <-/, - ~ .. .r:- -.l I I - I LOOSEL YLAID TPO SINGLE PLY ROOFING 07532-7 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 07533 I MECHANICALLY FASTENED TPO SINGLE PLY ROOFING PART 1 GENERAL I 1.01 SUMMARY A. Work includes removal and replacement of existing mechanically fastened, TPO,single-ply roofing at areas adjacent to all building modification locations. In general, existing roofing is to I be removed and replaced from roof edge to 6 feet in from edge along replaced architectural precast spandral panels. 1.02 REFERENCES I A. References: Materials,'methods, and detailing used in this section shall be listed in the latest edition of the following: 1. Factory Mutual Research Corporation - System Approval Guide I 2. Underwriters Laboratories, Inc. - Ro.ofing Materials and Systems Directory. 3. Manufacturer's Product Data and Application Guide. 4. National Roofing Contractors Association - The NRCA Roofing a.n<! Waterproofing Manual. I B. Federal Specifications (FS) 1. HH-I-1972 Polyisocyanurate roof insuiation 1.03 SUBMITTALS I A. Product Data: Submit complete material list of all items proposed to be furnished and instljlled under this section and submit the most recent copy of Manufacturer's literature ~licablei]> products and specifications to be used including the following: ..s: () , e:, I 1-. Product literature on roof membrane and all pertinent accessories supplie~:I!Y'--', . ~::; . -n manufacturer, including applicable fiashing details. ::<" N r-' 2. Product literature on insulation(s) indicating physical properties. S C N m I 3. Product literature on all fasteners to be used on thiS project. :<', -0 '-, 4. Product literature on all caulking and sealants used on this work. _ [1ri :::;: I ' '-.J 5. Material Safety Data Sheets for all components used on this work. . . S~ ~~, -;:- 6. Shop drawings for tapered roof insulation layout. $ .c- I . --1 B. Submit information on Manufacturer's recommended methods of instailation for partial roof replacement and edge treatments. I C. When approved by Owner, the Manufacturer's recommended methods of installation (unless superseded by the specification) wili become the basis for inspecting and acceptance or rejection of the actual installation procedures used on this work. I 1.04 QUALITY ASSURANCE A. Products used stlall be suiiable for integration with the existing roof system and shall not void the current warranty. . . I B. Qualifications of ManufaCturer: Products used in the work included in this section shall be produced by the Manufactur!3rs of the originally installed materials. C. Qualifications of Contractor: The Contractor and his personnel shall tie currently approved by I the manufacturer of the approved products as qualified to install the material listed in this section and to maintain the current manufacturer's warranty, I D. Qualifications of Installers: Use adequate numbers of skilied workmen who are thoroughly ,trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper perfonmance of the work in this section. I MECHANICALLY FASTENED TPO SINGLE PLY ROOFING 07533- 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I E. Examination and Acceptance of Work in Place: the Contractor shall examine work in place on which the roofing is dependent. Defects which may influence satisfactory completion and performance of the roofing work shall be corrected prior to commencement of the roofing work. I Commencement of the roofing work shall be construed as work in place being acceptable for satisfyi~g the requirements of this section. F. The Contractor shall make all required notifications and secure all required inspections by the I Manufacturer of the approved materials to facilitate issuance of the specified roof warranty. G. Inspections: Engineer will inspect and test the roof system work for compliance with the contract documents and will certify the percentage of work completed and acceptable. If, in the I judgment of the Inspector, any portion of the work does not comply with the contract documents, such work will be rejected by the Engineer, as defective and shall be removed and replaced. H. Cooperate with Owner and Owner's insuring agency in the preparation of reports and I certifications necessary for Owner to obtain or maintain proper insurance for this building. I. Final payment will not be made for roof work unless and until all insuring agency reports and certifications are properly submitted and the agency accepts the roof construction for insurance. I 1.05 DELIVERY, STORAGE, AND HANDLING A. Replacements: In the event of damage, immediately make all necessary repairs and I replacements subject to the approval of and at no additional cost to Owner. B. U.t.. Listing: Provide materials that have been tested and qualify for a Class A rating. Products shall be listed in most current version of the U.L. Roofing Materials and Systems Directory. I C. FM Listing: Provide roofing system and roof covering material which has been evaluated by Factory Mutual Research Corporation for fire spread, wind uplift and hail damage, and have achieved a FM Class I rating. Products shall be listed in most current version of the FMRC I Approval Guide. D. Roof Loading: Loads placed on the roof, including storage of materials, shall not exceed the safe load for which the roof deck and structure is designed. I 1.06 PROJECT I SITE CONDITIONS A. Project drawings are intended for orientation, approximate configuration, and location of details. I Contractor shall field verify all items and dimensions for bidding and installation purposes. 1.07 WARRANTY A. As part of the work, the Contractor shall pay all required fees, secure all required inspections, I and complete all items necessary to maintain the existing manufacturer's 10-year no dollar limit (NDL) labor-and-material warranty to the Owner. B. 'The' Contractor shail warrant all materials and workmanship for a period of two (2) years from I , the date of acceptance of the completed work, by Owner. The Contractor shall make good any defects in materials or workmanship which may develop during said two (2) year period by the repairing of such defects at his own expense without cost to Owner. I C. Upon completion of work and prior to final payment, the following items are to be submitted to Owner: 1. Documentation from roofing manufacturer ~icating that the contractor has completed all I repair work in accordance with the manufa c're.t:~ r78~ir~~':,~~s and that the original Manufacturer's ten (10) year, no dollar limit (N9~Ha~or'13n 'rtl~ial warranty to Owner is still in effect with no additional limitations or excliJ'sions'. )J/J, ' I 2. Contractor's two (2) year, labor-and-maternaL Y'aq,ant'f: to Owner. . ,-,. d ' 2 J.iO 700l '----i ---.__ I l.H i'-f -- 1/-.1 MECHANICALLY FASTENED TPO SINGLE PLY ROOFING 07533- 2 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa I PART 2 PRODUCTS 2.01 MANUFACTURED UNIT(S) OR MATERIALS A. Materials included in the roofing system shall be the products of or approved in writing by I . . . GenFlex Roofing Systems, the manufacturer and guarantor'of the existing roofing system. The roofing system shall be composed of products provided or approved by Genflex Hoofing Systems. I 2.02 ROOF INSULATION A. Insuiation Materials: Insulation type, minimum thickness and physicai properties 'are to be as listed here. I B.. Flat Polyisocyanurate Roof Insulation , 1. Insulation to be a closed-cell Polyisocyanurate foam core, factory faced both sides with an I nonasphaltic glass mal. Foam core is to have a rated flame spread of 25 or less. Insuiation to conform to most current version of Federal Specification HH-I-1972/2. Insulation to have a nominal compre~sive strength of 20 psi. 2.. Flat Polyisocyanurate insulation thickness to be as noted on roof plans. I 3. Approved Products: a. ,AC Foam II by Atlas Energy Products. C. Tapered Polyisocyanurate Roof Insulation I 1. Insulation to be a closed-cell Polyisocyanurate foam core, factory.faced both sides with an non asphaltic glass mal. Foam core is to have a rated fiame spread of 25 or less. Insulation to conform to most currenl version of Federal Specification HH+1972/2. '" I Insulation to have a nominal compressive strength of 20 psi. 0 g 2. . .Tapered Polyisocyanurate roof insulation is to have a minimum slope of 1/4~:pEll'-foot:'See tapered insulation layout for slopes and thicknesses. j:: ~< f;=; . , n Il 3: Approved Products: (j C< N ___ I a. Tapered AC Foam II by Atlas Energy Products --j C)' N r- .-' ~-- '.-l D. Perlite tapered edge - Expanded perlite mineral aggregate, ASTM C '728, 1 14" X2.4~<j( 48~ L.:...! tapered to 0" across the 24" dimension. '~~ ,~ \.._; I 2.03. FASTENERS j:; ;;. -..J A. All system and insulation fasteners are to be approved and warranted by the roofing I Manufacturer. B. Systems Fasteners.. Concrete Substraie 1. Factory manufactured fastener and plate system. Fastener to be carbon steel (or better) I with corrosion-resistant coating. Fastener to comply with Factory Mutual Standard 4470. Manufacturer supplied plate to be minimum two inch diameter with recess provided for fastener head. Fastener and plate system to be list in most current volume of the Factory Mutual Approval Guide. .. I 2. For concrete substrate, threaded fasteners are to be of sufficient length of engage deck a minimum of one (1) inch. Concrete spike fasteners are to engage decking a minimum of 1- 1/4". I 3. Perform test pulls to determine applicability of fasteners prior to installation. 4. Approved Products: a. GenFlex Ro~fing Systems approved, match existing, installed products. , I C. System Fasteners - Steel Decks 1. Factory manufactured screw and plate, system. Screw to be self-tapping, self-drilling with low profile head, carbon steel (or better) with corrosion-resistant coating. Fastener to comply with Factory Mutual Standard 4470. Manufacturer supplied plate to be minimum I MECHANICALLY FASTENED TPO SINGLE PLY ROOFING 07533- 3 I ------- Howard R. Green Company Iowa City Water Facility Improvements 1 Project NO.524540-J ' Architectural Precast Repairs. Iowa City, Iowa I two inch diameter with recess provided for fastener head. Screw and plate system to be listed in most current volume of the'Factory Mutual Approval Guide. 2. For .steel decking, fasteners are to be of sufficient length to penetrate decking by minimum I y,". Use heavy duty fasteners or special drill point fasteners for heavy gauge deck. 3. Approved Products: a. . Genflex Roofing Systems approved, match existing installed products. I D. Insulation Fasteners - Concrete Substrate 1. Factory manufactured fastener and plate system. Fastener to be carbon steel (or better) with corrosion-resistant coating. Fastener to comply with Factory Mutual Standard 4470. I Manufacturer supplied plate to be minimum 2-7/8" diameter with recess provided for fastener head.. Fastener and plate system to be list in most current volume of the Factory Mutual Approval Guide. 2. For concrete substrate, threaded fasteners are to be of sufficient length to engage deck a I minimum of one inch. Concrete spike fasteners are to engage decking a minimum of 1- 1/4". 3. Perfonm test pulls to determine applicability of fasteners prior to installation 4. Approved Products: I a. GenFlex Roofing Systems approved, match existing installed products. E. Insulation Fasteners - Steel Deck 1. Factory manufactured screw and plate system. Screw to be corrosion-resistant. self- I tapping, self-drilling with low profile head. Fastener to be carbon steel (or better) with corrosion-resistant coating. Fastener to comply with Factory Mutual Standard 4470. Manufacturer supplied plate shall be minimum 2-7/8" diameter with recess provided for I fastener head. Screw and plate system to be listed in most current version of the Factory Mutual Approval Guide. 2. For steel decking, fasteners are to be of sufficient length to penetrate decking by minimum y,". Use heavy duty fasteners or special drill point fasteners for heavy gauge deck. I 3. Approved Products: a. GenFlex Roofing Systems approved; match existing installed products. 2.04 ROOFING MEMBRANE I A. Note: Where applicable store ali materials in original, unopened containers, at temperatures between 60 and 80 degrees Fahrenheit until used. When exposed to iower temperatures, I restore to room temperature prior to use. All materials must be within shelf life period as stated by manufacturer. B. Roof Membrane I 1. Membrane roofing to be 45 mil reinforced TPO (Thermoplastic Olefin) type roofing sheet to match existing. 2. Membrane to be supplied in standard roll width. Color to be white. 3. Approved Products: I a. GenFlex Roofing Systems TPO. C. Membrane Flashing 1. Membrane flashings to be constructed from roofing membrane. Formabie flashings to be I constructed from heat fonmable flashing sheet. Formable flashing to be unreinfoiced, minimum 55 mil thick, uncured TPO sheet, supplied by roofing membrane manufacturer. 2. Color of formable membrane flashing to match roofing membrane. . I 3. Approved Products: V;V,OJ " "~ , a. GenFlex Roofing Systems approved,lmatcti:exiSting'.il@l3l1ed products., , /V,",' to} , f' . D. Membrane Clad Metal Flashing ~........ /\,JJJ , I 1. Galvanized steel sheet with minimulh '20 ;n~/;JjP~~el'Qbrane bonded to it. Allows heat welding of TPO membrane sheets to metal flash gsJcPfQ'(,tt> match roofing membrane. Membrane clad metal to be suppiied by membrane manufacturer. (l-lI! ' I -- .:j MECHANICALLY FASTENED TPO SINGLE PLY ROOFING 07533- 4 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I 2. Approved Products: a. GenFlex Roofing Systems approved, match existing installed products. IE. Bonding Adhesive 1. A high strength synthetic adhesive used to bond TPO roofing and flashing membranes to various surfaces. Bonding adhesive to' be supplied by membrane manufacturer. I 2. Approved Products: a. GenFlex Roofing Systems approved, match existing installed products. F. All Purpose Sealant I 1. A high solids, one part, gun grade sealant with excellent adhesive qualities. Used as water , \~ cut-off mastic, pitch-an filler, and as a caulk to seal TPO membrane to metal. All purpose sealant to be supplied by membrane manufacturer. 2. Approved Products: I a. GenFlex Roofing Systems approved, match existing installed products. G. Seam Cleaner I 1. Manufacturer supplied solvent used to remove contaminates from surface of membrane prior to heat welding. 2. Approved Products: a. GenFlex Roofing Systems approved, match existi~g installed products. I H. Seam Caulk 1. One part, solvent type seam caulk that fuses to TPO roof membrane. Used to protect the exposed edges of trimmed seams and exposed scrim from the weather. Seam caulk to be I supplied by membrane manufacturer. 2. Approved Products: a. GenFlex Roofing Systems approved, match existing installed products. I I. Termination Bar 1. Pre-punched, corrosion resistant bar used to seal and terminate membrane flashings. Termination bar to be supplied by manufacturer. 2. Approved Products: I a. GenFlex Roofing Systems approved,. match existing installed products. 2.05 RELATED MATERIALS I A. Galvanized Steel: ASTM A446, Grade A, G90 zinc coating; 24 gage core steel. B. Pre-finished Metal 1. 24 gage, hot-dipped galvanized steel (G-90) commercial quality, extra smooth finished I one-side with a Kynar 500 coating. Pre-finished side to be protected by a factory applied strippable vinyl film. 2. Color to be selected by Owner from standard color chart. I 3. ,Approved Products: a. UNA-CLAD by Copper Sales, Inc. _ ,,' 2.06 OTHER MATERIALS Si.?" ~ 0-.....1' C':J I A. All other materials not specifically described, but required for a complete and pro~ ~-~tall~n --r-. of the work, shall be as selected by the Contractor, approved by the Manufacturet.-aocl sulJject --.:.! to the approval of the Owner. :;;:0.., N r- , - "" I,) I PART 3 EXECUTION 0:0 ;}l ,'---'-, -c;;:- /, \..-1 3.01 EXAMINATION $ ~ ..,- I A. Verify that surfaces and site condit~ons are ready to receive work. ..., B. Verify deck is s'upported and secured. I MECHANICALLY FASTENED TPO SINGLE PLY ROOFING 07533- 5 I Howard R. Green Company Iowa City Water Faciiity Improvements I Project No.524540-J Architectural Precast Repairs' Iowa City, Iowa I C. Verify deck is clean and smooth, free of depressions, waves, or projections, properly sloped. D. Verify flutes of metal deck are clean and dry. I E. Examine the areas and conditions under which work in this section will be installed. Correct conditions detrimental to the proper and timely completion of the work. Do not proceed until . .. I such conditions have been corrected. I 3.02 PREPARATION A. 'Surfaces scheduled to receive rooflng are to be dry, clean, and free offrost, snow, and debris. B. At the start of each working day, drains located within daily work area shall be temporarily I plugged to prevent debris from falling into the drain. Remove plugs daily. C. Do not store debris on roof. Contractor shall take care not to overstress the roof deck. I D. Protect adjacent areas from damage with tarps or other durable materials. Eliminate all unnecessary roof traffic on completed work and existing roofing, E. Starting of work constitutes acceptance of the surface by the Contractor. I F. Cut away existing edge terminations so as to provide a minimum continuous new roof membrane edge 6 feet wide along replaced wall sections where shown on the drawings. I 3.03 EXECUTION I INSTALLATION I APPLICATIONS .A Insulation 1. Furnish and install polyisocyanurate roof insulation as per approved shop drawings. Install I insulation over roof deck with all joints tightly butted. Trim insulation to fit tightly around all projections. 2. Over metal deck area, edges of insulation should not terminate unsupported over the rib of I the metal deck. Center edges of roof insulation on flange of metal decking. 3. Install insulation with long joints continuous and short joints staggered. 4. Fasten roof insulation with a minimum of one fastener and plate per every four square feet '.of insulation board. Install additional fasteners as required by membrane manufacturer, I building codes, or insurer. Consult Factory Mutual Data Sheet 1-29 for additional fastener requirements. 