Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Iowa and Locust Street Parking Ramps Repair Project
Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Iowa and