5. Ensure that fasteners do not penetrate conduit or miscellaneous piping located on the I underside of the deck. 6. All damaged insulation, inciuding broken corners, is to be cut out and replaced with new insulation. Minimum size of repair is to be 12 inches by 12 inches. Attach each piece separately. I B. Roofing Membrane 1. Furnish and install new mechanically fastened 45 mil reinforced TPO roofing system complete with flashings. Ensure that water does not flow beneath any completed sections I of the membrane system. This will include completion of all flashings, terminations, and daily seals. Execute work so that the field seams and daily seals do not buck water. 2. Verify insulation attachment pattern as per manufacturer's requirements. Double check I perimeter attachment areas. 3. Position Roofing Membrane over substrate without stretching. Membrane to be positioned so that laps will shed water. Do not Install system with laps that buck water. 4. Sheets are to overlap a minimum of 4W'. I 5. Furnish and install roofing membrane and attachmelW\;'Yy.en)J~'p'eb<m~ved manufacturer's instructions and details. Consult Factoryrll4u!u8! Dal~% t 1-29 for additional corner and edge securement. _:1 kJ '\_1.) . I 6. Unroll no more membrane than can be installed ~~ ~Tarljd that same day. All seams must be welded on a daily bases. .1 22 .J30 ';UDZ ri.-.....~... I Uj f/.::l MECHANICALLY FASTENED TPO SINGLE PL YROOFING 07533- 6 .1 I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs , Iowa City, Iowa I C. Membrane Splicing 1. Membrane is to be overiapped a minimum of 4%". Field seams are to be constructed so I as not to buck water. ' . 2. After adjoining sheets have been attached to deck, remove dirt and excess dust from the mating surfaces of both sheets by wiping with a clean rag. 3. All seams are to be welded on a daily bases. Use equipment approved by the membrane I manufacturer. 4. All seams are to be fully welded a minimum of one inch from the outside edge of the lap joint. I 5. Allow seams to cool for a minimum of 30 minutes. Check seams for watertight integrity with seam probe. Mark all deficiencies as,they are found. 6. Repair seam deficiencies with hand held heat gun. Repairs should be performed the same day. Reinspect and repair until all seam deficiencies have been repaired. I D. Additional Membrane Securement . 1. Furnish and install additional membrane securement at the perimeter of each roof level, roof section, curb flashing, skylight, expansion joint, etc., at any inside angle change where I slope or combined slopes exceed two (2) inches in one horizontal foot, and at other penetrations as per manufacturer's details. 2. . Restrain membrane with system fasteners and plates, or with detail as approved by I membrane manufacturer. E. Membrane Flashings 1. Furnish and install membrane flashings as indicated on plans and specifications. All I flashings are to be totally bonded to the substrate without wrinkles. Unbonded or wrinkled flashings will not be approved. 2. Verify that flashing substrate is smooth and provides a suitable substrate for flashing. 3. Flashings are to extend onto the roofing membrane a minimum of six inches. Height of I flashing is to be minimum eight inches above roof surface if possible. Achieve flashing height with single width of material. 4. Apply bonding adhesive to back of flashing membrane and substrate at same' time.' Apply I a uniform coating of adhesive without globs. Application rate will be between 45 to 60 square feet of coverage per gallon or as per manufacturer's requirements. Do not allow bonding adhesive to come in contact with seaming area. 5. Allow bonding adhesive to flash off until tacky. Touch the bonding adhesive with a clean, I dry finger to be certain that the adhesive does not stick or string. Flash off time will vary with ambient conditions. 6. Roll flashing into the adhesive evenly and carefully so as to minimize wrinkles. Membrane I flashing must be contoured to fifthe substrate to which it is being bonded to minimize bridging or gaping. 7. Weld membrane flashing to roofing membrane with hot air welder as per manufacturer's requirements -.. ,-, I 8. All base flaShings are to be mechanically secured at the top edge. Install Sh~l metal ~1 indicated on detail drawings. )?: 8 ~ F. Cleaning C) -< ;:; :::n I 1. The Contractor shall clear the constnuction areas and shall provide for the renioval fro'l'Il thej'"- building site of all his construction debris. --<.. rn ""t) IT) 2. All debris shall be removed from the premises promptly and the constructioriJlEiia leffCIean:; d '1 .,-- /" '--- I alY. ' -"'. - 3. Contractor is responsible to assure that his Subcontractors have properly refuoved ait(j disposed of all debris relating to their contract. ...... 4. At the completion of the contract, Contractor is to remove from the project site all I equipment related to his contract. 5. Repair damage and remove stains from walls, walkways and driveways caused by work of this section. I MECHANICALLY FASTENED TPO SINGLE PLY ROOFING 07533- 7 I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs' Iowa City, Iowa I 6. Repair any damage to ground or vegetation caused by work of this section. G. Completed Roof System I 1. The complete roof system shall allow no leakage of moisture into the roofing system components or into the building. END OF SECTION I I I I r-- I - :or .. r~. - ~- I '/-""" ;-_J ;.z: ire LLJ c... f_U-. _..i ('. 0! ;>-' ce.' '" \--..Jr- I w ,:~C5 lLJ 1-- ,-, ;-.; :::(. ~ .~-:t- '-..)~ =. Q I ~CJ c" I I I I I I I MECHANICALLY FASTENED TPO SINGLE PLY ROOFING 07533- 8 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J . Architectural Precasl.Repairs I Iowa City, Iowa SECTION 07620 I SHEET METAL FLASHING AND TRIM PART 1 GENERAL <c;. I 1.01 SECTION INCLUDES Cj- A. Metal coping caps. '9.0 <f\ . -'\\ L_ ::;.-', (", ----::; I B. Metal soffits. ., <:)-' r;:, \;-\\ 1.02 REFERENCES ':.-~?: ~ C) -- (' \ A. ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot-Dip Process. - r/iJ. -:: I -, t::' B. NRCA (National Roofing Contractors Association) - Roofing Manual. .z.-, y C. SMACNA - Architectural Sheet Metal Manual. I 1.03 SUBMITTALS A. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. . , . . ' I 1.04 QUALITY ASSURANCE I A. Perform work in accordance with SMACNA and NRCA ~tandard details and requirements. I 1.05 QUALIFICATIONS A. Fabricator and Installer: Company specializing in sheet metal flashing work 3 years experience. I 1.06 DELIVERY, STORAGE, AND HANDLING A. Stack prefonmed [and prefinished] material to prevent twisting, bending, or abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. I B. Prevent contact with materials which may cause discoloration or staining. PART 2 PRODUCTS I 2.01 SHEET MATERIALS A. Galvanized Steel: ASTM A446, Grade A, G90 zinc coating: 24 gage core steel. I B. Pre-finished Metal 1. 24 gage, hot-dipped galvanized steel (G-90) commercial quality, extra smooth finished one-side with a Kynar 500 coating. Pre-finished side to be protected by a factory applied I strippable vinyl film. 2. Color to match existing and to be approved by Owner prior to installation. C. Soffit Panel Products: I 1. PAC-CLAD by Peterson Aluminum Corporation. a. PAC-750 Soffit Panels or equal. b. Matching trim. c. Color to be selected from all available colors to match existing soffit system or I adjacent painted surfaces as applicable. 2.02 ACCESSORIES I A. Concrete Fasteners: 1/4" x 1" Zamac Nailin with EPDM washer by Rawl. B. Steel Fasteners: 1-1/2" Tek Screw with EPDM washer by ITW Buildex. I SHEET METAL FLASHING AND TRIM 07620- 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa 2.03 FABRICATION I A. FOm1 sections true to shape, accurate in size, square, and free from distortion or defects. B. FOm1 pieces in single iength sheets. I . C. Hem exposed edges on underside 1/2 inch; miter and seam corners. D. Fabricate corners from one piece with minimum 18 inch long legs; pop rivet for rigidity, seal with I sealant. E, Fabricate vertical faces with bottom edge formed outward 1/4 inch and hemmed to form drip. I F. Counterflashing as per detail drawings. PART 3 EXECUTION 3.01 EXAMINATION I A. Verify roofing termination and base flashings are in place, sealed, and secure. 3.02 PREPARATION I A. Instail surface mounted reglets true to lines and levels. Seal top of reglets with sealant. 3.03 INSTALLATION I A. Conform to drawing details and SMACNA and NRCA recommendations. B. Ail exposed sheet metal fasteners are to be grommetted, threaded fasteners as indicated on I drawings. Concealed clips may be nailed spacing, as indicated on drawings. C. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. . D. Seal metal joints watertight. END OF SECTION I . . . I Wvl01 " I \)J-i-/\.Ll.J f;/, /I,~ '~7" v/1'10' -.I .} j' J I 8. ., 'lUO ' I ?-If,/, .(j Zc J:;07 0' ", ~ !JOZ- . ~._.] l'l:::l SHEET METAL FLASHING AND TRIM 07620- 2 I ------ I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 07840 I FIRESTOPPING PART1 GENERAL I 1.01 SECTION INCLUDES A. Firestopping materials as required adjacent to removed and replaced building elements, mechanical or electrical penetrations, or structural framing penetrations. I B. Firestoppingof all penetrations and interruptions to fire rated assemblies effected by the Work, whether indicated on drawings or not. 1.02 REFERENCES I A. ASTM E 814 - Standard Test Method for Fire Tests of Through-Penetration Fire Stops; 1994b. ,B. ITS (DIR) - Directory of Listed Products; Intertek Testing Services NA, Inc.: current edition. I C. FM P7825 - Approval Guide; Factory Mutual Research Corporation; current edition. D. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. I 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. I B. Schedule of Firestopping: List each type of penetration, fire rating of the penetrated assembly, and firestopping test or design number. C. Product Data: Provide data on product characteristics. I D. Manufacturer's Installation Instructions: Indicate preparation and installation instructions. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. I 1.04 QUALITY ASSURANCE A. Fire Testing: Provide firestopping assemblies of designs which provide the specified fire ratings when tested in accordance with methods indicated. I 1. Listing in the current classification or certification books of UL, FM, or ITS (Warnock Hersey) will be considered as constituting an acceptable test report. 2. Current evaluation reports published by CABO, ICBO, or BOCA will be considered as I constituting an acceptable test report. 3. Submission of actual test reports is required for assemblies for which none of the above substantiation exists. I B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. Installer Qualifications: Company specializing in performing the work of this section with I minimum three years experience. 0- "- 1.05 ENVIRONMENTAL REQUIREMENTS sf:Q J1 A. Comply with firestopping manufacturer's recommendations for temperature and cO,nd,itB?DS ii? I during and after installation. Maintain minimum temperature before, during, and frn::.1lAays after '>- InstallatIon of materials. '",,,'-:! /::} ::-,-7 I B. Provide ventilation in areas where soivent-cured materials are being installed. !;J L!/ :;p /;';. ~- --, -...;,;, r- ..2::: ........ J '. '--' .f:-. CO I FIRESTOPPING 07840- 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I PART 2 PRODUCTS 2.01 FIRESTOPPING ASSEMBLIES A. Firestopping: Cauik or putty and manufactured devices: I 1. Fire Ratings: Use any system listed by UL or tested in accordance with ASTM E 814 that has F Rating equal to fire rating of penetrated assembly and minimum T Rating Equal to F I Rating and that meets all other specified requirements. 2.02 MATERIALS A. Elastomeric Silicone Firestopping: Single component silicone elastomeric compound and I compatible silicone sealant; conforming to the following: 1. Durability and Longevity: Permanent. 2. Color: Red on Flflish Surface - Masked to form neat uniform edges. I 3. Manufacturers: a. The RectorSeal Corporation; Product "Metacaulk 835", General Purpose Silicone. b. Engineer approved equivalent. B. Fiber Packing Material: Mineral fiber packing insulation; conforming to the following: I 1. Density: 2.5 Ib/cu ft. 2. Durability and Longevity: Permanent. 3. Color: Red on Finish Surface - Masked to form neat uniform edges. I 4. Manufacturers: a. United States Gypsum Co.; Product "Thermafiber" Safing Insulation, unfaced. b. Engineer approved equivalent. I C. Firestop Devices: Mechanical device with incombustible filler and sheet stainless steel jacket; conforming to the following: 1. Manufacturers: I a. The RectorSeal Corporation; Product Pipe Collar. b. Engineer approved equivalent. D. Intumescent Putty: Compound which expands on exposure to surface heat gain; conforming to I the following: 1. Potential Expansion: Minimum 1000 percent. 2. Durabiiity and Longevity: Permanent. 3. Color: Red on Finish Surface - Masked to form neat uniform edges. I 4. Manufacturers: a. 3M Fire Protection Products; Product Fire Barrier Moldabie Putty. b. The RectorSeal Corporation; Product "Metacaulk" Fire Rated Putty and Putty Pads. I c. Engineer approved equivalent. E. Primers, Sleeves, Forms, and Accessories: Type required for tested assembly design. PART 3 EXECUTION I 3.01 EXAMINATION A. Verify openings are ready to receive the work of this section. I 3.02 PREPARATION A. Clean substrate surfaces of dirt, dust, grease, \9J1'jIOOSe material, or other matter which may I affect bond of fires topping material. v/v 0/ '; /1" )f.'J~/\' - v L/11 B. Remove incompatible materials which may affect bOrld'l /,;:j Of ~ /IJ../ c. Install backing materia is to arrest liquid m t~rii;jlle~age. ,~ I " CC JJO 7002 O]}/c.J I -.) FIRESTOPPING 07840- 2 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs ' I ~~~ 3.03 INSTALLATION I A. Install materials in manner described in fire test report and in accordance with manufacturer's instnuctions, completely closing openings. I B. 06 not cover installed firestopping until inspected by authority having jurisdiction. . C. Install labeling required by code. Provide red finish color on finish surface. Mask surface beyond firestop material limits to form a neat and uniform edge for red surface finish. I 3.04 CLEANING AND PROTECTION A. Clean adjacent surfaces of firestopping materials. I B. Protect adjacent surfaces from damage by material installation. 3.05 SCHEDULE I A. Use elastomeric silicone firestopping sealant in the following applications: 1. Masonry control and expansion joints in fire rated walls. I END OF SECTION I I I I I - o ^" :s: &- I -''':0 ~ -, '5i [) -< <) --jc; ru' h ~-;: i--':: f\j ;::-- I _Ii] !- O;};] "'t> , :s: -, ::If /J) ~.' '-- \...! ". .J I ~ I I , FIRESTOPPING 07840- 3 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 07900 SEALANT JOINTS ~-' I = "" 5 $" PART1 GENERAL ,~ ~Q ~ -r\ 1.01 SECTION INCLUDES 'y..- -~\ " - I ......:... 1"0 !-- () N ':--1\ A. Sealants and joint backing. 3r; , \ \ , 'r-:- -0 'r-4, B. Precompressed foam sealers. :. -- 'rr''i :n: \,..-1 ~ ~, I ,-\:::''';.' - 1.02 REFERENCES ...--:. /, ." /--". ~ ~- - A. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants; 1995. ')? c:P I B. ASTM C 1193 - Standard Guide for Use of Joint Sealants; 1991 (Reapproved 1995). C. ASTM D 1056 - Standard Specification for Flexible Cellular Materials-Sponge or Expanded I Rubber; 1991. , D. ASTM D 1667 - Standard Specification for Flexible Cellular Materials--Vinyl Chloride Polymers and Copolymers (Closed-Cell Foam); 1976 (Reapproved 1990). I 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. I B. Product Data: Provide data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. , C. Samples: Submit two samples, 1/4x2 inch in size illustrating sealant colors for sel~ction. I D. Manufacturer's Installation Instructions: Indicate special procedures. 1.04 QUALITY ASSURANCE I A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum five years experience. B. Applicator Qualifications: Company speciaiizing in performing the work of this section with I minimum three years documented experience. . 1.05 ENVIRONMENTAL REQUIREMENTS I A. Maintain .temperature and humidity recommended by the sealant manufacturer during and after installation. 1.06 COORDINATION I A. Coordinate the work with all sections referencing this section. 1.07 WARRANTY I A. Correct defective work within a two year period after Date of Owner Acceptance. : B. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exhibit loss of adhesion or cohesion, or do not cure. I PART 2 PRODUCTS 2.01 SEALANTS I A. General Purpose Exterior Sealant: Polyurethane; ASTM C 920, Grade NS, Class 25, Uses M, G, and A; multi- component. ' 1. Color: Standard colors matching finished surfaces. I SEALANT JOINTS 07900- 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I 2. Acceptable products: a. Product: "NP 2" manufactured by Sonnebom Building Products. b. Product: "DYmeric" 511 manufactured by Tremco Incorporated. I c. Engineer approved equivalent. 3. Applications: Use for: a. Control, expansion, and soft joints in masonry. b. Joints between concrete and other materials. I c. Joints between metal frames and other materials. d. Sealing under thresholds at exterior doors. e. Other exterior joints for which no other sealant is indicated. I B. Concrete Paving Joint Sealant: Polyurethane, self-leveling; ASTM C 920, Class 25, Uses T, M and A; single component. 1. Color: Gray. I 2. Product: "SL 1" manufactured by Sonneborn Building Products. 3. Applications: Use for: a. Joints in sidewalks and vehicular paving. C. Silicone Sealant: ASTM C 920, Grade NS, Class 25, Uses NT, A, G, M, 0; single component, I n~utral curing, non-sagging, non-staining, fungus resistant, non-bleeding. 1. Color: Standard colors matching finished surfaces. 2. Acceptable products: I a. Product: "Dow Corning 795" Silicone Building Sealant manufactured by Dow Corning Corporation. b. Product: "Spectrem 2" manufactured by Tremco Incorporated. I c. Substitutions: See Section 01600 - Product Requirements. 3. Movement Capability: Plus. and minus 50 percent. 4. Service Temperature Range: -65 to 180 degrees F. 5. Shore A Hardness Range: 15 to 35. I 6. Applications: Use for: a. Structural and nonstructural glazing of glass, metal and plastic.. b. Weatherproofing perimeter joints around metal frames. I 2.02 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. I B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1056, closed 'cell sponge or I expanded rubber: oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. I PART 3 EXECUTION 3.01 EXAMINATION I A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatibie with sealant. I 3.02 PREPARATION if/VIOl )'.LI:> 17'\\01 \!U-1'";1........ J .IV A. Remove loose materials and foreign matter thatmtghUmp~Jr:5ldhesion of sealant. I B. Clean all substrate materials and prime ieifJ!!! jf reguire~fou:>roper sealant performance all in accordance with manufacturer's instructions.' 11 C J30 7UUZ o =r)J 1 I --- .:i I SEALANT JOINTS 07900- 2 ! I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa C. Pertonm preparation in accordance with manufacturer's instructions and ASTM C 1193. D. Protect elements surrounding the work of this section from damage or disfigurement. I E. Compare proposed new sealant materials to existing sealant materials to '!lssure that both final color and finish texture match existing materials. I 3.03 INSTALLATION A. Pertonm work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. I B. Perfonm installation in accordance with ASTM C 1193. C. Perfonm acoustical sealant application work in accordance with ASTM C 919. I D. Measure joint dimensions and size joint backers to achieve width-to-depth ratio, neck dimension, and surtace bond area as recommended by manufacturer. I E. Install bond breaker where joint backing is not used. F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. G. Apply sealant within recommended application temperature ranges. Consult manufacturer when I seaiant cannot be applied within these temperature ranges. H. Tool joints to match the existing profile of adjacent joints. Tool architectural precast concrete joints to match the profile of panel reveals. Provide concave profile on joints not requiring I matching of existing joints. \. Precompressed Foam Sealant: Do not stretch; avoid joints except at corners, ends, and intersections; install with face 1/8 to 1/4 inch below adjoining surface. I J. Finished sealant joints shall be fully bonded to the substrate on each side of the joint free of gaps or separations. Joints surtaces shall exhibit a uniformly smooth profile free of foreign materials, I air pockets, and surtace protrusions and depressions. 3.04 CLEANING A. Clean adjacent soiled surfaces. I 3.05 PROTECTION OF FINISHED WORK A. Protect sealants until cured. I END OF SECTION 0 ,,-, r..:,.':) ~r) "'" .0- 1--:", . c;J I - :=:) r1'1 fY~ c-., /' --: :-...... '" --! --<.,~ '" r-- I _rn -n iil Q::fi ~ ..... (-, "';;:"" ' . ~ - ',-, -<:-- I 0) I i I I I SEALANT JOINTS 07900- 3 I , I Howard R. Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 08365 I UPWARD.ACTING SECTIONAL DOORS PART 1 GENERAL I 1.01 SECTION INCLUDES A. Loosening and disconnecting overhead doors during work operations. B. Reconnecting overhead doors after work is complete. I 1.02 REFERENCES A. DASMA 102 - American National Standard Specifications for Sectional Overhead Type Doors; I 1996 (ANSIIDASMA 102). 1.03 QUALITY ASSURANCE I A. Work to be performed by contractor familiar with assembly, installation, and operation of overhead doors. PART 2 PRODUCTS I PART 3 EXECUTION 3.01 EXAMINATION I A. Verify that project conditions are suitable to permit loosening and disconnection of overhead doors. 3.02 EXECUTION I A. Loosen and disconnect overhead doors in accordance with manufacturer's installation instructions in reversed order. I B. Provide means to protect door, tracks, and hardware from damage during project. C. After project work is completed, retighten and reconnect overhead doors in accordance with manufacturer's installation instructions. I D. Ensure that units are plumb and true, free of warp or twist, and within tolerances specified by manufacturer for smooth operation. 3.03 ADJUST AND CLEAN I A. Clean units in accordance with manufacturer's instructions. B. Restore siight blemishes in finishes in accordance with manufacturer's instructions to match I original finish. Remove and provide new units where repairs are not acceptable to the Architect. C5 "-> END OF SECTION "'" ;?:O -= -<- I .-P -- C::> -/ ,-r, n-< c--, I) , - T'\) ~(-.... ~ -.1 ,.~-! T'\) r- , ~. I I'll IT' 62J -" I r - -.... ~, "S:/, ~. \_/ ):; .;=-- I Q) I UPWARD-ACTING SECTIONAL DOORS 08365- 1 I I Howard R. Green Company Iowa City Water Facility Improvements Project NO.524540-J Architectural Precast Repairs I Iowa City, Iowa SECTION 08910 I METAL-FRAMED CURTAIN WALL ...., c::-, PART1 GENERAL 0 = .xc- ~O 0 1.01 SECTION INCLUDES :+'1"1 -n I )>::::; c-") -< N ,- f- A. AluminurT)-framed curtain wall. S (0 ,,-, il1 ) ("-- '_-1 B. Perimeter sealant. 0-<-" \<'" :? "--.j I __ -n j. 1.02 REFERENCES Q 7: - " . >.. ., A. AAMA CW-10 - Care and Handling of Architectural Aluminum From Shop to Site; Aiirerican ~ I Architectural Manufacturers Association; 1997. B. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 1998. I C. ASTM B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 1996. D. ASTM B 221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, I Wire, Profiles, and Tubes; 1996. 1.03 SUBMITTALS A. Product Data: Certify that the products supplied meet or exceed the existing metal-framed I curtainwall system. B. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. I 1.04 QUALITY ASSURANCE A. Verify newly incorporated component match brand, make, and model of existing metal framed I curtain wall. B. Contractor: Company specializing in installation and/or rehabiiitation of aluminum glazing systems with minimum ten years of documented experience. I 1.05 ENVIRONMENTAL REQUIREMENTS A. Do not install sealants whem ambient temperature is less than 40 degrees F. Maintain this I minimum temperature during and 48 hours after installation. 1.06 WARRANTY A. Correct defective Work within a two year period after Date of Owner Acceptance. I PART 2 PRODUCTS 2.01 MATERIALS I A. All materials to match existing metal framed curtainwall manufactured by Kawneer Division of Alcoa Aluminum Company. I a. 7-1/2" 1600 Wall Series for 1" Glazing b. Finish: #17 Clear B. Exposed Flashings: 0.032 inch thick aluminum sheet; finish to match framing members, match I existing. C. Weatherseal Sealant: Silicone, same type as glazing adhesive, match existing. I METAL-FRAMED CURTAIN WALL 08910-1 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I D. Perimeter Sealant: Silicone of same type as sealant being replaced. E. Glazing Gaskets: Type to suit application to aGhieve weather, moisture, and air infiltration requirements. I PART 3 EXECUTION 3.01 EXAMINATION I A. Verify that project conditions are suitable for work under this Section. 3.02 PREPARATION I A. Top of metal-framed curtain wall anchors into architectural precast concrete spandrel panels to be removed and replaced. B. Disconnect existing mull anchorage to architectural precast and provide temporary top-of- I curtainwall restralnt to the existing back-up structure. C. Remove all attachments between the existing metal-framed curtainwall and the architectural. precast concrete spandral panels. I D. Protectively remove and store glazing that is vulnerable to damage through removal and replacement of architectural precast concrete or metal-framed curtain wall anchorage. I a. The entire curtain wall system may require disassembly and reassembly to properly protect it during removal and replacement of architectural precast concrete. 3.03 EXECUTION I A. Disassembly a. Disassemble curtain wall sections to the extent necessary. I b. Remove sealant by method acceptable to sealant manufacturer. c. Wash down surfaces with a solution of mild detergent in warm water, applied with soft, clean wiping cloths. Take care to remove dirt from comers. Wipe surfaces clean. I d. Store components in an orderly fashion to permit proper reassembly. B. Reassembly I a. As minimum replace top rail trim component 162-006 abutting the architectural precast concrete. Additionally replace the aluminum trim placed above the top curtain wall rail. b. Reinstall anchorage and curtain wall components according to manufacturer's I installation instructions. c. Replace gaskets and sealants as required to restore curtain wall to new condition. I d. Touch-up minor damage to factory applied finish only when mars are minor and do not adversely impact appearance or durability of the components; repiace components that cannot be satisfactorily repaired. I C. Protect finished work from damage throughout progress of construction. ENDt6~(SECTION I ~ VI '{ ,VIJ91'JI.J b;tl OS. "j "VI:) ,01 I '1 lid Cc :j) rr::l' ~O ?cO! l - '. I -- j/:;j METAL-FRAMED CURTAIN WALL .. 08910- 2 I I I Howard R: Green Company Iowa City WTP Architectural Precast Failure, Repairs Project No. 524540 City of Iowa City, Iowa SECTION 09511 I SUSPENDED ACOUSTICAL CEILINGS PART1 GENERAL I 1.01 SECTION INCLUDES A. Suspended metal grid ceiling system. I B. Acoustical units. 1.02 REFERENCES A. ASTM C 635 - Standard Specification for the Manufacture, Performance, and Testing of Metal I SuspensicinSystems for Acoustical Tile and Lay-in Panel Ceilings: 1995. . B. ASTM C 636 - Standard Practice for Installation of Metal Ceiling Suspension Systems for I Acoustical Tiie and Lay-in Panels: 1996. C. ASTM E 580 - Standard Practice for Application of Ceiling Suspension Systems for Acoustieal Tile and Lay-in Panels in Areas Requiring Moderate Seismic Restraint; 1996. I D. ASTM E 1264 - Standard Classification for Acoustical Ceiling Products; 1996. 1.03 QUALITY ASSURANCE A. Acoustical Unit Manufacturer Qualifications: Company specializing in manufacturing the I products specified in this section with minimum three years documented experience. 1.04 ENVIRONMENTAL REQUIREMENTS ! I A. Maintain uniform temperature of minimum 60 degrees F, and maximum humidity of 40 percent prior to, during, and after acoustical unit installation. 1.05 PROJECT CONDITIONS I A. Sequence work to ensure acoustical ceilings are not installed until building is enclosed, sufficient heat is provided, dust generating activities have terminated, and overhead work is completed, tested, and approved. I B. Install acoustical units after interior wet work is dry. 0 ,..., PART 2 PRODUCTS = =, >0 ~ 2.01 ACOUSTICAL UNITS ~~ c::, _J..:>~ I --; ,..,., A. Manufacturers: () ----; " 17 -~G '" 1. Match existing tile system. '" ----- ~' r- 2. USG Interiors, Inc. originally specified. "-'J- _rT! 1,:- 117 I 3. Engineer approved equivalent. o2;! :::n: ~, B. Acoustical Units - Generai: ASTM E 1264, Class A. $/\' - Iv -;> '. ..l> C. Acoustical Panels: Match existing panel adjacent to the work. OJ! I <::> 2.02 SUSPENSION SYSTEM(S) A. Manufacturers: I 1. Match existing suspension system. 2. USG Interiors, Inc. originally specified. 3. Substitutions: See Section 01600 - Product Requirements. I B. Suspension Systems - Generai:. ASTM C 635; die cut and interlocking components, with stabilizer bars, clips, splices, and perimeter moldings as required. I SUSPENDED ACOUSTICAL CEILINGS 09511-1 I II , Howard R. Green Company ,Iowa City WTP Architectural Precast Failure Repairs I Project No. 524540 . City of Iowa City, Iowa C. Exposed Suspension System: Match existing system adjacent to work. PART 3 EXECUTION I 3.01 EXAMINATION/PREPARATION A. Locate and mark acoustical tile units requiring replacement. I B. Verify that layout of hangers will not interfere with other work. C. Temporarily remove and protectively store sound ceiling tiles that lie in the area where structural rehabilitation will take place. I 3.02 INSTALLATION - SUSPENSION SYSTEM A. Install suspension system in accordance with ASTM C 636, ASTM E 580, and manufacturer's I instructions and as supplemented in this section. B. Rigidly secure system, including integral mechanical and electrical components. for maximum deflection of 1 :360. I C. Layout system to a balanced grid design with edge units no less than 50 percent of acoustical unit size. D. Install after major above-ceiling work is complete. Coordinate the location of hangers with other I work. E. Hang suspension system independent of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of face plane of adjacent members. I F. Where ducts or other equipment prevent the reguiar spacing of hangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. G. Do not support components on main runners or cross runners if weight causes total dead load I to exceed deflection capability. H, Support flxture loads using supplementary hangers located within 6 inches of each comer, or support compo~ents independently. I I. Do not eccentrically load system or induce rotation of runners. J. Perimeter Molding: Install at Intersection of ceiling and vertical surfaces and at junctions with I other interruptions. 1. Use longest practical lengths. 2. Overlap and rivet comers. 3.03 INST ALLA TION - ACOUSTICAL UNITS I A. Install acoustical units in accordance with manufacturer's instructions. B. Fit acoustical units in place, free from damaged edges or other defects detrimental to I appearance and function. C. Fit border trim neatly against abutting surfaces. D. Install units after above-ceiling work is complete. I E. Install acoustical units level, in uniform plane, and free from twist, warp, and dents. F. Cutting Acoustical Units: ~ I 1 . Make field cut edges of same . r.6f1L~ as'fartory edges. \'1 /\ I J ~ 3.04 ERECTION TOLERANCES /lij.]75' { o1v101 A. Maximum Variation from Flat Qr)jl Leve! Surf~c~: 'f/a::Inch in 10 feet. I 1 h,.J _ B. Maximum Variation from Plumb of Grid~e;l,iiefs:,{;aused by Eccentric Loads: 2 degrees. ....~i!j 'll/(J" r-...... .~'1,C ( I J'] / I ... 1 . SUSPENDED ACOUSTICAL CEILINGS '. -.: if:::! 09511- 2 I I I Howard R. Green Company Iowa City WTP Architectural Precast Failure Repairs Project No. 524540 City of Iowa City, Iowa END OF SECTION I I ,I I I I I ,-, = I 5 = ~ :;;'0 0 II ... :p'~ " .- -< N ,- I 0 N hi ::J.O ',- -0 '-' -zf'r1 \ . , I ~ ~.J --rJ .;- o~- ~ I ~ /' .. ? rJ1 )? 0 I I I I I I SUSPENDED ACOUSTICAL CEILINGS 09511- 3 I I Howard R. Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I SECTION 09900 \ I .. PROCESS PAINTING. PART 1 GENERAL 1.01 SECTION INCLUDES I A. Painting of r~paired concrete masonry and structural steel. 1.02 REFERENCES I A. American Society for Testing and Materials (ASTM): 1. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building ~~~~. . I B. Steel Structure Painting Council (SSPC): 1. SSPC SP-6 - Surface Preparation Specification No.6 - Commercial Blast Cleaning. I 1.03 SUBMITTALS A. Samples: 1. Actual color samples 'available for each .type of coating scheduled: lB. ' Literature: 1. Submit manufacturer's literature stating application recommendations and generic makeup of each type of coating scheduled. I 2. Substitutions: For coatings not specified herein, provide substitute manufacturer's literature with specified coating literature for Engineer to make proper evaluation. 1.04 DELIVERY, STORAGE, AND HANDLING I A. Deiiver material to project site in se~led, original packages or containers bearing pa,me ancts brand of manufacturer. . Each conta,ner shall have manufacturer's printed label s~ng typ~f coating, color of coating, instructions for reducing, and spreading rate. 50: U t::J ---f r"l[ I . B. . Protectand heat or cool material storage location to maintain temperature ranges? -< :;; -n recommended by coating manufacturer for most sensitive coating, but not less t~il!5 degrees,::::::: F. _ rn -0 1""-/ I C. Avoid danger of fire. Deposit cleaning rags and waste materials in metal conta~ij;Vhav~ ti9h'D covers.or remove from building each night. Provide fire extinguishers of type rilCommended by coating manufacturer in areas of storage and where finishing is occurring. Allow no smQ@ng or I open containers of solvents. Store solvents in safety cans. D. Empty containers shall have labels canceled and be clearly marked as to use. IE. Upon project completion, remaining materiai will become property of Owner. Seal material as required for storage, marked as to contents and shelf life, and store where required by Owner. 1.05 QUALITY ASSURANCE I A. Field Quality Control: 1. If coverage not acceptable to Engineer, Engineer reserves the right to require extra application of paint at no extra cost to Owner. Coverage is defined by Dry Film Thickness I (OFT) and shall be verified in accordance with SSPC-PA2. 1.06 WARRANTY I A. Full warranty against defects in materials and workmanship for two years after final acceptance by the Owner, including all parts, iabor, and expenses. I PROCESS PAINTING 09900- 1 I Howard R. Green Company Iowa City Water Facility Improvements I Project NO.524540-J Architectural Precast Repairs Iowa City, Iowa I 1.07 DEFINITIONS A. Definitions as used in finish schedule on drawings and coating schedule. . ' 1. Coatings: Heavy duty finishes for' use on any sUrfaces; especially surfaces subject to I submerged, high moisture, splash, or chemical environment. 2. Ambient Conditions: a. Normal: Surface subject to normal temperatures and humidity such as found in I offices and corridors. 1.08 PROJECT/SITE CONDITIONS A. Environmental Requirements: I 1. Apply no finish in rooms where dust is being generated. 2. Maintain interior temperature and relative humidity of space, as recommended by coating manufacturer, 24 hours before applying and until coating is cured. I B. Protection: 1. Cover materials and surfaces, including floors, adjoining or below work in progress with clean drop cloths or canvas. I 2. Remove hardware, accessories, plates, lighting fixtures, and similar items or provide protection by masking. Upon completion, replace above items or remove protection and clean. I 3. Maintain manufacturer's environmental requirements while coating dries. PART 2 PRODUCTS 2.01 MATERIALS I A. General 1. Unless otherwise noted, Tnemec products are identified in this schedule to establish quality and type desired only. I 2. Scheduled thickness or coverage rate is as recommended by Tnemec. If other manufacturers are used, manufacturer's requirements shall be followed, but in no case shall thickness or coverage rate be less than Tnemec. I 3. OFT = dry film thickness (mils/coat). OFT shown is for spray application. Additionai coats may be required if brushed and rolled. 4. sfpg = sq fUgal (per coat). B. Schedule: I 1. System 1 - Concrete masonry, concrete, interior moisUinterior splash, semi-gloss sheen) a. Walls 1) First Coat I (a)' 1 coaU8.0 to 10.0 OFT (b) "69-1255 Beige Hi-Build Epoxoline II" 2) Top Coat I (a) 1 coaU8.0 to 10.0 OFT (b) "69-Coior Hi-Build Epoxoline II" 2. SYSTEM 2 (Ferrous metals, interior moisUinterior splash, semi-gloss sheen) a. Structural Members I b, Surface Preparation: SP-6 c. Shop Primer 1) 1 coaU2.Vp 3.5 DFT I 2) "90-97 Tn'ei1'l/BZinc, Zinc-Rich Primer" d. Top Coat ;.//_/'-,:.,\.j./(j L/ 1) 1 cot4.0 to 6:0 Df,T,,( I v~,rjO(. 2) "69- cSlor/H)i~Uild Epox6Me I " I C. Coatings: CC,]'.{ . 1. Color shall be forreed.ofPigmentg tr.e~>of lead, lead compounds or other materials which I .J:J7!:j PROCESS PAINTING 09900- 2 I I Howard R. Green Company Iowa City Water Facility Improvements Project No.524540-J Architectural Precast Repairs . Iowa City, Iowa I might be affected by presence of hydrogen sulfide or. other gases likely to be present at project. I 2. Coatings shall meet surface burning characteristics as required by code and established by ASTM E84. 2.02 MANUFACTURERS I A. Coatings: 1. Tnemec. 2. Sherwin Williams. I 3. Engineer approved equivalent. 2.03 COLORS A. Colors shall be selected to match adjacent work and approved by the Owner. I B. Each coat - primer, intermediate, finish - shall be slightly darker than preceding coat to visually indicate adequate coverage, unless otherwise approved by the Engineer. I C. Tint undercoats similar to finish coats. , " PART 3 EXECUTION I 3.01 EXAMINATION A. If surfaces to be finished cannot be put into proper condition or finished by customary cleaning, sanding, and puttying operations or if surfaces were improperly primed by others, report defects I to Engineer, in,writing, or assume responsibility and correct unsatisfactory finish resulting from improper surfaces. Commencement of work indicates acceptance of surfaces. B. Materials removed and replaced to correct defects due to work placed on unsuitable surfaces I shall be at Contractor's expense. ' C. Where surface dryness is questioned, test with the dampness indicating machine. Do not paint concrete or CMU surfaces if moisture content exceeds 8%. 0 g I D. Confirm coatings used are compatible with surface to which applied. ~ c:; ~ E. Confirm prime and finish coatings compatible. C) -< ;; II I 3.02 SURFACE PREPARATION AND TOUCH-UP _=<P N (;'/ m -0 ,I A. General: . o?; :;;: \...J 1. Surfaces, including floors, shall be clean, dry, and free of loose dirt, dust,:a!5d foreigrt I matter before applying coating. . )> CJ1 2. Comply with coating manufacturer's recommendations for surface preparation. - 3. Where new coating materiais meet existing, edges shall be uniform and at right angies to I edges of coated elements. 4. . Prepare surfaces to receive overcoating as recommended by coating manufacturer. B. Ferrous Metal: I 1. General: a. Round or chamfer sharp edges and grind smooth burrs, jagged edges, and surface defects. b. Prepare weids and adjacent areas to remove undercutting or reverse ridges on weld I bead, weld spatter on or adjacent to weld or area to be coated, and sharp peaks or ridges along weld bead. Grind embedded pieces of electrode or wire flush with adjacent surface of weld bead. I c. Coat surfaces same day prepared and prior to "rust bloom". Re-prepare surfaces starting to rust before coating. Surface preparation shall be verified' in accordance with SSPC-Vis 1, Vis 3, and ICRI templates. d. Cleaning Methods: I PROCESS PAINTING 09900- 3 I Howard R. Green Company Iowa City Water Facility Improvements I Project No.524540-J Architectural Precast Repairs Iowa City, Iowa I ..-'~ ',' : 1) Workmanship for metai surface preparation as specified shall conform to current SSPC specifications as follows; (a) Commercial Blast Cleaning: SP-6. I 2) Shop Preparation: Stnuctural steel may be shop-prepared and primed at Contractor's'option. C. Masonry: Remove loose grit and mortar. Masonry must be cured and dry and free of surface I conditioners that limit adhesion of protective coatings. 3.03 APpLICATION A. General Requirements: I 1. Spread evenly and flow on smoothly without runs, lumps, or sags. 2. Make edges of coating adjoining other materials or colors sharp and clean without overlapping. I 3. Thoroughly dry previous coats before applying succeeding coats under conditions eliminating possibility of dust becoming impregnated. B. Priming and Sealing: I 1. Refer to coating schedule for specific products. 2. Shop: a. Shop primer for ferrous metal shall comply with SSPC guidelines, and as specified in I coating schedule of this'specification. b. Inspect shop-primed items at job site for compliance with contract documents. Schedule inspection with Engineer. c. Hand or power sand chipped, peeled, or abraded primer and feather edges. Spot I prime areas with specified primer. d. Prior to application of finish coats, clean shop-primed surfaces free of dirt, oil,. and grease. I e. Prepare and prime holdback'areas as required for specified coating system. 3.04 FINAL TOUCH-UP A. Prior to substantial completion, examine coated surfaces and retouch or refinish to leave I surfaces in condition acceptable to the Engineer. 3.05 CLEANING A. Before substantial completion, remove masking, coating, and other material from floors, glass, I and other surfaces and remove rubbish and accumulated materials of whatever nature not caused by other trades from premises and leave in clean, orderly condition, with floors broom I clean. END OF SECTION I I Pli10/ ' I 'J/j ".I, II" /' r "':1'-" -... J bJ . :J I.; ''11101 / S : /' ,(j I:) I I J./ -. ,d 22 r--. JJO ?r7. I...,j::'; 0'0,;' I " //.:::/ PROCESS PAINTING 09900- 4 I I - _..- --~_. '~- ---. - -.-. IOWA CITY WATER TREATMENT PLANT ARCHITECTURAL PRECAST REPAIRS IOWA CITY, IOWA 2004 C E R T I F I CAT I 0 N L 0 CAT I 0 N M A P S H E E T I N D EX GENERAl GOOD COVER SHEET "" t ARCHITECTURAl/STRUCTURAl AS-l SUMMARY OF WORK/ELEVA liONS >5-2 GENERAL PLAN/ROOF PLAN AS-3 INTERIOR RESTORATION/STRUCTURAL STEEL REPAIR PLAN AS-4 NORTH ELEVATION AND DEMOLITION/REPAIRS AS-5 SOUTH ELEVATION AND MASONRY RESTORATION AS-6 SECTIONS 1 h....by ,...lily lhollh", on9jn....,~ do"""",,1 "'" prep"'"" by m... o"do'my""'OCIp.et5<ll>0I01Jp.....;..,..dlll.llomod"lyJ,t:et\Sod Ptor."".,n.1 g;n'",uod'" 10.' [hoSlol..II""" t.4ECHANICAl I\RLESA.PW SEN,P.E " .-, FlOOR PLAN li..n.. Number. ~201'> l.Iyh.."sorenu.ol dol. ill P[CEI.lBER.3l. 2004 ELECTRICAL Pogesor She." co".'~byLhi".ol ., U r H fiRST flOOR AND ROOF PLAN !.-.--, DIVISION 15 -~ ~, ~. < . r--.:-; - r - - C) '1 r\) " .~ N - '. ANDREW J DERI .1',[ f' ---1 -0 , L,e..o.e Nymber: 13a~B i:2 ~/~ '--.1 M~ l,oeo"" 'eoewQl 001. o. DEC[M8ER 31, 2004 -- _.J PogO$ or .~.el. <Overe~ by 1M. ..01 El - -. DIVISION 16 ):> C.n - ;;; Z " < " ." E~ ci.~ ~ q .d' E; ~ u .d' is; < ~ , 0/ o U N/ . " . ~ " . 0 "/ . " f Howard ~ 0 E . R Green Company . ~ ~ ~ o ~ 4685 MERLE HAY ROAD SUITE 106, DES MOINES, IOWA 50322 (515) 278-29'13 1-800-593-2339 FAX 515) 278-1846 http:",",www,hrgreen con-> CEDAR RAPIDS, JA DES MOINES, 'A MOLINE. 'L ROLLA, MO 51. LOUIS, MO SIOUX FALLS, SO 51. PAUL, MN ----,- ---"- ---- ------ SUMMARY OF PROJECT WORK WORK fOR THIS PROJECT IS TO RESTORE DAMAGE TO THE IOWA CiT'!' WATER TREATMENT PLANT BUILDING THAT RESULITD FROM A fALLEN ARCHIITCT\.IRAL PRECAST CONCRE:TE PANEL AND fAILURE: Of OTHER PANEL CONNECTIONS IN THREE: REGIONS: THE BUILDING NORTH [LEVATION UPPER LEVEL, THE BUILDING NORTH ELEVATION GROUND LEVEL GARAGE, AND THE BUILDING SOUTH ELEVAnON .9 q? SPANDREL ABOVE THE CURTAIN WAU SYSTEM, WORK ITEIlS ARE AS fOLLOWS' ~ Y FIELD VERIFlCATlON cONcRETE RESTORATION RE~OV,f,L ANO REPLACEMENT OF 0 TP,[ INTENT or THIS PROJECT IS TO RESTORE THE RESULTANT DAMAGE: TO THE BUILDING COMPLETELY. ~ ' WORK 11EI.t: CR1 (BEHIND ARCHITECTURA.l. PRECAST CONCRETE " fIELD VERIfiCATION IS NECESSARY fOR DETERMINATION OF" TOTAL OUANTITIES_ PRICING 1S TO INCLUDE . ] PRECAST) PANELS, WORK ITEM: AP1 ] MISCElLANEOUS AND INCIDENTAL ITEMS SUCH AS SEALING AND PAINTING ;8 r ? y NOTt: LETTERS IN BRACKETS fOLLOWING SECTION LABELS INDICATE KEYNDTt LABELS fOR TrlAT WORK 11Ul ON THE PLANS 0 REMOVAL AND REPLACEMENT Of ARCHITECTURAL GENERAL CONDITIONS ( GC ) ," PRECAST CONCRETE PANELS, WORK ITEM: AP1 "II 1. CONSTRUCTION Of TEMPORARY BARRIERS AND ENCLOSURES TO PROTECT AND SECURE THE REPLACE SHEET META.l. OPERATING WATER TREATMENT PLANT fACILITY. . COPING CAP 2. CONTEMPORANEOUS AND CONTINUOUS CLEAN UP Of THE WORK AREA NECESSARY fOR PROPER ." WORK ITEM: RIJ .< O~ERATION Of THE WATER mEATMENT PROCESS, , 3 PROTECTJIJ[ SHORING AND PROTECTION OF" CRITICA'.. P~ANT OPERATION SYSTE~S. 4. DISASSEMBLY AND REASSEMBLY or AN OVE:RHEAD GARAGE DOOR. S. REMOVAL AND REINSTAUATlQN or METAL LOCKERS. RE~Ov[ AND REPLACE THE APPUCABLE SPECifiCATIONS, 01525 CONSTRUCTION Al::lS, 01530 TEMPORARY BARRIERS, CRACKED PANEL IMME;DIATEL'I' 01710 CLEANING, 08365 UPWARD-ACTINC SECTIONAL DOORS ADJACENT TO THE CORNER ON SITE RESTORA TlON ( SR ) WEST ELEVATION or THE BUILDING 1. RESTORATION or ALL SITE IMPROVEMENTS ONLY Ir DAI.\AGED BY CONSTRUCTION OPERATIONS INCLUDING REPLACE~ENT Of DAMAGED SITE PAVEMENT AND LAWN SO;:! RESTORATION APPUCABL[ SPECIFICATiONS: 02751 PORTLAND CEMENT CONCRETE PAVlNG 02923 TOP SOIL AND fiNISH GRADING. 0293B SODDING ___on ARCHITECTURAL PRECAST CONCRETE REPLACEMENT ( AP ) 1, REMOVAL AND REPLAC(MENT or SPANDREL PANELS AND COLUMN COVER PANELS INClUDING ~ RETURN PANELS ON THE BUILDINGS NORTH ELEVATION ON THE UPPER U:VEL METAL SOfTn REPAIRS. CHEMICAL fiLL PIPING REMOVAL AND REPLACEMENT or ARCHITECTURAL 2. REMOVAL AND REPLACEMENT Of SPANDREl PANELS ABOVE THE METAL-fRAMED CURTAIN WALL ON WORK ITEI.I: An DISASSEMBLY AND REASSEMBLY PRECAST CONCRETE PANELS. WORK ITEM: AP3 THE BUILDING SOUTH ELEVATION. PROTECTION. LOOSEN AND Of OVERHEAD SECTIONA.l. ODOR. ~6~~V~~A]'i:~c~~~~~~N~ON Of ~ ~ 3. REMOVAL AND REPLACEt.lENT Of SPANDREl PANEl.S AND COLUMN COVER PANELS ON THE BUILDING ~~~~~I~HINAF"~~R~~~, IS ~~ WORK ITEM: GC4 NORTH ELEVATION LOWER LEVEL GARAGE FRONT. NORTH ELEVATION COt.lPLETE. WORK ITEM: MS6 ~ REMOVE AND REPLACE UGHT DOWNSPOUTS. WORK HEM: RI5 s':i: 4. PROViDE SEA:.ANT JOINTS AS DE:TAILED AND SPECIfiED NEW ARCHITECTURAL pIc PANELS. 1 0 flXTURES. WORK JTEM: ES6 (T'I'P) ~ APPUCABL[ SPECIFICATIONS: 03450 ARCHITECTURAL PRECAST CONCRETE, 07900 SEALANT JOINTS ,. CONCRETE REHABIUTATlON ( CR ) 5'1'1.\1101 INorx. ". 1. RESTORATION or A STRUCTURAL CONCRETE BEAM DAMAGED WITH THE fALLEN PANEL fAILURE ON ~~ THE UPPER NORTH ARCHITECTURA.l. PRECAST CONCRETE sPANDREL PANEL. ~ SHADED REGION INDICATES REMOVED 2. RESTORATION Of SmUCTURAL CONCRETE BEAM DAMAGED ALONG WITH CONNECTION r AlLURES ON AND REPLACED SPANDREL PANELS g! THE SOUTH CURTAlN WALL ARCHITECTURAL PRECAST CONCRETE S."ANDREL PANELS ~ SHADED REGION 1NDlCATES fALLEN APPUCASLf SPECifiCATIONS, 03925 CONCRETE RESURrACING AND REHABILITATION SPANDREL PANEL MASONRY RESTORA TlON ( MR ) 1. RECONSTRUCTION OF CONCRETE UNIT MASOl>,lR'I' DAMAGED BY A fALLEN ARCHITECTURAL PRECAST CONCRETE PANEL 2, ~CONSTRUCTlON or CONCRETE UNIT MASONRY oA1J.AGE:D BY INDIRECT rORCES IMPARTED BY STRUCTURAL ST[E:L ENCAPSULATED 6'1' MASONRY. I APPLICABLE SPECI,ICATIONS: 04065 MORTAR AND MASONRY GROUT, 04B10 UNIT MASONRY ASSEMBLIES STRUCTURAL STEEL FRAMING RESTDRA TlON AND REPLACEMENT ( SS ) I~ 1. REMOVAL AND REPLACEMENT or CORRUGATED STEE:L ROOF DE:CK DAMAGED BY CV ~ ~ 0 ~ 9 DIRECT IMPACT OF A ,ALLEN ARCHITECTURAL PRECAST CONCRETE PANE:L 2 SELECTIVE REMOVAL AND RECONSTRUCTION or STEEL JOISTS DAMAGED BY DIRECT ~~ IMPACT Of A fALLEN ARCHITECTURAL PRE:CAST CONCRETE PANEL 3 REI.IOVAL AND REPLACEMENT Of STEEL BEAMS DAMAGED BY DIRECT II.IPACT Of A rALLEN ARCHITECTURAL PRECAST CONCRETE PANEL ] ~~ REPLACE SHEET METAL or ARCHITECTURA.l. I 4. SELECTIVE REMOVAL AND RECONSTRUCTION OF STEEL BEAId COLUMN CONNECTIONS DAMAGED BY COPING CAP. WORK ITEIoI: AP2 DIRECT IMPACT Of A fAUEN ARCHITtCTURAL PRECAST CONCRE:TE PANEL WORK ITEM: RlJ 5. GRIND AND RE'M:LO CONNECTIONS ON JOIST ENOS OPPOSITE IMPACTED END or JOlST. 6 REPAINT JOIST REPAIR USING MATCHING RED PRIM[R usm FOR EXlSnNG JOISTS. I 7: REMOVE ,0."10 REPLACE COLUMN BASE GROUT AND REPAINT. r -' APPUCABLE SPECIF"lCATiONS, 0~120 STRUCTURAL STEEL, 05210 STEEL JOISTS',jl5,310 STEEL DEO< ROOFING, INSULA TlON, SHEET METAL AND fl~E STOP ffl' ) 1. REMOVAl AND REPLACEMENT Of RmlO INSULATION DAMAGED-a C~NECTIO ,~,:, ~ -,-\ FAlLURES IN ARCHITECTUR,f,L PRECAST CONCRETE PANELS. _-7 .' \ _ \ 2. REMOVAL AND REP....ACEMENT OF" ROOF" EDGE ROOrlNG ME~BR~ANE ~AGED as- ) __--::. '~-"-'- ~~~L~~E[~~~~?TE~~~]~LEp~~AS~Ng~~~~~~Sp~E~~RRE{;T ?NN_ECTi~ _ ~ ____, ----.-- "1- -'-' .._-~_.,--.- -. ---'-- 3. REI.IOVAL AND REPLACEMENT or ROOf EDGE COPING CAP SHEEf~ETAL..AND ~oRING:rfA\L~S I I DISRUPTED BY REPLACEMENT Of ARCHITECT\.IRAL PRECAST CONCR.Ett PANELS, '. '.: , 4 REI.IOVAl AND REPLACEMENT OF" SHEE:T METAL SOfm CLOSURESilrsij.lJPTED BY~EfLACEMfNf or . ARCHITECTURAL PRECAST CONCRETE PANELS. . ,'.. __ _. ___' ,} --..-. ._-- ----- 5 REMOVAL A"ID REINSTAUATION Of ROOf DRAlN SCUPPERS AND Ool'h>lSPOUTS fROM-THE EXlS1JNG GARAGE fRONT. _.- -S.. RESTORE CURTAIN WAU SYSTELl 6. PROViDE 2 HOUR FIRE STOPPING ON ALL EXISTING fiRE BARRIER L't).9:TIe~ TO WUffTAIN WORK ITEM: CWI & CW2 FIRE SEPARATIONS ......../ / "" RE~OVE AND REPLACE AU APPUCABLE SPECIFICATIONS: 05100 ROUGH CARPENTRY, 07212 BOAR~D BATT IN5yJ,'"ATlON SOUTH ELEVATION DAMAGED SEALANT JOINTS. 07532 LOOSELY LAID TPO SINGLE PLY ROOFING, 07533 MECHANICAU ~TENED TPO~GLE PLY 2 WORK ITEM: CW3 ROOFING, 07620 SHEET METAl 'LASHING AND TRIN, 07540 fiRE STOPP METAL-FRAMED CURTAIN WALL RESTORATlON ( CW ) SYMROI INon. PLAN QUANTITY 1. REPLACEMENT Of METAl-fRA~ED CURTAlN WAU COMPONENTS DAMAGED BY SlUMPJNG Of THE ARCHITECTURAL PRECAST CONCRETE SPANDRELS, COI.IPLETELY REPLACE TOP TRIM. SELECTIVELY ~ SHADED REGION INDICATES REMOVED ARCHITECTURAL PRECAST CONCRETE REPLACE MULLS If AT ALL DAI.\AGED. AND REPLACED SPANDREL PANE:LS 5,510 sr INClUDING COLUMN COVERS 2. REMOVAL AND REINSTAUATION or GLAZlNG AND CURTAIN WAU FRAMING AND RETURNS ON COLUMN COVERS ELEMENTS DISRUPTED BY CORRECTlNG DA~AGE TO THE CURTAIN WAU SYSTEM. 3. REt.!OVE AND REPLACE ALL DAMAGED SEALANj JOINTS APPLIcABLE SPECifiCATIONS: 08910 METAL-fRAME CURTAlN WAlL, 07900 SEALANT JOINTS SOD AS SPECIFIED ARCHITECTURAL FINISHES ( AF ) 1 PLACEMENT Of sorrlT MATERIAL ON UNDERSIDE Of CURTAIN WALL CONCRETE BEAM TO CONCEAl. REMOVED CONNECTIONS SUMMARY, CONCRFrr PAVEMFNT RFP[ AaMFNT 2. fiNISH PAINTING or REPAIRED BUILDING ELEMENTS JOINT MATCH EXISTING WIOTH 5/8" SMOOTH 8AR DOWEL 3. REI.!OVAL AND REPLACEMENT Of DAMAGED ACOUSTIC CEILING TILES ALIGNING wi NEW JOINI\ EPOXY COATED, SPACED 1. RE~OVE ENTIRE DAMAGED PAVEMENT PANEL . I I ~ 'I 1\ <;IIMMARY. r:fNfRAI <;00 PRFPARATlON AND PI ACfMfNT "'. RESTORATION OF A fiRE EXTINGUISHER CABINET AND S1GNAGE DAUAGED BY CONST. OPERATIONS. , 0 24 "OC AROUND COMPLETEL 'I' fR~ JOINT TO JOINT ..t 4~Jill\1ri\'\l\\S\\~~\\\'S\'\ APPLICABLE SPECIFICATIONS: 09511 SUSPENDED ACOUSTICAL CEILINGS, 09900 PROCESS PAINTiNG ~,. ~ RE"ACE~' EL 2. CREATE A CONCRETE VOID fOR NEW PAVWENT , REJ,lOVE AND LEGAU'I' DISPOSE OF" EXISTING SOD MECHANICAL SYSTEM RESTORA TlON ( MS ) WITH A UNlfORU CROSS-SECTION THROUGHOUT , PREPARE SOD BED AS SPECIfiED ~ ~ :. ='" -.- '''''~',''-~'~- EDGE TO EDGE. T" C"",,",__ , APPLY fiRST APPLICATION Of fERTIUZER AS SPECIfiED 1. TEUPORARY RELOCATION OF AIR COMPRESSOR AND DRYER 3. DOWEL EDGES INTO EXISTlNC PAVEMENT AS .:;::;;-- <;:;:> "-'-' _:~.,..::~,' !~- , ,. MOISTEN PREPARED SURFACE IMMEDIATELY PRIOR TO LAYING SOD 2. REPLACEMENT Of DAMAGED GAS PIPINC DETAILED. " INSTAll SOD AS SPEClflEQ, SOD SHALL BF.: INS1AUED 3 REPLACEMENT or GAS fiRED UNIT HEATER AND FLUE EPOXY-SET DOWEL INTO ~ -', ~ _r ~i;~:ffif~~~" ~. PLACE REPLACWENT CONCRETE AS SPECifiED TOPSOIL AS SPECIfiED IMMEDI... TEL Y UPON DEUv[R'I' TO SITE 4. REPAIR or AIR CONDITIONING ROOf TOP UNIT EXISTING PAVEMENT 6")'\IN RESTORED & COMPACTED MATCHING THE SURFACE PROFiLE AND TEXTURE UNIFORMl Y GRADE TO MEET , WATER NEWLY LAID SOD, AS SPECIfiED, NO MORE THAN 1 HOUR 5 RE;PLACEMENT or CARBON MONOXIDE SENSOR OF THE EXISTING PAVEMENT ON AU SIDES SPECIFIED STANDARDS AFT!:;R INSTALLATION 6. LOOSENING, PROTECTING, AND REATTACHING CHEMICAl FILL LINES ANCHORED TO ARCHITECTURAl SUBBASE DISRUPTED BY ~. CURE CONCRETE AS SPECifiED 6. SEAL JOINTS 7 ROLL SOD. AS SPECifiED, TO SET SOD INTO SOlL PRECAST CONCRETE NORTH SPANDRELS REMOVAL or EXISTING TO MATCH EXISTING CONDITIONS a APPLY SECOND APPLICATION Of fERTILIZER AS SPECIfiED ELECTRICAL SYSTEM RESTORA TlON ( ES ) DAMAGED CONCRETE PAVING EXISTING SUBGRADE ~ , J.lAINTAlN SODDED AREAS AS SPECIFiED 3 CONCRETE PAVEMENT EDGE DETAIL 1. ELECTRICA.l. WORK ASSOCIATED WITH THE REPLACEMENT OF DAMAGED ELECffilAL CIRCUITS, ~ 4 SOOjSOIL RESTORATION DETAIL MECHANICAL EOUIPMENT, LIGHT flXTURES 2. ELECTRICAL WORK ASSOCIATED WITH THE TEMPORARY RELOCATION AND REINSTALLATiON or SCALE: 1/2"=1'-0" E:LECffiICAL CIRCUITS, MECHANICAL EOUIPI,lENT, LIGHT fiXTURES - SCALE: 3/8"="-0" 3 REWORKING Of DAMAGED fiRE ALARM SYSTEM , 4. REWORKING or DAMAGED SECURITY ACCESS SYSTEM. I ~ 5 REMOVE AND REP.....CE UGHT fiXTURES ON fACE OF PANELS ABOVE GARAGE DOORS DRAWN BY. KAK JOB DATE' 2004 "' "" " f<[VISION OESCRIPTION ~~ovvard R Green Comoany IOWA CITY WATER DIVISION ARCHITECTURAL/STRUCTURAL SHECTNO ~ APPROVED DK' JOB NUMBER S2~S40J WATER TREATMENT PLANT ~ CAD DATE Oecembe'17 20043"2:52 Dm AS 1 CAD fiLE' 52~S40J\Dwos\AS\AS1.oWG IKKARNS~ IOWA CITY, IOWA SUMMARY OF WORK/ELEV A nONS -----,..--- --'."- -------~ - ----- -- --- --- -- s ... _ ___SITE PAVEMENT.A '" @ OTE5' ~ WORK ITEM: SRl ------- ..! AS_1 N . SEE 3/.0.5-1 o~ 'tI? KEYNOlt REFERENCES DENOTt WORK IltMS DESCRIBED .0.$_4 /2 ON SHEET AS-1 IN THE SUMMARY OF WORK. FOR EXAMPLE: ROOFING REPLACEMENT AS-J THE RI :2 LABEL ON THIS SHEET REF[RE.NCES ROOFING, WORK 1T[t.l: RI 1 &. RI 2 INSULATION, SEALANT, AND DRAINAGE: RESTORATION WORK ITEM 2. REMOVAL AND REPLACEMENT Of' ROOF EDGE _ _ _ _ _ _ _ _ L _ _ _ ROOFING ME!.ABRAN[. 0- lVPICALL Y PROVIDE 6 FHi OF ROOFING AND 5 FEET OF INSULATION A _ _ _ _ _ _ _ _ _ _ _ _ _ _ ~ _ . _ _ R["'OVAl AND ~EPLACEMENT ALONG ALL REPLACED ARCHITECTURAL knCHEMICAL FILL PIPING PROTECTION PRECAST CONCRETE: PANELS. REUSE O~LY SOUND, WrlOLE SHEEr, . . " LOOSEN ..."lO MAlNTAIN IN OPERATI'ON. AND DRY EXISTING INSULATION. REPLAC[ AU RoonNG MEMBRANE ~ 1 REATTACH ArTER WORK IS COMPLETE. x TO ELlMINAl[ EDGE PATCH WORK. ill LOWER LEVEL NORTH ELEVATION WORK ITEM: MS6 _______BALLASTEO-.......... '" I +l GARAGE FRONT SECTION r---- 1 1:"" ~ ~ ROOF 'f l!; SPECiAL NOTE 'n .~ME~:T~~:6LY-.......... ~! . I I THE TREATMENT PLANT MUST REMAIN IN OPERATION DURING i .1 I:' ROOF 'f i~_" PROGRESS OF" WORK ON Tl-iIS PROJECT. CRITICAL PLANT OPERATION it) 'J LOCATION OF FAL EN ARC TECTURAl I CO~UMN COVER AREA ELEMENT ARE HOUS(D IN TH( BUILDINC BENEATrI THE UPPER NORTH ... COLUMN COVER AREA PRECAST CONCRE PANE I , - I ROOFING R~PLA. CEMENT SPANDREL INCLUDING CHEMiCAl FEED EOUIPMENT AND HAZAIW ROOFING REPLACEr..tENT COL MN CO AREA WORK ITEM. RI 1 & RI :2 COMMUNICATION LINES, FOlLOWING ARE MEASURES TrlAT MUST BE WORK ITEM: RI 1 & RI 2 ROOrlNG RE CEMENT I Ii; TAKEN BY THE CONTRACTOR TO ASSURE BOTrl SAFETY 01" ROOF EDGE WORr ITEM: 1 & R! 2 ib ~ PERSONNEL AND SURETY OF PROPER PLANT OPERATiON: WORI< I M' i6 ROOnNG REPLACEMENT r TE . /t~~ Wrc.i. WORI< ITEM: RI 1 & RI :1 " SHORT-TERM EVACUATiON Of" THE SPACE BENEATH ANY OVERHEAD - " I I . HANDLING OF PRECAST CONCRETE PANELS MUST BE DONE. - - MINIMIZE EVACUATION TIME BY CONTROLLING SCHEDULE, 'I COORDINATING CRANE TIM!:, HA\IINC MATERIALS REAOILY AVAlLABLE. N I . AND PROVIDING PERMANENT BEARING CONNECTIONS iMMEDIATELY ArTER SETTING PANELS I~' 0 I I --, 2. PRO\llDE PROTECTiVE SHORING AS DESCRIBED IN THE SPEOFlCATIONS - , - , '-, I TO PROTECl CRJTlCAL PLANT EQUIPMENT IN THE EVENT OF A PANEL I - - - - r- - - - - - -1- -1- - - - - - - - ---'-I' '. - r - j- --.l CHEMICAL fEED ROOMS. PROVlDE .:3 ::~~gE A~gR D6~C~~~GC~~I~':lJF~~RiOUIPI.IENT AND TEMPORARY J @;; SPEOAL PROTECTION. WORK 0 P R ^E E "'E TE '" 1 , , TE . GCJ SEE SPECIF CAllON HO KU AR AN" t.l NTS IN In REI.lO EVENT OF DAMAGf: FRO),,! .:. 1 I I ' 1/2 : I 61 ~25 AND SPECIAL P~AN NOTE. 1 CONSTRUCTION OPERATIONS ... I REGION OF WATER TREATMENT AS-J . . 1 1 PLANT TO RECEIVE MAJORITY OF I : o I I WORK FOR PROJECT. SEE PARTIAL I ~~; I .,;, PLANS SHEET AS-.:3 ! 5YMAOI INorx, N 1 ' - . . ';-------, r--; , ~ SHADED REGION INDICATES REMOVED AND 1 I I 0 '--" 0 l.--.~.: I' .~_". I REPLACED ROOFING ON UPPER LEVEL 0- 'r. . ~ ;, ~ SHAPED REGION INDICATES REMOVED AND - ----- ---------------------------- -~- -----r-_____-~----- --- -- -- ---;------~-;-----l -- REPLACED ROOFING ON LOWER LEVEL ,I 1 I I c:':;; '", I ' 'I PLAN OUANTlTIES .~ 'I I ~aALLAsTED ROor~ I ~..~~' I ROOFING, INSULATION, SHEET METAL. AND FIRE STOP (R!) N' 1:"" 3~~RE~~~ 'f . -- _un_':".;.~,,;.~,_: RIGID INSULATION... HORJZDNTAL .:3..:350 st AVERAGE .01" THICK I I ",- ~.<. ---.-r I VERTICAl RIGID INSULATION BEHIND PRECAST CONCRETE ~---- ______1_ I I --- ~ '~' ASSl.JMED TO REMAIN IN TACT WITHOUT REPLACEMENT ; tit. ~ I ROOfiNG MEMBRANE...................................................4,020 s- 1 ' 0 ' ,-, "F ~ I ROOF EDGE SHEET METAL COPING WiTH NAILER.....,.....590 LF - j ,.---- ._~-:-- PR[F1NISHEO METAL SOFFIT - EXTERIOR... ..............266 LF . ;_.....---~.. I ! ':".~ ':....:.----'. FJRESTOP.... ......................_.......:30LF o - ~ ! .~~ I . .,:, I _ '-...;1' ' ----.. ) ~ J r.lETAL-FRAMEO CURTAIN WAU RESTORATION N j " """ \. I -- .~----- ;i,;;.~-- ,-I 152LFOfCURTAlNWALLREOUIRESRESTORATlONINCLUDING ,J' ,! ",I., REMOVAL AND REPLACEMENT OF TOP ALUJ.lINUM EXTRUSION ~1- - - "7t7;- - I ,- '51~ 1 RAILS, THE TRIt.l FlASHING ALONG THE TOP EDGE, AND ----- ;\----~-,. 1 -~-------___+______M______~~_______________ __ ~I' REI.lOVALANOREINSTALLATIQNOFTOPGLAZING+/-<lFTIN - ~ I : / r-1' HEIGHT 'MTH GASKETS AND SEALANT JOlNTS. TOTAL PLAN ,_ .rf.: I J .........., '" QUANTITY OF 510 Sf. --- . ..J I UPPER LEVEL SOUTH ELEVATION I ~_J , . , -- 1 ~ CURTAIN WALl SPANDREL SECTION ! I '.......... ,'~ CHEMICALS AT THE IOWA CiTY WATER TREATMENT PLANT . . . I _'r. ::0 I I I 4> . - - - - - ---.:'~ :-..~,~ ,---' ~1' ~~~~~~A~IOXIDE ,<)> : . 0, '~::':::;' _ " ~~~I~INiuLF)'TE F ~---. --~--4. i ,._.r ol~ .!....I FLUOROSIUCICAClD '-.? .. - - ---; 'r-- l<.i3 _' GRANULAR OUICKLlME C-~ I li.lf - I ORTHOPHOSP'HAT[ (MSP)"?- ':;;- I I ROQf-ING REPLACEMENT I ROOF EDGE -I I fERMANGANANTE Q r-:::' WORK ITEM: RI 1 & RI 2 WORK ITEM: -' SOfTENER SALT/.:.,. 0 .--. ~ ~_\\ I I It' SOPA ASH" ~_ ~.- ' I I 'I ~. " r,. I> POL Y?HOSPHATE (STPP) J..' ~- .. ) --- I 0( .1 I ANIONIC POLYMER N i iE III , / ! . h~ . . : . "CHEMICALS NOT usro r-, r--.)____\ . , ~o F -' , , , ' , ' i I I ' 0 I ,. v , ' "-~J ' I , ; ~z \ i' L', , ", ~~' ~' w ,_,' ,J...., 7 . ..'. ,_L, , / -0 I :.IIl , 2 I i~ I ",' ;:..~ '0 : .~-- ~' _ d I I o~ I ,,-, I -w!' "c, , _- , , l. ~._L..,____;--:,,,,,,,,,," I r--)::. _ I -.---c..~, ;a-.:.....;..._'-.:., .-..,;:;;:,.Qo - , __ / -... .' 1 ';. i ""'10" I "'? I I I '--:?';:== 'IC_C 'Y ':2 , / ' / " I I I ' J: " FRONT LA~ ; o I I /WORK 'TE_, SR' I : I' SEE '/"-1 1 I ; ,I I I I ~ j .:30'-0" l 64'-0" l 64'-0" 1 72'-2. , 57' 6" ~ ) 0 0 267-8' 0 cb ! , 0 1 ROOF PLAN @ A : SCALE: 1/.:32-=1'-0. NOATH \..2.) o 5 D,^'" ", "K 008 "IT, 2DO< ~ """" DE5O"'"O' I ~' ' IOWA CITY WATER DIVISION ARCHITECTURAL STRUCTURAL SHEET NO ;;; APPROVED OKS JOB NUIo.!BER 524540J .' "'. P / CAD DATE December 202004.01'32:40 Dm '. _ ' WATER TREATMENT PLANT AS 2 >< CAD riLE 524540J\DwCls\AS\AS2.DWG (KKARNS1 Howard R Green Company IOWA CJTY, IOWA GENERAL PLAN/ROOF PLAN ---- - -- PLAN NOTES: o '" G > ';.4 4.1 G r;:;'\ 2.9 0 STRUCTURAL STEEL / STEEL fABRICATlONS I STEEL ANCHORS V 24-0 V 24-0" 24'-0" 24'-0. '0 24'-0. 9 24'-0' 20'-0. V 20'-0. , I. I~----- APPLICABLE TO STRUCTURAl. STEEL FRAMING ARCHITECTURAL j PRECAST CONC~ETE CONNECTiONS, AND ANCHORS TO CONCRETE 5310 STEEL DECK I I I I I I PRODUCTS PRODUCTS 1. ROLLED SHAPES - ASn.! A992. 50 KSJ 1. DECK 2. HOLLOW SECTIONS A STEEL DECK INSTITUTE STANDARDS (501) COtJP~IANT , J;. SQUARE &: RECTANGULAR - ASTM A500, GRADE 8. 46 K51 B MATERIAL - ASTM A653 STRUCTURAL DUAUTY, I I I I I I 3. PLATES. ANGLES. AND MISe. SHAPES - ASTloI A36. 36 K$I GRADE 33, MINIMUM Y1(LD STRENGTH: 33,000 PSI. f 4. BOL 15 C, DECK SIZE, TYl'E AND GAUGE AS SHOWN ON PLAN , A AST'" A320 - HEAVY HEX. HIGH STRENGTH NOTES A - - ~ - - - - r iIJ \!I 1- ~: ~:i~~M C~~NTE~;~':ES~N~Si/~~~~I'rl5f APPROVED ". ~DG~O~~P~~; - TYPE B Wi[)E RIB 1-1/2" 20 GAGE 5. SHEAR STUDS: AWS 01.1, 7.1-7.3, TY?E B; ASTh! Al0B, STEEL, 50 KSI A. ANGLES - ASTM AJ6 MATCH EXISTING REMOVE AND REPLACE ARCHITECTUR"L 6. WELDABLE CONCRETE REINFORCEMENT - ASTl.! A706, GRADE 60. 60 KSI J. DECK FASTENING I PRECAST CONCRETE PANELS. j 7. ~N~XOpR~2~ ANCHOR TYPE 4. ~i:l~~gL~~~7NG AWS 01.1 E70XX ELECTRODES l WORK ITEM: ApJ g FEDERAL SPEClFlCA1l0N H-S-J25, GROUP 2, TYPE 4, C,-ASS 1 A. ASTl.! C-954 SELF-TAPPING OR TEK EOUAL IllETtR SHoP b CARBON STEEL - STUDS: ASTM A51D GALVANIZED PROTECTIVE DISASSEMBLY AND REPAINT ALL EF"F"ECTED REMOVAL AND REPLACEMENT [j1QJ PER ASTl.l A153 NUTS: ASTW A563 GRADE A, ExtCUlION REASSEMBLY OJ:" OVERHEAD DOOR. ARCHITECTURAl. PRECAST jor OAMAGED ACOUSTIC CEILING WASHERS: ANSI B18.22.1 TYPE A PLAIN 1. STEEL DECK ERE.CTION - COl.!PlIANT WITH (501) WORK ITEM: GC4 ON BACK OF PANELS TILES. WORK ITEM: AF2 c. STAINLESS STEEL - ANCHORS: AS"TU F593, NUTS: ASThI F594. STANDARDS WORK ITEt.l: AF2 WASHERS: ASlll A240 TYPE 304 2. FASTENING . d MANUFACTlJRED PRODUCTS: HILTI KYolKBOLT, ITW TRUBOlT, A PUDDLE WELDS - SIZE AS NOTEO c;> I I IIEO-!ANICAl. SHOP RAW!.. pO'AfR-STUD, SIMPSON WEDGE-AU. FASTENING' 5/S" PUDDLE WELDS 36/5 PATTERN IN in REPAIR DAMAGED [jE) B. ADHESIVE ANCHORS rIELD' ... GARAGE CONCRETE UNIT MASONRy g EPOXY ADHESlVE - COMpUANT WITH ASThl C881. TYPE I TO J\I. B. EDG[ OF OECK _ MI~IMUIol 5/S" PUDDLE 'lltlDS [llI] WORK ITEl.l' hAR2 . , PAR GRADE 3. CLASS B OR C SPACED AT 6" ON CENTER . 1 s~ASS b THREADED ROOS - CARBON STITL: ASTM A307 - OR- C DECK FASTENING PATTERN _ PATTERN AS NOTED . lJ!D ASTttI A193, GRADE B7 HIGH-STRENGTH; STAINLESS OTHERWISE. c riU~kL~ ~SA~86;9iTe:ci:'EJ~' ,11,563 GRADE A O. SIDE LAP FASTENING: 810 TEK SCREWS /JAX. 2'0.OC RI 7 . STAINLESS STEEL: ASrI.. r594' 3. EOGrl~F 30:g ~J~O~~AN d. WASHERS - CARBON STEEL: ANSI BI8.22.1 TYPE A PLAIN, A ALONG STEEL JOIST NON-BEARING _ AS NOTED ON RELOCATE MECHANICAL SYSTEM 8 'lltLDINi~l~7~JTEEL: ASTttI A240 TYPE 304 . P:..AN WITH FOLLOWING MINIMUIolS RESTORATION. WORK ITEM: MSl A. ANSI / AWS 01.1 CQMpUANT D. FASTEN DECK D,RECTLY TO STRUCTURAL EDGE B. [70xx ELECTRODES rrPJCAL OR AS REOUIRED FOR BASE MATE"Rl"LS BEAJ.l AS NOTED ABOVE. 9 BEAMS 4. ENO JOINTS A. CONNEC1l0N CAPACiTY _ MAXIMUM WLB SfiEAR UNLESS INDICATED A BUTT END JOINTS CENTEREO OVER STRUCTURAL : :" ' ::" : : : : ' , " I OTHERWISE ON DRAWINGS -OR- TVr1C'i: THE INDICATED LOADS WHEN B ;~~~g:TDECK A1 JOINT AS REQUIRED rOR EDGE OF B. ~jA~"[;AR~N GT:~E 03R~:~~OR CONNECTION DETAlUNG . DECK ABOVE. C DOUBU: ANGLE / PLATE CONNECTION I'tHEREVER POSSIBLE. D. STIFFENER PLATES SHAU BE PLACE OVER ALL SUPPORTS ON CONTINUOUS BEAMS AND UNDE:R ALL COLUMNS IN TRANSFER BEAMS. MINIMUI.I STlmNER THICKNESS IS THE GREATER OF 1/2 INCH OR THE REMOV'[ AND REPLACE 1filCKNESS OF THE STIFFENED Yt'EB. COLUMN 8ASE. GROUT AND 10 SHOP PRIMER INTERIOR SPACE WORK ITEMS REPAINT. WORK ITEM: SS7 ~: ~~~~IT~s~~ ~~~~A~~C~R~~~RONRE~-p-664 1 PARTIAL FLOOR PLAN @ 11. G~O::6N_SH""" NON-"nAUe, NON-eORROS"". NON-SlAlNING SCALE' NORTH B. PRE-PACKAGED COMME:RClALLY PRODUCED MATERIAL CONFORMING TO ASTM Cl107, GRADE A e. t.lINIMUhA COMPRESSIVE STRENGTH: 5,000 PSI AT 28 DAYS 12. GALVANIZING A. ASTM A123 COlolpUANT HOT-DIPPED PROcrSS B. COMPONENTS GALVANIZED AFTER FABRICATION 2 13. MISCELLANEOUS PRECAST CONCRETE rASTEN(RS PLAN OUANTITIES 41 EMBEDD!:O FERRULES -DAYTON SUPERIOR F-.;..4 OR EOUAL .... '"~ ' . ,.~,. ~ '" BOLTS OR STUDS TO FIRRULES , STAINLESS STEEL _ STRUCTURAL STEEL F"RAMINC RESTORATION AND REPLACEMENT _ 24 -0 24 -0 24 -0 24 -0 20 -0 20 -0 BOLTS AND RODS: ASTttI f"S93 NUTS: ASTM F594 CORRUGATED STEEL DECK... ..... .290 SF I I I I STEEL JOIST REPAIRS (BEARING SEAT) ..................... . ...... 7 EA , RECONNECT WELDS EXECUTION TO EJ(lST JOISTS' 1. FABRICATION AND DETAlUNG - AISC CODE COMPUANT ARCHITECTURAl. FINISHES I ' I I I 2. ERECTION PREFJNISHED METAl. SOFm SYSTEhA - INTERIOR ..............200 LF AS-4 A. AISC CODE COMPLIANT - METHODS AND 'TOLERANCE F"JN:SH PAINTING.... ......... ........... ......... ........ .........._....1.400 SF , 2 3 i:.i0~S6~A~~~~ANT - t.lETHODS AND SAFETY ACOUSTIC TILE REPLACEMENT..... ,. ......120 SF I ,,-, I I I A. COt.lpLlAN1 WITH AlSC STANDAROS B. 'M:LDS INDICATED Willi AWS S'l'It!BOLS C. COt.lplIANT WITH PROJEC1 SPECIFlCA llDNS A - - - - ~~I. ~ r --- --- ------- __________________""1"______________ 4 STEEL F"ABRICA10R PROVlOEO COMPONENTS 1- '" I ~ 1 -= l ' A. STRUCTURAL STEEL - SEAMS, C01Ut,lNS, JOISTS, STEEL DECK , - ~ j 'I' I B. MISCELLANEOUS STE.EL - PLATES, ANGLES. ETC 0 ~ j ,: C. ACCESSORIES - TIE DO'NNS, CLIP ANGLES, ETC J- I ~i 5. ~HO~T~~p~~6E~~~~~ - WELDMENTS. ETe. ~=:. () ~ _ I ~ ~l A. SURFACE PREPARAlION - SSPC-SP3 PCv.[R 'TOOl CLEAN. IF "THE ,-., --, 1,.-' -, 1 5 u! sPEClnED PAINT SYSTEI.I REOUIRES A HIGHER lEVEL OF PREPARATION, -- " ) -~ ..., 0: PROVIDE SSPC-SP6 COMMERCIAL BLAST. ,.- - .- L I 0 0' B. IMMEDIATELY PRIOR TO PRJMER AppUCATION. CLEAN AWAY OIL, DUST, '_ ) ~ I Ii, ) AND DEBRIS WIT!; A SOLVENT I'olpE IN ACCOROANCE WITH SSPC-SP1. I '-J. -; as "to! C. NO PRIMER ON Ai LOCA110NS or WELD SUBSTRATE ,___ I ': . N 01 O. MINIMUM DRY F"ILItI THICKNESS - 3.5 MILS '-..... . _,"""\ c;> , 6. BOL TEO CONNECTIONS ~ 1'-, _, " . ~; ~ g~~~I~ ~ r~~~~O"c:~~i~N~SO~~N S~~'::NGS n :\ ,-j I I j I II C. COMPLIANT WIT!; AlSC 'SpECIFlCATlONS FOR STRUCTURAL STEEL JOINTS '--::~ +;--.... - R[~OVE A REPL CE l I USING A325 OR A490 BOLTS" <'_-:;.- .' CO".RRUGA STEEq Roor ; . liD. OIRECT TENSION INDICATORS REQUIRED FOR nELD CONNECTIONS. ~ Crn OEd< .:1:6 r ET FRQM FAC 7 WELDED CONNECTIONS r or WALL ORK Ill.!: 5S1 R TORE IR[STO AL N~ . A. DESIGNED BY FABRICATOR UNLESS SHOWN ON DRAWINGS - I R OF LiN AND \ERTI B. CAPACITY AS INDICATED ON DRAWINGS WI1E:N SHOWN ROOf E:DGE\ M';'SONRY WGE JOINT. ' C. SfiOP OR nELQ \ItfiO - COMP11ANT WTH AWS 01.1 I "IRK IT( . RI 7; I D. STUD APpUCATION - COMpUANT WITH AWS 01.1. 7.4 7.8 I I l (. REMOVE SLAG AND/OR SPATTER ~4-- _ _ I _ 1 F GRINO SMOOTH ON OCCUPANT CONTACTED SURFACES B S.::,2'.+_ I I -'I 't' I J . -J.: 8 BEAMS A, ASSEI,IBLY J 1/2 STEEL BEAM/COLUMN 5TEE:L BEAM/COLUMN CONNECTIONS 1/2 9 COL~i..~SHA CO).lPUANT ASSEMBLY N .o.S-4 CONNEcnONS WORK ITEI,l' 554 WORK lTEI,l: S54 AS-. A. CHIP AWAY EXISTING GROUT AND REPACK WiTH SPECIf"lED rALLEN PANEL REMOV( AND Rt;PLACf STRUCTlJRAL NON-SHRINK GROUT lOCA1l0N STEEL 8EAI,IS GRIDS 2.9 TO 3.7. WORK ITEM: SSJ ~ SlRUCTURAL STEEL RESTORATION ~ 2 PARTIAL ROOF PLAN@. ~ SCALE NeATH ~ o ~ "'"'' KAK JOB "", 200< " "" " RE""ON "SO"""N f9~ IOWA CITY WATER DMSION SOEn NO ~ APPROVED OKS JOB NUMBER 524540J ARCHITECTURAL/STRUCTURAL ,^' "" D,oem'"," 200< ',1332 om '"pft,' WATER TREATMENT PLANT INTERIOR RESTORATION/STRUCTURAL 3 >< CAD fiLE. 524540J\Dwas\AS\ASJ.DWG rKKARNS~ ' Howard R Green Company IOWA CITY, IOWA STEEL REPAIR PLAN AS- _..__.~~----_._--- ---- - ISOLATION FOAM OR FABRIC BE7WEEN ROOF'-ING M[MBRANE AND THE WOODE.N NAlLER AS REOUIRED BY THE ROOFING MEMBRANE MANV, ACTURfR I PROVIDE" SPECIAL INSULA liON COVER I ~~~INNt~..NCDO~~~i~~S R6~r-~~r~1TY I STAINLESS STEEL STUD flUSH wi TOP or WAlLER AND RECESSED NUT IN PIc PANEL [MBEDDED FERRULE AS MINIMUM STANDARD toR ARCHITFCTURAL INDICATED IN PLAN NOTES CENTrR P~ACE AT :t.}-1/2" PRECAST RFARING CONNFCTIONS IN FROM FACES OF WAll.. A;.T[RNAT[ SIDES Of BOLTS BEARINC CONNECTION ANGlE WITH 2 FITTED SQUARE GUSSET ON WAU5 EXCEEDING S" IN THICKNESS PLATES ~LDEO TO ANGLE. FIELD WELD CONNECTION ANCl.f PRESSURE TREATED :?~ DIMENSIONAL L'JM5ER ANCHORED TO [MBEDDED PLATE WITH MINIMUM CAPACITY = TO THE TOP OF PRECAST CONCRETE WALLS AS INDICATED 2 ~ t.lAXIMVM CONNECTION LOAD. LA" ANGLE ONTO "LAN NOTES DISCONNECT AND ROLL BACK THE SUPPORTING BEAM A MINIMUM or 2-1/2 INCHES THI'" CLOSED Cill POLYETHYLENE OR POLYURETHANE ROOFING SYSTE~ AND WALL COPING SOUARE STEEL TUBE nE-BACK CONNECTION TO BOTH ISOLATION FOAM BETWEEN PRECAST CONCRETE AND ASSEMBLY FROt.l THE PANEL REMOVE HORIZONTALLY RESTRAIN AND VERTICAUY BEAR PANEL NAlLERS ALL INSULATION ON THE CONCRETE EDGE LOADS, ANCHOR TO EXISTING SUPPORTING CONCRETE BEAM THAT OBSTRUCTS ACCESS TO THE BEAM, MINIMUM LENGTH OF TUBE ~ '6 INCHES MATCH SIZE, PROFiLE, AND COLOR or EXlSTING CONNECTION PLATE ASSEMBLIES jT1 rACE or COPING CAP FLASHING ANCHOR PLATES WELDED TO TIE-BACK TUBE AND ANCHORED TO EXISTING CONCRETE BEAIoI VolTH 4 ANCHOR BOLTS, EMBED NO" ''''' 0' OO",L[ ~ BOLrs BE~NO """NG TOP RONCOR"NG S"EL O"'RS" CO"NG C^" FLASH'" "'TEM CONSTROOTEO TEES VARY .,/ CAMBER~ ~ REMOVE SUPPLEMENTAL TIt.lPORARY PLATE HOLE AND PROVIDE PLATE COVER WASHER TO :: IN ACCORDANCE TO PLAN NOTES AND CONNECTIONS COt.lPLETELY FROM ACCOMMODATE CONCRETE BEAM TOP BAR CONGESTION. I'r{L :: SPEOFlCATlONS 8 ~" BOTH THE PANEL AND THE COVER PLATE WASHER TO PLATE AU AROUND. A ~:~':J,i~- -,'.i,yi,_ ---- ---~ SUPPORTING STRUCTURE " l! SINGLE-PLY TPO ROOFING MEMBRANE EDGE "___U., ,---~.('. ~T"'r..' C""".; - EMBEDDED PLATE BEARING CONNECTION TERt.lINATlDN RECONSTRUCTED AND BONDED TO I DISCONNECT AND ROll BACK THE I. ,- _1":' 1 .,/ MINIMUM ALLOWABLE CAPACITY. 2 ~_ THE EXISTING MEMBRANE AT A DISTANCE NO ROOFING S'rSTEt.! AND WAll COPING i'. EXISTING PRECAST CONCRETE x MAXIMUM CONNECTION LOAD _.u LESS THAN :1;6 FEET TO THE INSIOE OF THE _ ASSEMBLY FRO" THE PANEL REMOVE ;.~ SPANDREL SELECTIVE DEMOliTION - --; ROO, EDGE CONTINUING O~R THE TOI> 0, WALL -.-.::.::>: 1 AU INSULATION ON THE ROD, DECK ;, ,;: HAIRPIN TYPE CONTAINMENT STEEL SURROUNDING 1 TERMINATING ON THE FRONT SiDE Of THE j BEAt.! THAT OBSTRUCTS AC~ESS TO -. REMOVE ARCHITECTURA PRECAST ALL EMBEDDED BEARINC CONNECTIONS, FULLY COPING CAP FLASHING ASSEMBLY ,,--.-..-.----...l THE CONNECTION ASSEMBlI_S. . . < '" L DEVELoP HAIRPIN BEYOND THE LIMITS 0; THE _ _ _ I ~- 1 CONCRETE SPANDREL PANEL EMBEODED PLATE NEW ARCHITECTuRAL PRECAST ~_____~. __ . --I I . 11__ CONCRETE SPANDREL PANEL / d I [ EXISTING PRECAST CONCRETE HOLD INSULATION IN PANELS AWAY FROM f,/' 'I I SPANDREL SELECTIVE DEMOLITION I' ': CONNECTIONS SUITABLY FAR ENOUGH TO OAMAGED OR IIAOISTEN ROOF INSULATION v- 1 ' GRIND AWAY CONNECTION WELDS TO MINIMIZE INFlUENCE ON THE PERFORt.!ANct: REMOVED AND REPLACED WITH EDUAL MATERIALS l' ---i -, .. .J . , FULLY RELEASE THE PANEL OF THE EMBEDDED PLATE CONNECTION A t.lINIMUM 5 FEET SACK FROM EDGE AS REMOVE ANO REPLACE I ' ::' 'I- ; ; . 1 CONNECTION FROt.l THE SUPPORTING SPECIFlEO. HOLD INNER PANEL INSULATION DOWN PORTIONS 0, ~OGE 1 r-- REMOVE ARCHITECTURAL PRECAST ; L.._L....:L STRUCTURE. RELEASE BOTH TOP AND INSULATION THICKNESS VARIES :1:6" FROM THE TOP or PANEL TO ASSURE ANGlE AS REOO FOR 1 "CONCRETE SPANDREL PANEL ~-- BOTTOI.! r.lIDSPAN CONNECTIONS TO ACCOMMODATE TOP or ADEQUATE CONCRETE AVAlLABILITY WR PANEL CONNECTIONS, GRIND AWAY CONN'CTION WELDS TO FULLY ". '.1 PRECAST TEE C. AMBER~ . MOUNTING TOP OF WALL COPING CAP NAILER 1. '. RELEASE THE PANtL CONNECTION FROM THE 1 l SUPPORTING STRUCTURE. RELEASE BOTH lOP :: \"t~_..._..,~,.P:,.,-- ! "". ~ BonOM MIDSPAN CONNECTIONS '._.::.i':,:t:~'r~:~n.U:~t j t 0 ~ ".." --- ,..--- --- 'I F EXISTING CONCRETE BEAM STRUCTURE. i "~.' 'J' NOTE: BEAIIA IS HIGHLY REINFORCING 'MTH : ~:':..:: NOTES: I BAR CONGESTION '. i ~)' j "'\\ ~ 1. FULLY SUPPORT PANEL WITH CRANE PRIOR TO REMOVAL 0' : , \ \:.z CONNECTIONS. TAKE UP ALL SLAC!< IN LIFT LINES '.~:' i.. J __1lPt' 2. REMOVE CORNER CONNECTIONS (1 EACH CORNER) BY GRINDING W REMOVE INSULATION DAAlAGEO THROUGH AWAY 'M:LDS OR CUTTING PLATES . !!I REMOVAL or THE ARCHitECTURAL 3. REMOVE COLUMN COVER PANELS BEYOND J" PRECAST CONCRETE PANEL NORTH SPANDREL GAP BEHIND 4. ~~~I';iC~~:S~~~A~ ~~~~~~ T~~~~~ REMOVAL or THE ~ PANEL RANGES UP TO 3", 5, PORTIONS or PRECAST CONCRnE ARE ANCHORED TO TYPICAl GAP 2" NOMINAL CAST-IN-PLAcr CONCRETE. THIS PRECAST REOUIRES REMOVAL UPPER LEVEL NORTH SPANDREL AND REPLACEMENT 'M--IERE NEEDED BEl'\Ih:EN L1MJTS OF WORl< 1 SELECTIVE DEMOUTION SECTION LOWER LEVEL NORTH GARAGE SPANDREL sc^'[. '1"=1'-0' NOTES: 3 SELECTIVE DEMOLITION SECTION SCALE: 1/4"="-0" 1. PANEL THICKNESS' s" 2. FULLY SUPPORT PAN!:L WTH CRANE PRIOR TO REMOVAL Of" CONNECTIONS_ TAJ{[ UP AU SLAC!< IN L1n UN!:S ISOLATE SQFFlT PANEL FROM FACJA FACE ANO _ ,_ '. J, REMOVE CORNER CONNECTIONS (1 EACH CORNER) BY CONTACT WITH SPRING RETAlNER VolTH THIN, :1:1/16" -C) \ =- GRINDING AWAY WELDS OR CUTTING PLATES OR LESS CLOSED CEU POLYETHYLENE OR . 4. REMOVE COLUMN COVER PANELS BEYOND POL '!'URETHANE !'OAt.! CONTINUOUS ALONG somT ""::: ~, C. 5 SIMILAR CONDITION: AT SIM, SOUTH ELEVATION CURTAIN "'.::... \.. -: r" ---r-\ WAU REMOVAL SA!.!E EXCEPT PROVIDE TEt.lPORARY PREFINISHED ALUMINU~ somT ,~ :...._ '--_, " \ SUPPORT TO TOP or CURTAIN WAU _1__ PANEL S'I'STEt.! AS SPECIFIED _, N.------ ANCHOR SOFFIT PANEL TO N ____-., 20 GAGE BRAKE FORMED GALVANIZED PREFlNISHED r-CHANNEL WITH __ I i STE:EL SHEET M[TAL SPRING RETAINER COLOR MATCHED ALUMINUM POP -Q .' 1, SHAPED AS SHOWN, PROVIDE ACCESS RIVlTS, PAINTEO OR PRE-FINISHED, 'ro i HOLES T&B AT CONCRETE rASTENER AT RATE or , PER EACH SOmT ___ _, _. ,_..-' LOCATIONS, EXTEND BOTTOM SURFACE ~.. PANEL NEAR CENTER r-)~, _ UNDER WOODEN NAILER A MINIMUM OF ," '/ /.... .. OUTSIDE LOCATION or CONCRETE FASTENER :;:: en )? - 2x4 HEM-FIR WOODEN NAILER AS REQUIRED PREFlNISHEO ALUMINUM S,ARTE;R F-CHANNEL MATCHING ' UATCH FACE or OUTER CONCRETE rACE. SPECIfIED som, SYSTEM MOUNTED WTH 1/S. POP I MOUNT WITH 1/4. COUNTER SUNK CONCRETE RIVETS TO CONTINUOUS 1/S.x ," ALUMINUN BATTEN S~REWS (TAPCON) E~BEDDED INTO CONCRETE STRIP AT S. D.C. ANCHOR BATTEN STRIP WITH 1/4. , MIN. SPACE AT 12 ON CCNTER MAX. STAlNLESS STEEL SOL TS INTO CI\5T-IN Et.lBEDDED FERRULES SPAcrD 24. O.C_ ISOLATE ALUMINUM FROM 20 GAGE BRAKE ,ORMED GALVANIZED STEEL CONCRETE WITH VlNn TAPE OR CLOSED CELL SHEET EDGE CLIP NAILED TO NAILER VIlTH POL Y:ETHYLENE roAt.l ad HOT-DIP GALVANIZED NAlLS sPACED AT a" O,C, WITH MIN. 1-1/4. WOOD PRmNlsHEO 0,032. THICl< EMBEDMENT. ISO..A TE CUP ,ROM COVER ALUMINUt.! 'AOA, SAME COLOR ALUMINUf,! WITH CONTINUOUS VlNn IAPE AND FINISH MAURIAL 1\5 SOFFIT ALUMINUM, ANCHORED TO CLIP NOTES: 1 SIZE., FIT ANO FINISH TO MATCH EXISTING INSTALLED SYSTUJ INCLUDING PROPER VERTICAL AND HORIZONTAL ALlGNt.I[NT. 2 FINISH SURFACE JOINT AND REUEF PATTERN TO MATCH EXISTING ARCHITECTURAL PRECAST PANELS, FIELD CUT RELIEf PATTERNS PLACED TO CORRECT FOR FABRICATION ERRORS SHAll BE SHOP CAST 10 MATCH TYPICAL RELlH PATTERNS 3 CONNECTIONS INCLUDING BEARING AND TIE CONNECTIONS AS A t.lINIMUM STANDARD SHAll INCLUDE FEATURES IND1CAT(O ON PLAN DETAILS_ MINIMUM STANDARD DETAILS ARE DEVlSED 10 CORRECT DEFIOENCJES IN THE EXISTING ERECTED PRECAST CONCRETE SYSTEM DETERMINED TO CONTRIBUTE TO CONNECTION F AlLURE. 4. PLACE NEW BEARING CONNECTIONS NO LESS THAN' FOOT AWAY FROM DAMAGE OR EDGE LIMITS OF EXISTING CONNECTIONS INCREASING THE CONNECTION COLlNT IF NECESSARY TO ACHI(VE DESIRED PLACEMENT SYMM[TRY 5 RETAIN ONLY EXISTING BEHIND-PANEL ELEMENTS SUCH AS INSULATION THAT IS UNDAMAGED AND IN FIRST-OUALlTY SER\rlCE. CONDITION REMOVE AND REPLACE ANY DAMAGED OR DISFIGuRED t.lA TERIALS UPPER LEVEL NORTH SPANDREL 2 REPLACEMENT SECTION SCALE: I/~."l'-O. ~ SHEET NO .'. ORAWN BY KAK JOB DATE: 2004 NO DATE BY REVlSIO~ DESCRIPTION~, IOWA CITY WATER DIVISION ARCHfTECTURAL!STRUC1URAL o APPROYED DKS JOB NUMBER: 524S40J . ,,? WATER TREATMENT PLANT AS-4 C^' "TE. O<<om'", 20. 200' 0733 0 m. '_ ~' NORTH ELEVATlON AND DEMOLlTlON/REPAIRS x CAD FILE' 524540J\DwCls\AS\AS4_DWG (Kl<ARNS) iJP Howard R Green Company IOWA CITY, IOWA '- ~--..- ---- SINGLf-PlY TPO ROOFING MEMBRANE STAINLESS STEEl STUD IN PIC PANEL EMB!:DDED COPING CAP FLASHING SYSTtM CONSTRUCTED IN EDGE TERMINATIOr-. RECONSTRUCTED AND FERRULE AS INDICATED IN PLAN NOTES. CENTER PLACE ACCORDANCE TO PLAN NOTES AND SPECIFICATIONS BONDED TO THE EXlSnNG MEhABRANE AT AT :tJ-1/2" IN FROl.1 FACeS or WALL ALTERNATE SIDES ISOLATION rOAl.l OR FA8RIC BETWEEN ROOFING MEMBRANE A DISTANCE NO LESS THAN :1;6 FEET TO f;:'\ SLOTTED INSERl FOR HORIZONTAUY snrF TIE TAB PLATE UTILIZED 10 RETAIN or BOLTS ON WALLS EXCEEDING 8" IN THICKNESS AND THE WOODEN NAILER AS REOUIRED BY THE RoorlNG THE INSIDE or THE ROOF [oG[~V SHEET t.!ETAL COPING FLASHING AND ORIENTED CORNER EDGE CONDiTION WITH LATERAL AUGNMENT or ARCHITECTURAL PRESSURE TREATED 2~ DIMENSIONAL LUMBER MEMBRANE MANUFACTURER DAMAGED OR MOISTEN ROot INSU~ATlON I _____ NAIL(tl ASSEMBLY CONSTRUCTED AS FASTENER TO TlE TAB P~ATE, HALFEN NEAR PRECAST CONCRETE PANELS WELD TO ANCHORED TO THE ToP OF' PRECAST PROVIDE SPECIAL INSULATION CO\IE:R REMOveD AND REPLACED wI DRY A"lD I DETAILED AND NOTED EDGE OR DAYTON/suPERIOR CORE WALL OR VlELOMENT PLATE ON ONE END AND FASl[N CONCRETE WAlLS AS INDICATED PLAN NOTES O\IE:R NEW CONNECTIONS TO PROTECT SOUND EDUAl MATERIALS A MINIMUM:' J yo EDUAL, FASTEN BOLTS PROVIDED BY TO SUP CONNECTiON ON OPPOSING END -- ROOFING ANO MAINTAIN ROOF-WARRANTY FEET BACK FROM EDGE AS SPEOFlED I t.!ANUFACTURER MINIMUIol OF 1 EADi EMBEDDED WELDMENT PLATE THIN CLOSED CELL POL'l'tTHYLENE OR " REOUIRE.D FOf( LATERAL STABlUTY TO RECEIVE TIE TAB PLATE POLYURETliANE ISOLATION FOAM BETWEEN ::1 t.AINIMU~ STANDARD FOR ARCHITfCTuRAl I REINF EMBEDDED PLATE PRECAST CONCRETE AND NAILERS :: PRFCAST AFARING r:ONNFCTIONS . __ nE ANCHORS WELDED TO TOP OF EXISTING ANCHORAGE wI J3 HAIRPIN LI~ /;1 " BEAM AS NOTED BARS OR 2 Ol3ASTM 705 MATCH SIZE. PROFILE, AND COLOR OF BEARING CONNECTION ANGLE WiTH 2 nTTED SQUARE GUSSH -.r' pH I' Ii, BARS DEVELOPED INTO THE EXISTING FACE OF COPING CAP FLASHING PLATES WELDED TO ANGLE. FIELD WELD CONNECTION ANGLE .:' . '__: . II) _ BOOY OF THE piC CONC TO EMBEDDED PLATE WITH MINIMUt.l CAPACITY.. J=-=-:- '---NEW ARCHITECTURAL PRECAST CONCRETE ~ 'I PANEL. ALTERNATE SIDES ~ t! 2 ~ MAXIUUl.l CONNECTION LOAD LAP ANGLE ONTO PRE-PAJNl TO MATCH EXISTING BACK SIDE j SPANDREL PANH SElf SPANNING/ _/ _~~;;;;;~; OF THE PANEL JOINT SUPPORTING BEAt.! A MINIt.lUM OF 2-1/2 INCf-lES OF PIC PANEL PRIOR TO INSTALLATION. !, SUPPORTING ON NEW COLUMN COVERS AS --------.- __m' .';f'. 1 -.--.--.. RECEIVING WELDMENT PLATE SINGLE-PLY TPO ROOFING MEMBRANE EDGE TOUCH UP AT CONNECTIONS. 'NOTED DETAIL PLAN NOTES .. :: TERMINATION RE:CONSTRUCTED AND BONDED TO THE SQUARE STE:EL TUBE TIE-BACK CONNECTION TO BOTli " EXISTING MEMBRANE AT A DISTANCE NO LESS THAN Hi HORIZONTALLY RESTRAJN AND VERTICAL!. 'I' BEAR PANEL CAST-IN DRIP EDGE R~VEAL 'J FEET TO THE INSIDE OF THE ROOF EDGE CONTINUING .c; LOADS, ANCHOR TO EXlST1NG SUPPORTING CONCRETE BE:AM. PROVlDE MINIMUM 1" - CORNE:R CONNECTIONS BEYOND DEVlSE TO PROVlDE OVE:R THE TOP OF WALL TERMINATING ON THE FRONT MINIt.lUM LENGTH OF TUBE., 16 INCHES EDGE DISTANCE LATERAL SUPPORT TO THE BonOt-.l OF THE II SIDE 0, THE COPING CAP ,LASHING ASSEMBLY ANCHOR PLATES 'ntLOEO TO TIE-BACK TUBE AND ANCHORED PANELS AT COLUMN COVER LOCATIONS TO EXlSTING CONCRETE BEAM WITH 4 ANCHOR BOlTS, EMBED . . ~------, - --- j- NEW ARCHITECTURAL PRECAST BOLTS BEHIND EXISTING TOP REINFORCING STEEL, OV<:RSIZE -~~- HOLD INSULATION 8" AWAY CONCRETE SPANDREL PANEL PLATE HOLE AND PROVlOE PLATE COVER WASHER TO . "", '. FROM EDGE OF PANEL ACCOI.lI.lOOATE CONCRETE BEAM TOP BAR CONGESTION. 'ntLO I DAMAGED OR MOISTEN ROOF INSULATION COVER I'LATE WASHER TO I'LATE ALL AROUND HOT-DIPPED GALVAN]ZED '\ \~ NOTES; EXISTING CONC ~M~:fgF~~ ~~~&A'~~ERWi~N~~~~~U~~~~ALS '~~~~N~~f~l~i~E~Ng;-EDOO I l't! 1. PANEl THICKNESS: 8" BE~~:.. DOWN .:l:6" FROM TrlE TOP OF PANEL TO ASSURE EMBEDDED PLATE BEARING CONNECTION wi MIN]MU~ FOR StATING DOOR SEAL i f.i:': 2. SIZE. FIT AND FlN1SH TO MATCH EXISTING INSTALLED SYSTEM ;. , ADEQUATE CONCRETE AVA1LABIUTY FOR MOUNTING ALLOWABLE CAPACITY., 2 ~ MAXlf.lUM CONNECTION LOAD ! ~ 3. i~N~~D~NUGRrA~~~E~OI~R~~~\~~,rF H~:~~~OA~;~~N7. .~ (..-\:~ '" TOP or WAll COPING CAP NAtLER HAIRPIN TYPE CDNIAlNMENT STEH SURROUNDING ALL i Ph EXISTING ARCHITECTURAL PRECAST PANELS, FIELD CUT REUEF -:-0' C'. "'-'\: \ EMBEDDED BEARING CONNECTIONS, FULLY DEVE.LOP HAJRPIN i ~ PATTERNS PLACED TO CORRECT FOR FABR]CATION ERRORS /" ) '....'..:. ~, BEYOND THE L1t.lITS OF THE EMBEDDED PLATE j h1: SHALL BE SHoP CAST TO MATCH TYPICAL RELIEf PAmRNS -::;;> . :: ) ..-' ____ j I 4. CONNECTIONS INClUDING SW BEARING AND LATERAl. TIE -r__ HOLD INSULATION IN PANELS AWAY FROM CONNECTIONS l '. CONNECTiONS COLUMN COVER PANELS SHALL BEAR sPANDREL \ ~ ,-'\ SUITABLY FAR ENOUGH TO l-.llNI~IZE INflUENCE ON THE , " PANELS AND 'PROVlDE LATERAL SUPPORT FOR THE BonOM EDGE ' r..J -\ \ PERFORMANCE OF TliE EMBEDDED PLATE CONNECTION , - OF THE DOOR OPENING SPAN. _~, I ~ 5. ~it~ ~~T~~I~ CS~~~~C:Nio~OOFM~~i ~~TI~GF~~~~WAY ~ ~A \__) 1 ' 6. RETAlN ONLY EXISTING BEHIND-PANEL ELEMENTS SUCH AS '__', r-- EXISTING CONCRETE BEAM .L. INSULATION THICKNESS VARIES 'lii1 INSULATlON THAT IS UNDAMAGED AND IN FlRST-QUAUTY S-RVlCE TO ACCOMMODATE ToP 0, j ~ L STRUCTURE. NOTE: BEAM IS HIGHLY PRECAST TEE CAMBER 1 ii>:\~' ;. CONDITION. REMOVE AND REPLAC[ ANY DAl-oIAGED OR DISFlGUREO __::: _' '_ ,... REINFORCING WiTH BAR CONGESTIQIIj j MATERIALS ( ~ ,./- -. ." . '~ ~ 'f' < =, " ~' LOWER LEVEL NORlH GARAGE MINIMUM STANDARD -z. --- , "'~~;n;'L"'"~1 SPANDREL REPLACEMENT SECTION 3 INlE.R-PANEL CONNECTIOJ)15 '. '~: ::. 2 SCALE' 1/2":1'-0" ,. ," " SCALE: 1104"~1'-0" SOUTH sPANDREL GAP BEHIND , " PANEL RANGES UP TO S', TYPICAL GAP 4" NOMINAL CONCRETE RESTORATION ;, PATCH PROFILE TOP SURFACE ALIGNS IN PREPARATiON UNIFORM PLANES WITH THE SURFACE OF THE 1.CONCRETE (CONC.) RESTORATION PATCHES SHAll FORM UNIFORM RECTANGU~AR , ' EXISTING BEMI ON BOTH THE TOP AND SIDE SHAPES GENERALLY AT RIGHT ANGLES TO EXITlNG CONC. SURFACES PRE-PAINT TO MATCH EXISTING ' J-CHANNEL FURRING STRIP FOR BACKUP ~ 2.SAW CUT THE SURFACE TO A DEPTH OF W ENCOMPASSING THE BROKE'" OUT BACK SIDE LOVlER EDGE or PC '\ I TO MOUNT THE EXPOSED F-CHANNEl SAW CUT AT OUTSIDE ~IMITS OF SPALLED CONC. l' BEYOND ITS LIt.lITS TO FORM A GENERALLY RECTANGULAR PATCH VOID PANEL PRIOR TO ]NSTALLATI~ TRIM ~IEce. MOUNT TO CONCRETE BEMI CONCF:lETE TO A DEPTH or .:l:1/2 INCH SHAPE. ALL CONC. RESTORATION PATCHES SHAll BE SAW CUT AT THE LIMITS TOUCH UP AT CONNECTIONS ~-L . _ ~~R~~ ~A~~6TE)R O~T~O~O::Cri~~ ~-'-"-'-7-~.:;+:y~ wi" OVERRUNNING SAW KERFS AT THE CORNERS, DRESS CORNERS TO PROVIDE PIN IF N ITI N P ITI N ~itL..-L...--.-::t:~u=-,----,- -- - - ADEOUATE DEPTH wi POINTED CHIPPING EQUIPMENT. SAW CUT TYPICAL OEPTJ-j .:l:W PREFINlSHED ALUMINUM STARTER WlT~OUTEgE6wC:OCO~JEJRM ,.?----" ;_.~._.- '1 J,CHIP AWAY ALL CONC, 'MTHIN THE PATCH EXCAVATION VOID TO MINIMUM OEPTli F-CHANNEL MATCHING SPECIFIED SOFFIT 'USING A CHIPPING HAMMER. HAMMER AND CHISEL. OR BUSH HAMMER. FORM SYSTEM ANCHORED TO CONCRETE WAll ! GENERAU Y SQUARE CHIPPED SHOULDERS AT THE PATCH LIMITS, All. EOUIPMENT 'NITH POWER DRIVEN PINS 0 12' ON "", ", BONDED INTERrA~ PREPARED IN , SHAll WEIGH LESS THAN 30 LBS. REMOVE All. LOOSE OR DELAMINATED MATERIAL CENTER. ISOLATE ALUMINUM FROM ,-- ACCOROANQ[ 'NITJ-l THE CONCRETE TO SOUND CONC, MINIMUM DEPTHS: 1/2" CONCRETE CONTACT WiTH VINYL TAPE RESTORATION PLf'N NOTES 4.CLEAN PATCH VOIO SURFACE wi AIR B~AST REMOVING ALL DUST AND LOOSE DEBRIS. 1 S.WASH THE CONC, VOID SURfACE wi POTABLE WATER SCRUBBING IT wi A STIFF SYNTHETIC BRISTLE BRUSH. MAINTAlN THE ENTiRE SUBSTRATE SURFACE IN A PREFlNISHEO ALUI.IINUt.l SOFFIT ~~~~E;X1~~~~5 TO EXTERIOR FACE ~~~~:~~~~~~CE;~p~~C;~~~JTlON FOR NO LESS 7liAN 1 HOUR PRIOR TO PANEL SYSTEM AS SPECIFIED PREFINISHED F-CHANNEL MATCHING T I ~ J or pIc CONC -- PRE-APPLICATION . HAT-SHAPED FURRING CHANNEL AT CENTER or CONCRETE BEAM SOFFIT SYSTEM MOUNTED TO THE ~~~';~gA~O~AC~ER c~g~fD WALL PANEL EXCAVATE PATCH VOID TO ,. l.IF SUBSTRATE IS DRY, 'NET AND MAJNTAlN THE ENTIRE SJBSTRATE SVF:lFACE IN A TO RECEIVE SOFflT PANEL MOUNTiNG SCREWS. ANCHOR FURRING BACKUP J-CHANNEL 'MTJ-j COLOR !.lATCH EXISTING . REM::>VE ALL EXISTING I r' SATURATED SURFACE-DRY CONDITION FOR NO LESS THAN I HOUR PRIOR TO CHANNEL TO CONCRETE WITH PO'NER DRIVEN PINS AT 12" ON MATCHED POP RIVETS. PAINTED OR FRACTURED CONC. EXCAVATE , RESTORATION CONC, APPUCATlON. CENTER EACH SIDE STAGGER LOCATION OF FASTENERS PRE-FIN]SHEO SPACED AT 2"- ON . -< VOID TO FORhl A SQUARE ....' [!lISTING 2 USING FRESHLY MIXED RESTORATION CONe.. APPLY A St.lALL PORTION OF MATERIAL CmER. ' . ~~~C;:;:D,;:-'c;;,,~~ '.cot'" ]"" - mD SC,", OHE "ATI"'" "TD OHE ,.STI" co"' SO"JRAn: _/ A sTier SOUlH SPANDREL ,-~-~._. ,~,-, ._+,.--.~ -'-.,J_.J ., , J SYNTHETIC BRISTLE BRUSH TO FORM A SCRUB COAT. APPLY TliE SCRUB COAT JUST " 1;' . .'. AHEAD or CONC. APPUCATION NEVER ALLOWiNG THE SCRUB COAT TO LOSE ns 1 REPLACEMENT SECTION '.' ".. "O"TU" SHEEN, <:; . .!~ , APPLICATION SCALE: 1/.("..1'-0" SEAL JOINT ON ENOS AND '-, r3:il:i.~"'E"Il' 1.APPLY SPECIFIED RESTORATION CONC, It.lMEDIATELY AFTER FORMING THE SCRUB BAC!( WrlERE ACCESS/6LE ,"$_ COAT. APPLICATION SHALL COMPLY wI MANUFACTURER REOUIREMENTS FOR MIXING AFTER ERECTION .--1/ AND APPLICATION LIFTS. NOTES: WALL SEALANT JOINT CONCRETE RESTORAll0N DETAIL 2B~~~ ~~~~~ ~A~~~~~ ~DTE~~E;;-~C;N~YS~~s~~ii.Y ClOSE MARGINS SELECTIVE DEMOLITION FOR SOUTH ELEVATION CURTAIN WALL SEALANi JOINTS 4 5 3,FORM AND PROFILE THE SVRFAC[ or THE MATERIAL TO MATCH AOJACEN'" CONC ARCHITECTURAL PRECAST CONC, SPANDRELS PRODUCTS SCALE: 3j'("~1'-0" SCALI: 3/8".,1'-0" AS FOLLOWS: . 1 REFER TO DETAIL l/AS-04 FOR NORTH ELEVATlON SPANDREL 1. i[~~:~TE SZg~~NENT URETI1ANE NOTES: A ~~~~~~~~D ~':r~I~;-TROWEL SHAl.LOW DEPTH RESTORATION CONC. TO MATCH ~~ii:~ ~:~:..f~/~~~~I~~~Sp~~i~~Nri[~~~R~LA~~OVAl. B. COLOR-STANDARD MOST CLOSELY t.lATD-!ING PRECAST PANELS OR FINISH COATING PLAN QUANTITY: 30 EACH 8. EXPOSED TO VIEW REPAJRS-PATCH DEPTH 1104~ BELOW SURFACE w/ ROUGH INTERIOR ARE PROPERLY IN PLACE AS APPLICABLE SURFACE. SHALLOW DEPTH RESTORATION CONC.. FINISH SURFACE w/ SURFACE 2 DISCONNECT AND ROLL BACK TliE ROOFING SYSTEM g. ~~~ ~920 :b~MP~ANT S RFPAIR MATFRIA] c; OR FOtJAl RESTORATION CONC, lMhlEDIATELY FOLLOWING INITIAl. SET OF SHALLOW DEPTI1 AND WAll COPING ASSEMBLY FROI.! THE PANEL REMOVE ALL . . GR N. CLASS 2 I RESTORATION CONC, SUBSTRATE. INSULATION ON TliE CONC. EDGE BEA'" THAT OBSTRUCTS E. FEDERAL SPEOF1CATION TI-S-002:3OC, TYPE II, CLASS A HOR20NTAL <I.SHAPE SURFACES TO FORloI UNIFORM AND TRUE SURFACE PLANE MATCHING ACCESS TO THE CONNECTION PLATE ASSEMBLIES F. MANUFACTURED PRODUCTS - SIKAFLEX 1~, SONNEBORN NPI. TREMCO DYMQNIC, OR EQUAl. EM~CO S550 ABUTTING FINISH SURFACES. 3 FUllY SUPPORT PANEL wi CRANE PRIOR TO REMOVAL OF G. AGE: ONE-HALF MANUFACTURER SHELF LIFE OR LESS VER CAL CURING CONNECTIONS. TAKE UP ALL SLACK IN LIFT LINES 2. BACK(R ROO - SOFT E~:CO S880 TH 1 AS SOON AS RESTORATlON CONC REACHES iTS INITIAL SET BEGIN CURING OPERATIONS 4. PROVIDE TEMPORARY SUPPORT FOR t-.lETAL-FRAMED CURTAIN A. CLOSED CELL RESILIENT ExmUDED POL YETI-IYLENE SU ACE (SMOO ) 2~CONCEALED REPAIRS MAY BE CURED wI LIQUID APPLIED CURING MEMBRANES. WAll. MULLS. ANCHORS INTO CONC, BEAM IS PERMITTE:D S, UANUFACTUR.ED PRODUCTS - SONOFOAM OR EOUAL WACO R:350CJ PATCHES EXPOSED TO VIEW SHALL BE MOISTuRE CURED SINCE FINISH COVERAGE WILL BE PROVIDED WHEN COMPLETE. EXECUTION M M8RAN CURtNG' . 5 GRIND AWAY CONNECTION WELDS TO FULLY RELEASE THE PANEL \, FORM ALL SEALANT JOINT DEPTH 1/2 TO 2/3 JOINT WiDTH PRECAST PANELS JOINTS OUANTITY or REPAIRS ]S UNKNOWN FOR pURPOSE OF 3C~VER AN~ MOISTU'RE CiJRE ALL CONC PATCHES AS rOLLOWS' ~g~~Ef~pO~:~OBMOT~~~ S~i~~~~~NgO~~g~,~~E, RELEASE 2, TOOL JOINT IN PRECAST PANELS wi RECTANGULAR SURFACE PROmE MATCHING THE PANEL REVEAl BIDDING ASSUf.lE PATCHES TO BE 6".B"~4' DEEP A, COVER PATCH w/ SPUN BONDED GEOTEXTILE FABRIC OR CLIAN NOT STAINING 5 REMOVE SUPPL(MENTAl TEMPORARY CONNECTIONS COMPLETELY PATTERNS, TOOL JOINTS ALONG FLUSH SURFACES FLUSH w/ SUBSTRATE TOOl. JOINTS AT CORNERS BURLAP AN FIX IN P~ACE:. SPRAY FABRIC TO SATURATED CONDITION FROI.I BOTH THE PANEL AND THE SUPPORTiNG STRUCTURE wi A SLIGHT CONCAVE FILLET B. COVER CURING FABRIC COMPLETELY VI/ POLYETHYLENE SHEETING A I.IINIt-.lUM OF 7 REMOVE CORNER CONNECTIONS (1 EACH CORNER) BY GRINDING 3 FINISH SURFACES UNIFORMLY SMOOTH FREE Of FOREIGN INCLUSIONS, AIR POCKETS. AND SURFACE 5 MILS THICK. SEAL EDGES BEYOND THE PATCH wi DUCT TAPE. PROVIDE ACCESS AWAY 'NELDS OR CUTTING PLATES PROTRUSIONS OR DEPRESSIONS UNDER THE POLYETHYLENE SHEETING FOR REWETTING FABR]C AS NECESSARY. 8 REhlOVE AND INSULATION DAI.AAGED THROUGH REMOVAL OF THE 4 ON PRECAST PANEL JOINTS ORIGINATE SEALANT JOINT FACE SLIGHTLY (1/16TH INCH) BEHIND FACE C. t.lAlNTAIN wET CURING FOR NO LESS THAN 7 DAYS ARCHITECTURAL PRECAST CONC. PANEL ABUTTING BAC!( or CHAUFER EDGE OF PRECAST PANELS. 0 AFTER WET CURING REMOVE WETTlNG APPARATUS AND MAINTAlN POLYETHYLENE 9 REt.lOVE ARCHITECTURAL PRECAST CONC. SPANDREL PANEL SHEETiNG FOR AN ADDITIONAL 7 OAYS ~ D"WN" KAK '" DAn:' 2DO. ~ """ON DE"'''''ON I ~.. cO IOWA CITY WATER DIVISION II ARCHITECTURALJSTRUCTURAL SHEEl NO I '" APPROVED DKS JOB NUMBER' 524540J ,It' :."P I " CAD DAn: D"'mb,'" 2DD< 3"" "m ' " .' WATER TREATMENT PLANT SOUll-l ELEVATION AND AS-5 [ . CAD me S""DJ\D.,,\AS\AS5.0WG 'KKA"" ' Howard R Green Company IOWA CITY. IOWA MASONRY RESTORATION I Y'9 (s) EXISTING STEEl EXISTING ARCH Y _./__ COLUt.lN~ PREC,l.ST WALL --r;- h~ NEW W15x50 BEAM REPLACING ' ~ i, r,i,;,- ;;.;; [XJSTlNG STEEL COLUMN OAMAG[O EXISTING B[AJ,I ERECTE:O AT 3" c:-: THE SAME TOP OF STEEL ELEVATION , !, "H:C~ ~//-N[W W16x50 BEAM(S) REPLACING ExrSTlNG t.lOI.lENT fRAME I' ~ DAMAGED EXlSTlNG 8EAl.1 [RECTED AT TRANSVERSE BEAl.!-........, g., ',_ - - THE SAME TOP OF STEEL ,:LEVATION KNlrE PLATE 20.:0:4-3/4.:0: j:.7/S" TYP ..........~-== 'J." - \;.:-' , (THICKNESS OF" GAP) IN TOP 1/2" SUPPLEMENTAL CONNECTION BACKER', g:;t> ;;' ~~nt:- 1/2 SuPPLEMENTAL CONNECTION C' CHORD Of JOlST PLATE MIN. 20"x 8" DIt.lENSIONS 'ftt:LDEO' ,. .c,~ fu"J:n-:1 BACKER(S} PLATE ....IN. 20'x 8" ~. :J "-0. PAlR OF DOUBLE AN,GLES ALL AROUND TO THE WEB OF THE '0 n::H 0' OlMEN51D1Il5 v.tLDEO ALL AROUND TO C....;" /\ 10 MATCH EXISTING FJELD COLU~N WITH 3/16~ FILLET WELDS \0 ;1r.1: 01 THE WEB OF THE COLIJ~N WITH 3/16" " " ......'" ,,' \ VERIFY SIZE L3.x~"x3/a" OFTSET EDGES OF THE BACKER PLATES ',- j :'": 1 FILLET WELDS OFFSET EDGES or THE U :~-:". ""-,, ~ .., ON OPPOSITE SIDES TO AvotD BAD< TO , ' 'o~tJO) BACK!:R PLATES ON OPPOSITE SIDES '/ (~1 \.."1 -"...-' BACK 'M:LOS ON CO\.Ut.lN WO:B ==: 1 : ~,: 1 TO AVOID BACK TO BACK 'M:LDS ON .?__' '- - ~ I" '+" \0'1:'0' COLUMN WEB /C--..-'... ..-./, 5 1 2 FITTED NEW DOUBLE ANGLE CONNECTION ;.:_i.. , '--, ,,~,--j, '-->7 ...- . \-" \ \ 16 [NO PLATES 3-1/2.x3"x7/16~ 0 ~IN. 12" LONG FiELD _____';Jd' - ~:l~~~- NEW D?,J~LE AN9LE CONNE':.TiON(S) ..'./ '\.) /'. "" _ PAIR 0. 3"x2"x3/B" WELDED 3/S"x12" wI 3/"" toIIN. RETURN - ~ _ 3-1/2 lW x7/16 ! M~, \2 LO!lG ......, /""- ) PAIR 0. 3 x2 1<3/8 ~ SEAT ANGLES D ToP TO BACKER PLATE. PROVIDE" 0 3/"" RETURN flELO \l/[LDED 3/6 x12 ..; 3/" '- /', \ /0. SEAT ANGLES 16 3/"" ,1.325 BOLTS EACI-l CONNECTION 3 AT TOP MIN. RETURN 0 TOP TO BACKrR ........ > "'- 1/2" PLATES fiTTED TO SEAT 8" PLATE. PROVIDE 4 0 3/4" ,1.325 I ANGLES EXTEND SliGHTLY ABOVE EXISTING OLU"N CONNECTION BOLTS EACH CONNECTJON ...... JOIST TO RECEIVE DO'M'lHAND WELD BETWEEN STEEL BEAM C M STEEL BEAM COLUMN CONNECTION ---;:::.-, -;_ :... ..' "", AND ToP or JO'ST 2 REPLA~EM:NT SECTION VIEW REPLACEMENT SECTION VIEW ";j{ c;:;. 1 JOIST SEAT REPAIR WELDMENT SCALE, 'I'.' 0 Nom 3 SCALE, '1"."-0' , -T7 GRl"'D 'M:LOS OF DAMAGED EXlSTING BEAt.l NOTE. ,T SCALE: 3/""=1'-0" CONNECTION(S) TO R!:MOVE CONNECTiON GRIND WELDS at DAMAGED EXISTING BEAI.l COt.lPONENTS, CLEAN EXISTING COLUMN CONNECTiON(S) TO RE~OVE CONNECTION SUR, ACE TO RECEIVE NEW V1tLOS. ~~~r2ftNT~ R~~: ~~~TI~t5~LUMN A.TER MASONRY SETS UP, TEAR MECI-lANICALLY CUl JOIST 0 AWAY EDGE STRIP Of" BACK roAM SEAT AT VERTICAL .ACE B AND FORM A SEALANT JOINl END 01'" DIAGONAL BEARING AROUND THE THE PERIMETER or WEB. MAlNlAIN .UU WE:LD F"lN A WRAP 1/2" CLOSE CELL POl '!ETHYLENE OR STRUCTURAl STEEL ON EACH SIDE 0) ~ TO CHORD ON, WE, BANGLE, ~~~VERI R10~1 2 G& ~1 POL '!URETHANE .O.w COI.lPLETEl Y AROUND 0. WALL lOOL SEALANT JOINl A 9 B . . AU STRUCTURAL STEEL PASSING THROUGH St,lOD'lH FREE at DEPRESSIONS . ... ,.~_'"":!'L :rr.:-::; THE NEW MASONRY WALL. PROVIDE TEAR OR PROTRUSIONS .LUSH WITH . AWAY MARGIN STRIPS 1/2" DEEP BEHIND .ACE 0. WASONRY WALL 5, -:-~j -- WALL ALONG BOTH SIDE OF WAUS CONSTRUCT MASONRY TO ABuT 16 _ ... ---. , '0: _,":;"'~>-,_~~7= TO STRUCTURAl STEEL .0AI.l 5 - ~it:jT THE ;END 0. JOIST STRAlGHT ::,.,' '. '..- ~... WRAP AND ENCIRQJNG CONDUITS 16 ~~i~~~G~:G~~T~B~~UT :ii _ _ _I _ 1_ _ _ ~ "___ ~_ :~ ~:CC ~~~SI~l ~~I~~O T~~ EXISTING STEEl JOISl DA~AGEO ~ c::::J -, '. "t~~~.~~~=r' ------.('''--- TO WNJ~IZE PIECE WORK AROUND BY .ALLEN ARCHITECT1.JRAL~, >~ .. RElIOVE DM.lAGEO JOIST ~ I ! , OBSTRUCTIONS PASSING THROUGH PRECAST CONCRETE PANEL----f,"'" , .: REPL4CE DECK PERI~ETER EDGE It ~~~N~~ ~~l.\~~~~Y l~~----=-L=- =~_~-.J-- ".~-- '- - THE NEW WAU .::=-J AtlIGLE WITH UNDAMAGED EXISTING ';- REMOVE ~ORTAR JOINTS AT THE l' . " ", PROVIDE llE ANCHORS TO THE 5 f,:-~,' 'EOGE i.ANGLE OR MATCfilNG NEW REI.lOYE d~OLUM.N,~ LIMITS SO AS TO ENCOI.lPA$S ALL !, ',:' "~EXlSnNG MASONRY AND TO THE 16 E~ ANGLI!: SECTION CONNECTI\)N ,_:: fRACTURED AND CRACKED MASONRl: ,.----==~~~_______. . - ABUTTING CONCRETE BEMl. SPACt: ~ 1:d _ i 21 UNllS_ PROVlO~j A T~~~~lOGE , ; < _' .: AT 16" ON CENTER VERTiCAU Y. 16 ,'EPLACE EXISTING OAIMGEO ;:,:1' INTO THE DOS NG S _~_._,j', . "___PROVIDE 2 HOUR FIRE STOP ALONG l:CANTILEYEREO JOISl END WITH THE <::-j REIo!OVE MORTAR JOINTS AT LIMITS i ~ ~. EDGE OF NEW I.IASONRY ANCHOR NEW JOIST SEAT REPAIR WELD~ENl ~'~oP f.4BRICATED JOIST SEAT ~; CLEAN~Y TO EDGES OF EX'STING , L .. TO THE SUPPORTING BEAM WITH 1/4" FlLLET ;.1f':AIR W[LD~ENT AS DETAILED ~~~VEw~:~~~S,E; , CONCRETE UNIT ~ASONRY BY CHIPPING __..~__~J~"__.-", '. .' " RE~OYE ALL fRACTURED OR WELDS MIN. 2" LONG EACI-l SIDE 8 . , ;_1..__ ,__ OR GRINDING. REMOVE ALL ~ORTAR I CRACKED CONe ~ASONRY UNITS /r-' t:t 1- ~--~ ASSURING NO DAI.!AGE IS DONE TO ~. ., . EXISTING ARCH ~ ____~;,{,-_. - TEI.IPORARY SHORING 0. JOIST ABUTTING CONCRETE UNIT MASONRY .l_~,_, ____,..,-,.,_______L, __._--'--"' INFlLL NEW MATCHINC CONC PRECAST WALL DUR\NG RECONSTRUCTION ON BOTH HEAD AND BED JOINTS - -- - T "', ~~~R;XI~~I~~ ~AliP~~~~i~ STEEL JOIST EXTEND TOOTHED EDGE BED JOINT 1 ,/ < , JOINT TEXTURE AND PROFILE AND REI.IDVAL RANDO~LY BETWEEN "J/4" TO _~~.---+.-...~'"'~ LAYOUT 80ND, PROVIDE 4 REPLACEMENT SECTlON 5 STEEL DEMOUTlON SECTlON 2" INTO EXISTING t.lASOI\IRY TO OBSCURE HORiZONTAL JOINT REINFORCING THE I.lASONRY COLD JO\NT SEAl.\ UNE TO REPLACE EXlSTING t.lAXlt.lUI.l SCALE: 1/2"",1'-0" NOT[: SCALE: 1/2"=1'-0" '~~_..,'_ 16"OC VERTICALLY. SHORE THE EXISTING JOIST TOP SUPPORl /HE \. ! --:-- DE Ti.y OUlER U~ITS OF" ENTIRE SOUlH END BEARING LOAD PRIOR TO ! ' ~~CTURES AND CRAD<JNG IN THE BEGINNING REPAIR 0. THE JOIST - ~-__~-, EXlSTING ~ASONRY WALL FINISH PAINT SURFACE NOTES: 1. REINFORCED CELLS MAY BE ENCOUNTERED IN /SECURE 2 HOUR f"JRE REPLACED MASONRY SECTION. CONSTRUCT STOPPING ALL AROUND NEW MASONRY BY CHIPPING AWAY GROUT ~_._____ __ _ _ _ . .._ __. -. m ._ -- ------ SURROUNDING REINFORCING, PLACE NEW UNITS '-.---- ---. --~'"""'-,--, -_- --: - ------: AROUND EXISTING REINFORCING BY CUTTING - "'-.- -- -j ~ ,- -- ------- -, EXISTiNG DOOR OPENING AWAY THE END WEB 0. THE UNIT AND ___J ~___, GARAGE ARC'! STAIR .OR GARACf:/MECHANICAL STRADDUNG THE BAR WITH FACE SHELLS NORTH WALL OF UPPER SfiOP ACCESS GROUT CELLS SURROUNDING BARS .ULL IN 2 STAIR LANDING TO.3 CDVRSE UriS ~. ---..--.,-----. -- 2 MASONRY ACCESSORIES ___r~.; '. JOINT REINF"ORCING - ACi 530 CD~PlIANT, : , STANDARD GALVANIZED NO, 9 , ",' - EXISTING JOISl SOUTH CUR1AlN WALL TiE ANCfiORS - OUR-O-WAL 0/,1. 901 SLOTS ~- ~----"- -~_. ARCHITECTURAL PRECAST & O/A 913 m:s OR EOUAL PROVIDE SEALANT JOINT D CONTRETE SPANDREL PANEL 3. SEALANT JOINT I.lATERIAL . TOP 0. METAl-FRAMED SUDE CONNECTION MOUNTING TOP MASONRY RESTORA TlON 2 HOUR F"lRE SToP SEAlANT CURTAIN WALL TOP RAIL or CURTAIN WALL MULL TO BOTTOU 6 .-- I -- - EDGE 0. ARCHITECT1.JRAl PRECAST " . " ~' ALUl.\INUW METAl EDGE TRlt.l ./" CONCRETE SPANDREL SECTION SCALE: "J/8 =1 -0 PLAN OUANTITY' HO 5" YJ:~.% ~~~~.i(~~R~~~Z:~~________;/ ~TOP CURTAIN WALL GLAZING PANEL ~ 0./...-___ _ RE~OVl:DANDREINSTALLEOAFTER CORRECllON ORIENTATJON OF I.lElAL R[I.!OVE AND REPLACE DAI.IAGEO EXTERIOR ALUt.lINUI.I F"RAMING. PROVIDE NEW GlAZING CONCRETE UNIT MASONRY OR EXTRUSION .OR lOP GASKETS AND SEALANT AS NEEDED TO RE!,IOVE PAiNT AND PROVIDE RAlL SECTION .ULLY R(STDIlE THE CURTAIN WALL SPECIAl INSPECTION REDUIREMENTS CONCRETE RESTORATiON GLAZING TO ORIGINAL CONDITiON SPECIAL INSPECTiON .DR DUAlITY CONTROL IS REOUIRED ~ATCHING BLOCK TEX1URE CURTAIN WALL ON TrlE .0LLOWlNG STRUCTlIRAL ELEt.lENTS' IL -STEEL WELDS 7 MASONRY RESTORATION, MR2 8 TOP RAIL DETA -'>RCOW'Al. BOLTED CONNECTIONS 1 ",' " -ADHESIVE (EPOXY-Sn) ANCHORS SCALE: 1/2"=1'-0" SCALE: 12m,-0 ~ ~ S~[T~ " >'AWN" KAK JOB DA'" 20DA NO om " """ON DESCR"'''N~ IOWA CITY WATER DMSION AACHITEC1UAAL/STRUC1URAL < mRO"'D, OKS JDB N"BER '''''OJ , ,_If$ WATER TREATMENT PLANT AS 6 .I:: CAO OAT[' December 17 20045:09:04 o.m '<f,1~,", SECTIONS ~ CAD mE 524540J\Dwcs\AS\A56,DWG (KKARNS) W Hovvard R Green Company IOWA CITY, IOWA ------------ 24'-0. e 24'-0. ~ 24'-0' ~ 2~'-O. @ 20'-O~ @ 20'-0. NOTES: ....... ... --)/---- --- -- -----~~+------ _'____________u_ ---+- --- -----+- --------1----.~~ 1. REPLACE EXISTING GAS UNIT HEATER WlTIi A N.EW REZNOR, MODEL UOAS-115 I UNIT HEATER, AS SCH[DUlED, RECONNECT ELECTRICAL POWER CONOUIT AND I i ~-_.. --I 'I WIRING AND THER....OSTAT CONTROL WIRING. R[USE AND RECONNEC, I - I EXlSTING FLuE AND COl.!BUSTION AIR DUCT. PROVIDE NEW GAS PIPING TO , I THE NEW UNIT. PROVIDE A NEW GAS REGULATOR AND A NEW PLUG COCK AT I I I I mE ON". 2. REPLACf.: EXISTING GAS PIPING AS SHOWN. NEW PIPING SHALL BE: ----- - - --- -~-- -.. -. ... . un ;_=~:-~ . - - ---. -- - - - - . -~f- ..", - '. -- -- ..--. t.-~.~~.~ 1~2.":::~-~;;;;':=::~~-~. .._:~_ ~"_~~~i..~".~-____-=~~.~-::.~:_-~~ -~~_=-~_~~.n'~:?-~;.:_--_ ~ _~-~~.==--o:===.:~:~~~~, ~~~;bs A:T~OI~~': s,.CS~~~J:Or~~~d ;~, SOCKET-WELOEO TYPE. A ---- Ili--- 'I: -:": i,fi ':1 'I ' GAS COCKS: BRONZE BODY AND PLUG, NON-tuBRICATED, TEFlON PACKING, .::.. ,_, .=: ~' ~-' '--..-.- HANGERS: ADJUSTABLE CLEVIS HANGER, STEEL HANGER ROD, ~ECHANICAL IDENTIrICATION: PAII'lTEO YELLO..... WITH PLASTIC PIPE ,~ MARKERS TO f.lA TCH EXISTING ". J PROVIDE TEMPORARY RELOCATION Dr TIiE EXISTING AIR COMPRESSOR AND , DRYER SYSTEM TO ALLOW REPi...ACEMENT or STRUCTURAL STEEL. i.". / EXISTING Roor TOP UNI1 PROVIDE TEMPORARY CQN"IECTlON Dr ELECTRICAL POWER. COMFREssm ~ (NOff 5) AIR, CDOLlNG WATER, ETC, AS REOUIRED, AND AS APPROVED BY THE OWNER L] COORDINATE RELOCATiON WITH THE O~ER. ~;, r - - - - - - 4. REPLACE EXISTING CARBON MONOlOOE SENSOR/COTllTROlLIR. NEW SENSOR v:' SHALL BE Rr TrCHNOLOGlES, MODEL Gl.!T 51-CO, RECONNECT CONTROL d.'j I, " WIRING TO THE EXHAUST rAN STARTER/DISCONNECT. RECONNECT CONTRa.. ! WIRING TO THE PLANT CONTROL SYSTEM. TEST UNIT FOR PROPER OPERATION, ;J. I I TEST AS RECOMMENDED BY EOUIPMENT MANUFACTURER. m ~ - - - - - - J 5 EXISTING ROOrTOP UNIT: STRAIGHTEN (COMB) DAMAGED CONDENSING COIL FINS , GARAGE f; 1 -- . 1..,_. ________ __ _ _..__ll~3 1_ ___.'.__'___ ,... I I. MECHANICAL SHOP , . ,. ~-.---- n.______ -. - nn -- - - , :i ITill ! ~ c.....--i/. ~ . r.- ElOSTiNG 5" ~EXlSTlNG 6" UH-l .----.'~_ : \ UH-l rLuE COMBUSTION AIR r-------~ . . i c.-: ~:72~ I b .- 1 NEW UH-1 s: ' 2: n S?: ---c\ EXISTING (NOTE 1) ~::.::.'" -. "C--. :-'. ~__ L- --- {'""J _--- J L UH-1 I NEW 1-1/4- -', N .~1 EXISTING GAS NEW 1-1/4" y' GAS COCK --:, ( \ ~ NEW GAS GAS (NOTE 2) NEW 1-1/4- - ,. r -('1 .- ~ PIPING G GAS (NOTE 2) "_ "_,- _-~ J EXISTiNG GARAGE: EXHAUST FAN \ , -" ~ --'" STAlnER/DlSCONNEC1~ ,- - r _ _ _ PROVIDE NEW FJR[SlOPPJNG FOR . I r, ::::,c. _ J;J_= IL__JI --- j WAll PENETRATION ' 'Z /..... .- ~ r 1 --- ~. ~--, 1 ~ t.fl A9 .,..., 1~1 .ii I 17 _ '~J.; !.:..1 _~... ;....: i ) - B ,- - " :'"::.~~- '::~:"'~':'.=-~::'~ ~.::. =-:-__":::~~~_ ~-".-=-_ _ ',u:~'~: <c, ~~~~~~__: ,.u":_' :;,:1:::;: '"' _ =-=:~~ce:""C':",,- n_:",'~':_n ~_ '= ON REPLACE [)OSTING CARBON ' : 1 MONOXIDE ~CO) DETECTOR EXISTING AlR COl.lPRESSOR AND ;EXlSTING _ _ " (NOTE ,'I) , DRYER (NOTE J) , 'j- ~~T1NG. 1-1/4 _~---------'--_~___'___~_ ,_'-4--_____.___ ___++____..__ .____~__._~ __~__., , I, "I..' ' I I I ; I ' I : I n ! I! I i I I, ~---~--.-,--,-- ',_'__m'_~___'~'__, , "I' , .' 'I' , I I j I I ..,.---~___.-'-+--.......__u .._._,. __....l~. ~___ ___ ___,,_~_ .. ~___ _~_------,___---'--- 1. ____~_ _ _ __ _~_...--:.. 1. u~ n 1 ~~~~,,~~~ @ GAS UNIT HEATER SCHEDULE ~~~~ TYPE ~Wd'r g~~~~ CfM ~~OCllY ~~~~~ ~-~PS ~A~~6~f~~[R RE~ARKS UH-1 SE~1~~~~~ ~~~B 175.000 14S,250 2242 877 120/1 ,3,8 RE2NOR. MODEL UDAS-175 ~ ~. DRAWN BY; KAK JOB DATE: SEPT/04 NO. DATE BY REVISION DESCRIPTION ~.'~ IOWA CITY WATER DIVISION I MECHANICAL I '"En NO ;::: APPROVED: CAP JOB NUMBER, 52.(54DJ .!: CAD DATE D~c"mb"r 17 200410:55:36 c,m . .'"'" WATER TREATMENT PLANT M-1 ~ CAD FILE. 524540J\Dwcs\M\Ml.DWG (KKARNS) Howard R Green Company IOWA CITY, IOWA FIRST FLOOR ---~---. (3 r @ @ @ GENERAL ELECTRICAL NOTES: -~----- , ,. REf1:R TO STRUCTURAL PLANS FOR EXlDIT OF STRUCTURAL WORK. REMOVE AND I RE-INSTALL ELECTRICAL COMPONENTS />S REQUIRED TO FACIUTATE STRUCTURAl APPROX. 34'-0. , WORK. (CENTERED IN OPENING) I I I 2. PROVIDE PROTECTION OF ALL ELECTRICAL COMPONENTS DURING CONSTRUCTION 1 ~' FRO),! WEATHER AND PHYSICAL DAMAGE. I o D I 3. DRAWINGS ARE BASED ON CASUAl.. FJELD OBSERVATIONS. CONTRACTOR IS I RESPONSIBLE FOR FJELD YERIF'flNG QUANTITY AND EXTENT OF ELECTRICAL 9 , COt.lPONENTS TO BE REMOVED AND RE-INSTALlED TO FACIUTATE STRUCTURAL ~~ ~ 'W ~ '~ ~ REPAIRS, COORDINATE EXTENT OF WORK WITH GENERAL CONTRACiOR. PANEl 4. PROVIDE A CONTINUOUS GREEN GROUND WIRE IN ALL CONDUITS. IDeAL 5. FJRE STOP ALL PENEl'RATIONS THROUGH CORRIDOR WALLS AND BUILDING ~ SEPARATIONS. l.lOER SHOP 6. ALL CONDUIT IS TO BE GALVANIZED RIGID STEEL WITH THREADED FTTTlNGS, 3!~" [Iffi MINIMUlo!. """'" PANEL P6 7. ALL WIRING SHALL BE TI-lHN!XHHW, COPPER, 112AWG MINIMUl.l. [ill] LDW 2n/~fN POWER 8. AN'( SYSTE:M DISlURBED DURING CONSTRUCTION SHALl BE TESTED AND lr MECAANIC,t,L SHOP RE-CERllF1ED BY THE MANUFACTURER'S APPROVED VENDOR. S'l'STEMS INCLUDE; o:m ACCESS CONTROL, FJRE Al.ARl.l, TELECOMMUNICATIONS, AND PROCESS CONTROL PARTS/BR.'SS STOR.t.GE REFERENCED ELECTRICAL NOTES: '" ~n E4 ~":.J " REPl.,6.CE DAMAGED FLUORESCENT UGHT FIXTURE. lYPE FA, DAYBRfTE lF232-pp-2n-1/2EB10. 2. REPl.,6.CE DAMAGED LOW BAY UGHT f1XTURE. TYPE HH, DAYBRITE LBH 40DMilT-OTO-I..R23-PB/CH-DB. 0-~- I ~ B - -- 3. EXISTING GAS UNIT HEATER TO BE REPl.,6.CED. REMOVE 3/4- POWER AND T-STAT CONDuITS ATIACHED TO BEAM TO ALLOW BEAM REPl.,6.CEMENT. REPl.,6.CE CONDUIT " " " , , " " , AND CONDUCTORS. " " " " " " , " " " " " " , 2TN, 1r4"c. i 4. 7.5HP,4BO'I AIR COMPRESSOR AND 120'1 AIR DRYER TO BE TEJ.lPORARILY NEW. X DUPLEX : RELOCATED TO ALLOW REPLACEl.lENT OF STRUCTURE. REFER TO l.lECHMlIGAL. SUMP P~MP CONTRO' 5. TWELVE(12) 3/4- CONTROL CONDUITS ROUTED BELOW STRUCTURE. ~ "" N L DATA SUl.lP PUMP 6. REMOVE AND RE-INSTALl UGH1lNG IN ROOl.l 121 AS REQUIRED TO ACCESS DISCONNECT STRUCTURE FOR REPAIR. 7. ACCESS CONTROL SYSTEM COIolPONEtmi LOCATED ON WALl JUST BELOW 1 :'S;/J~~~O~ PLAN @ STRUCTURE. REMOVE AND RE-INSTALL AS REQUIRED TO FACIUTATE STRUCTURAL REPAIRS. ~ 8. REMOVE AND REiNSTALL WALl l.lOUN'TED UGHTS TO FACILITATE REPl.,6.CEMENT OF PRECAST PANEL 9. AREA or DAJ.IAGED ROOF MID WATER INFILTRATION CAUSED frf FALLEN PANEL nRE ALARIoI AND ACCESS CONTROl.. DEVICES, JUNCTION BOXES AND COIolPONENTS IN THIS AREA ARE TO BE CLEANED, WIRl~ CONNECTIONS INSPECTED AND ALl ~ COMPONENTS TESTED AND RE-CERTlFlED BY THE MANUfACTURER'S AUTHORIZED REPRESENTATIVE. Nlf COIolPONENTS DAMAGED EN THE WATER INFILTRATION ARE TO BE REPlACED. r--) 0 ;-, (:::"'-' ~C~ " -ri C) 1'0 -- N ~'-:-. " --- ,-., ---~ -'" , .-->' '-"~;:- - <" / ' ~ .. j> G) (.../1 0 ~ . ~ ~ . ~__ _-. _.REV"'" OESCR"n" I -----------------~-'''--- I I S~~;O I , DRAWN E!'f: JLH JOB DAlf: SEPT/O<l IOWA CITY WATER DMSION ELECTRICAL ~ APPROVED: AJO JOB NUMBER: 524540J WATER TREATMENT PLANT , CAD DATE: December 14 20049:06:42 (].m. ~ CAD nu: 52<l540J\Ow(]s\E\E1.DWG (JHUEBSci Howard R Green Company IOWA CITY, IOWA FIRST FLOOR AND ROOF PLAN Printer's Fee $ Ii) 13 CERTIFICATE OF PUBUCATION STATE OF IOWA, JOHNSON COUNlY, SS: OFFICIAL PUBLICATION THE IOWA CITY PRESS-CmZEN NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS. FORM FED. ID #42-0330670 OF CONTRACT AND ESTIMATED COST FOR THE IOWA CITY WATER TREATMENT I, PLANT ARCHITECTURAL PRECAST. , REPAIRS PROJECT IN THE CITY OF Linda Krotz, being duly sworn, IOWA CITY, IOWA say TO ALL TAXPAYERS OF THE CITY OF IOWA City, IOWA, AND TO OTHER that I am the legal clerk of the IOWA INTERESTED PERSONS: , CITY PRESS-CITIZEN, Public notice is hereby given that the" a . newspaper City Council of the City of Iowa City, Iowa, I published in said county, and that a will con-duct a pUblic hearing on plans, specifications. form of contract and esti- notice, printed copy of which mated :"005t for the construction of the a is Iowa City Water Treatment Plant hereto attached, published Architectural Precast Repairs Project in was in said city at 7;00 p.m. on the 4th day of said paper J time(s), on the January, 2005, said meeting to be held in I the Emma J. Harval Hall in City Hall, 410 folIowing date(s): E. Washington Street in said city, or if said meeting is cancelled, at the next -D 0 p p "v--Io e V' d- :'), 'dCiY-! meeting of the City Council thereafter as posted by the City ClerIC' Said plans, specifications. form 01 con. tract 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 I?y any intere'sted persons; ~~ Any interested persons may appear at said meeting of the City Council for the purpose of making objeCtions to and i Legal Clerk comments conceming'said plans, speci~ ! fications, contract or the cost of making Subscribed and s~ before me said improvement. . This notice is given by order of the City , Coun-cit of the City of Iowa City, Iowa and this d-3,J day of '../\,y,.]->.,,->-.-l as provided by law. A.D,20 O'-{. MARIAN K. KARR~ CITY CLERK 56457 December 23, 2004 , ~ Y.fJ/N ~jJ\ Cf) .; ./ .. Notary Public ~ ORlENE iIIAHER . ~ ~"'Ion Numbor 715848 ow.. . C_Ioft~ AI>rI,2, 2005 ,- fy,oj LLI Prepa,ed by: Kim Johnson, Public Wolks, 410 E, Washington St.. Iowa City, IA 52240 (319) 356-5139 RESOLUTION NO, 05-9 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY WATER TREATMENT PLANT ARCHITECTURAL PRECAST REPAIRS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, 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, 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 01 bid security to accompany each bid lor 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 Cler-k is hereby authorized and directed to publish notice 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. 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 Civic Center, until 10:30 a.m. on the 25th day of January, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, Civic Center, Iowa City, Iowa, at 7:00 p.m. on the 1s1 day of February, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 4th day of Januarv ,20 05 ~~~L,~-- MAYOR Approved by ATTEST: ~/?J k. t:;:;/I A ) L/.~<</~-~eJ- &'1 CIT' LERK' City Attorney's Office pweng'feS\wtrtJplantapPP&s.doc 12104 ,- " . Resolution No. 05-Q Page 2 It was moved by O'Donnell and seconded by Vanderhoef the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn I I 01/14/2005 16:36 FAX S15 276 1646 Howard R Green Company ~ 0011001 ~0Nard R.Green Compmy January 14, 1005 Re: Iowa City Water Facility Improvements Architectural Pre-cast Repairs Project To all PJanholders: Conceming the above-referenced project - the Contract will no longer be bid. As a reSUlt, the bid for January 25, 2005 has been cancelled. All $50.00 deposits received for plan sets will be refunded in full. Don Staley, P.E. HOWARD R. GREEN COMPANY cc: Shawn Bradbury Eleanor M. Dilk Rick Fosse Steve Atkins ...., Marian Karr = 0 = en 50 <- = -n i>-, :z ' ~ - / C)--- N I ::=:\C) c:> rli -<r ::' r; - m O.JJ \..J ~-^ r;-:> cJ1 , )? N I I I 4885 Merte Hay Rd.. Ste.l06, PO Box 31039 . Des Moines, IA 50310-1317 . 5151278-2913 fax 515/278-1846 toll f",. Rnn/.Q~_?~~a I CJ-, -. ., ,. , ,;", . , " " , ADVERTISEMENT FOR BIDS \" "-""-v- IOWA CITY WATER FACILITY 1M PROVEM ENTS <3 '-'lo\~;;~ ARCHITECTURAL PRECAST REPAIRS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 ~.. ~ A.M. January 25, 2005 or at later date as ~ ....". OS- -3, '\ determined by the Director of Public Works or designee, with notice of said later date to be / published as required by law. Sealed proposals / will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Council Chambers at 7:00 P.M. on the 1" of February, 2005, or at such later time and place as may then be scheduled. The Project will involve the following: All work to be performed at the City of Iowa Cit Water Treatment Piant. Work inclu s substantial removal and replacemen of xisting architectural precast concrete nels i luding manufacture and erection f new ar itectural precast concrete pa els. The pro] ct work also includes selectiv demolition, smal ortions of steel fabricatio and erection, concr e restoration, concret unit masonry, metal-f med curtain wall rk, architectural finishes, lectrical, and m hanical work. ict compliance with the prepared by Howard R. completed on a form furnis d by the City, and ust be accompanied in a aled envelope, se arate from the one c taining the proposal by bid bond executed by corporation authorized to c ntract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be ma e payable to the TREASURER OF THE CITY F IOWA CITY, lOW A, and shall be forfeited to he City of Iowa City in the event the successful bi er fails to enter into a contract within ten (10) cale dar days and post bond satisfactory to the Cit insuring the faithful performance of the c ntract and maintenance of said Project, if requir , pursuant to the provisions of this notice an the other contract documents. Bid bonds of the I west two or more bidders may be retained for a eriod of not to exceed fifteen (15) calendar day until a contract is awarded, or until rejection is ade. Other bid bonds will be returned after the c vass and tabulation of bids is completed and repo d to the City Council. The successfui 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 Council, 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 two (2) year(s) from and after its completion and formal acceptance by th$ity. The fil!lowing limitations shall apply to this Project: Co letion Date: All Work except Architecturai Pre st Installation to be complete by June 3, 200 . All w k including Architectural Precast Installat n to be complete by July 1, 2005. 20 workin days allotted for Architectural Precast In allation from start to completion Liquidated Da ages: $500.00 oer dav the Bid Form t mpanies or other rties with whom the bidd intends to subcontrac This list shail include e type of work and ap oximate subcontrac mount(s). actor awarded the contract shall ubmit a iist 0 the Form of Agreement of the pro sed subc tractors, together with quantities, unit p 'ces an extended dollar amounts. If no min ity b iness enterprises (MBE) are utilized, t e ontractor shali furnish documentation of I reasonable, good faith efforts to recruit MBE's, By virtue of statutory authority, preference will be given to products and provisions grown and coal / produced within the State of Iowa, and to Iowa / domestic labor, to the extent lawfully required under Iowa, Statutes. The Iowa Reciprocal Preference Act, applies to the contract with respect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK , Pr'2J p 1..5.D Prepared by: Eleanor M. Dilkes, City Attomey, 410 E. Washington 51., Iowa City, IA 52240 (319) 356-_ RESOLUTION NO. 05-37 RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND CITY CLERK TO ATTEST A REWORK AGREEMENT BETWEEN THE CITY OF IOWA CITY AND KNUTSON CONSTRUCTION SERVICES, INC. REGARDING THE REPAIRS REQUIRED IN CONNECTION WITH THE ARCHITECTURAL PRECAST PANELS AT THE IOWA CITY WATER TREATMENT PLANT. WHEREAS, the City of Iowa City and Knutson COnstruction Services, Inc. ("Knutson") have a contract for constructiOn of the Iowa City Water Facilities Improvements dated December 15, 1999 which contract was based on performance of the work described in the project manual for Iowa Water Facilities Improvements dated October 11, 1999; and WHEREAS, Knutson was the successful bidder on the project and entered into a contract with Iowa City on December 15, 1999, in the approximate amount of Twenty-Five Million, Eight Hundred Seventy-Five Thousand, Two Hundred Dollars and No Cents ($25,875,200.00); and WHEREAS, Knutson proceeded with the work and achieved substantial completion of the work at an agreed date of April 10, 2003; and WHEREAS, Iowa City has not issued final acceptance of the work; and WHEREAS, On July 31, 2004, a precast sandwich wall panel,located on the north elevation of the facade building fell approximately seven feet downward onto a lower roof; and WHEREAS, the parties have investigated the constnuction and installation of the precast panels at the Iowa City Water Treatment Facilities following this event, and the parties have disputes as to the consequences, remedies, and rework necessary to repair the Water Treatment Facility; and WHEREAS, it is in the best interest of the citizens of Iowa City to enter into a rework agreement. with Knutson Construction Services, Inc. for the performance of the repair work deemed necessary by the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Mayor and the City Clerk are hereby authorized and directed to execute and attest the Rework Agreement with Knutson Construction Services, Inc. attached hereto. Passed and approved this 18th d'YO~~1 ' 20...!l..5-. ~~ --- AYOR ATTEST:~~~r ~~ A~.~ 1- Il./-l)) CI - LERK City Attorney's Office e~eanorIreSlWaterplanl-panels.doc I Resolution No. 05-37 Page 2 It was moved by o I Donne 11 and seconded by Elliott the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilbum REWORK AGREEMENT The parties to this Mutual Release' and Settlement Agreement (Agreement). are the City of Iowa ,City, Iowa (IOWA CITY) and Knutson Construction Services; Inc., (KNUTSON). WHEREAS, the parties to this Agreement have a contract for. construction of the Iowa City Water Facilities Improvement dated December 15, 1999, which contract was based. on performance of the work described in the Project Manual for Iowa Water Facilities Improvements dated October 11, 1999. WHEREAS, KNUTSON was the successful bidder on the project and entered into a contract with lOW A CITY on December 15, 1999, in the approximate amount of twenty-five million eight hundred seventy five thousand and two hundred dollars ($25,875,200.00). WHEREAS, KNUTSON proceeded with the work and . achieved substantial completion of the work at an agreed date of April 10, 2003. WHEREAS, lOW A CITY has not yet issued final acceptance of the work. WHEREAS, on July 31, 2004, a precast sandwich wall panel located on the north elevation of the facade building fell approximately 7 feet downward onto a lower roof. WHEREAS, the parties have investigated the construction and installation of the. precast panels at the Iowa City Water Treatment Facilities following this event, and the . parties have disputes as to the consequences, remedies, and rework necessary to re,pair the Water Treatment Facility. NOW, THEREFORE, in consideration of the mutual promises contained herein, the parties agree as follows: 1. KNUTSON shall execute this Agreement no later than January .14, 2005, and IOWA CITY shall approve and execute the Agreement no later than January 18, 2005, for the Agreement to have full'force and effect and the failure of either party to execute and bind itself to the Agreement by the date specified shall make the Agreement void and of no effect. 2. KNUTSON agrees to perform fully and completely without exception. and to do so entirely at KNUTSON's own expense all of the Work described and specified in the Plans and Specifications and Addendum prepared by Howard R. Green Co. dated December 20, 2004 and January 12, 2005, which describe and specii)' the scope of rework, repair, and replacement to be performed at the Iowa City Water Treatment Facilities. These Plans and Specifications and Addendum . are incorporated herein by this reference. {0021 7044 DOC} I 3. KNUTSON shall perform the Work described in the Plans and Specifications and Addendum, prepared by Howard R. Green Co. dated . December 20, 2004 and January 12, 2005 without payment of any money or any other consideration from lOW A CITY or any promise of payment, other, than the promises described in this Agreement. 4. KNUTSON reserves the right to dispute and claim that IOWA CITY is liable and responsible for payment to KNUTSON of the difference between the actual cost incurred by KNUTSON for the replacement of precast panels as required under the Plans and Specifications of. Howard R. Green Co. dated December 20, 2004 and January 12, 2005, and the estimated cost of the repair to the panels proposed by Knutson. 5. IOWA CITY expressly denies and disputes that KNUTSON is entitled to reimbursement or payment for the difference between the actual cost incurred by KNUTSON for the replacement of precast panels as required under the Plans and Specifications of Howard R. Green Co. dated December 20, 2004 and January 12,2005, and the estimated cost of the repair to the panels proposed by Knutson. 6. KNUTSON will reimburse IOWA CITY for actual costs incurred by IOWA CITY for the following expenses inclusive of all experts, consultants, engineers, architects, and attorneys as provided in the Contract Documents, in the. following specific amounts, which are represented as inclusive of aU amounts that IOWA CITY shall receive for any such payments for any such costs incurred through January 3, 2005. KNUTSON shall make the payment required by this paragraph thirty (30) days following lOW A CITY's adoption of a resolution pursuant to Iowa Code Section 573.15A that the Water Treatment Facilities Contract dated December IS, 1999 is 95% . complete. Said payment shall be made at the same time lOW A CITY pays KNUTSON the full amount of its retainage less any amount. lOW A CITY is required by statute to withhold for any claims ,that ate filed within that thirty (30) day period. Said payment by KNUTSON shall be due at that time regardless of whether any claims have been filed against the retainage and regardless of whether some or all of the retainage is withheld by lOW A CITY as required by statute because of the filing of claims. a. Wiss, Janney & Elstner $28,309.84 b. Howard R. Green Co. $50,831.33 . c. Neumann Monson $135.00 d. Simmons, Perrine P.L.C. $1l,676.30 e. Giese Roofing $5.455.00 f. TOTAL $96,407.47 . (OO217044,DOC) 2 II I 7. lOW A CITY reserves all rights it has under its December 15, 1999 contract with Knutson to recover the costs of experts, attorneys, consultants, engineers, architects, or construction administration and observation incurred after January 3, 2005 related to the Rework Agreement or resolving the dispute over the cost of the new. precast panels. 8. Neumann Monson Architects will have decision making authority over the issue of the suitability and satisfaction of lOW A CITY with the match, appearance, or aesthetics of the new precast panels purchased . pursuant to this Agreement. KNUTSON shall use its best efforts to obtain a satisfactory match of the new precast panels with existing construction at the Water Treatment Facility. In the event that KNUTSON and Neumann Monson cannot agree as to whether the proposed replacement precast panels are a suitable or satisfactory match or have appropriate aesthetic appearance, a mutually agreeable neutral architect registered to practice in the State of Iowa shall be retained by the parties, sharing costs equally, for purposes of making a final decision about the appropriateness; suitability, and esthetic appearance of the proposed match and such determination shall be final and binding on the parties, provided that if IOWA CITY.is no.t satisfied with said determination by the neutral architect, it may choose, at its discretion, to pay all costs relating to the removal and replacement of these precast panels and KNUTSON shall have the obligation to pay the cost of the panels that the agreed neutral architect determined to be acceptable. This provision shall not affect or limit the right of either party to dispute the obligation of the other for the difference between the actual cost incurred by KNUTSON for the, replacement of precast panels as required under. the Plans and Specifications of Howard R. Green Co. dated December 20, 2004 and January 12, 2005, and the estimated cost ofthe repair to the panels proposed by Knutson. 9. The retainage in the approximate amount of one hundred fifty eight thousand eighty dollars and 43/00s ($158,080.43) shall be handled as follows following the execution of this Agreement: lOW A CITY will. pass a resolution on January .18, 2005 pursuant to Iowa Code Section 573.15A for the release of the retainage in the amount of one hundred fifty eight thousand eighty dollars and 43/00s ($158,080.43) after the thirty (30) day period required by the statute, less any amountIOW A CITY is required to retain under that statute for filed claims. At the expiration of this thirty (30) day period, lOW A CITY shall immediately pay KNUTSON the full amount of its retainage less any amount lOW A CITY is required by statute to withhold for any claims that are filed within the thirty (30) day period. {OO217044,DOCI 3 I 10. Except as specifically contained in this Agreement, no representation, promises or statements have been made by lOW A CITY or KNUTSON or by any of its directors, .officers, shareholders, employees, agents, attorneys, representatives, affiliates, subsidiaries, successors; heirs and assigns to the other parties nor has IOWA CITY or KNUTSON or any of its respective directors, officers, shareholders, employees, agents, attorneys, representatives, affiliates, subsidiaries, successors, heirs and assigns influenced the other parties in making and executing this . Agreement. _ 11. KNUTSON shall pay its own costs of this Agreement, including its - attorney fees and expenses. 12. Any provision in this Agreement which is prohibited or unenforceable in any jurisdiction shall be ineffective only to the extent of such prohibition or unenforceability without invalidating the remaining provisions of this Agreement, and any such prohibition or unenforceability in any jurisdiction shall not invalidate or render unenforceable such provision in any other jurisdiction. 13. This Agreement may be executed in one or. more counterparts, each o.f which shall be deemed an original, all.of which shall constitute one and the same instrument and shall become effective when each party has delivered to the other this Agreement duly executed by all parties. 14. IOWA CITY, and KNUTSON admit that this Agreement is entered. into voluntarily and is governed by the laws of the State of Iowa. The parties further agree that the Agreement is specifically enforceable in Iowa Courts and the parties agree that the only suitable venue for any action to enforce said agreement is the Courts ofthe State ofIowa. 15. The party or parties signing on behalf of each party represent and warrant that they have full authority to sign on behalf of that party. Except as specifically modified or amended by this Agreement, all terms and conditions of the original Contract Documents dated December 15,1999, and the Plans and Specifications and Addendum of Howard R. Green Dated December. 20, 2004 and January 12, 2005 are fully binding and in full force and effect. CITY OF IOWA CITY ~. . By: .... ~~.. .~ Title: MAYOR OF CIT~W A CITY Date: January 18, 2005 (00217044.oOCI 4 ------ , Attest: ~ K. -I!~ . CLE OF CITY OF lOW A CITY KNUTSON CONSTRUCTIO SERVICES, INC. By: { Title: V-P!C-u'\ Date: \ 1'~lD5 I ~.p '. Donald Thompson, Attorney ---, I 100217044.oOC} 5 -- PrOJ ~/$ c- Prepared by: Eleanor M. Dilkes, City Attorney, 410 E. Washington St, Iowa City, IA 52240 (319) 356,_ RESOLUTION NO. 05-38 RESOLUTION PROVIDING NOTICE THAT AT LEAST NINETY-FIVE PERCENT (95%) OF THE WORK UNDER THE CONTRACT FOR THE IOWA CITY WATER FACILITIES IMPROVEMENT PROJECT HAS BEEN COMPLETED AND THAT THE CITY INTENDS TO RELEASE FUNDS RETAINED PURSUANT TO CHAPTER 573, CODE OF IOWA. WHEREAS, the City of Iowa City entered into a contract with Knutson Construction Services, Inc. for the construction of the Iowa City Water Facilities Improvements; and WHEREAS, amounts due under the contract have been retained for the payment of claims for materials and labor pursuant to Chapter 573, Code of Iowa; and WHEREAS, more than ninety-five percent (95%) of the work under the contract has been completed; and WHEREAS, Section 573.15(A), Code of Iowa, provides that a public corporation may release the retainage thirty (30) days after ninety-five percent (95%) of the work under the contract has been completed if no claims have been filed within said thirty-day period by persons or entities that have, under contract with the general contractor or with subcontractors, performed labor or furnished materials, service, or transportation in the construction of the public improvement. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The City Council hereby finds that at least ninety-five percent (95%) of the work under the contract for the Iowa City Water Facilities Improvements Project has been completed. 2. Pursuant to Section 573.15(A), Code of Iowa, the City of Iowa City intends to release the remaining retainage thirty (30) days after this resolution has been passed and approved unless a claim or claims are filed as provided in Section 573.15(A). Passed and approved this lRth day of ,January , 20--.Jl5.... ct:lb~ -- AYOR ATTEST: ~~ 1(. ~-uJ Aft::: ~ .C/)L 1- /4- of'" CI . LERK City Attorney's Office eleanorlreslwaterplant-release.doc . Resolution No. 05-38 Page 2 It was moved by Champion and seconded by 0' Donne 11 the Resolution be adopted, and upon roll call there Were: AYES: NAYS: ABSENT: x Bailey X Charnpion X Elliott X Lehrnan x O'Donnell X Vanderhoef X Wilburn Pru~ ~/ 5d!. Prepared by: Eleanor M. Dilkes, City Attorney, 410 E. Washington St, Iowa City, IA 52240 (319) 356,_ RESOLUTION NO. 05-39 RESOLUTION REPEALING RESOLUTION NO. 05-9, WHICH APPROVED PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY WATER TREATMENT PLANT ARCHITECTURAL PRECAST REPAIRS PROJECT, ESTABLISHED AMOUNT OF BID SECURITY, DIRECTED THE CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS AND FIXED TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, the City of Iowa City has approved a Rework Agreement with Knutson Construction Services, Inc. for completion of the Water Treatment Plant Architectural Precast Panel Repairs; and WHEREAS, in light of said Rework Agreement it is no longer necessary to seek another contractor to make such repairs and Resolution No. 05-9 should be repealed. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. Resolution No. 05-9 is hereby repealed. Passed and approved this 18th day of Januarv , 20 ---D.5..... _~h~~ ATTEST:~ 1(. AY R tr"~ ~ ~).' I-N-. Dr- CITY LERK City Attorney's Office It was moved by Vanderhoef and seconded by Sa il ey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman x O'Donnell x Vanderhoef X Wilburn eleanorlreSl'walerplant-repairs.doc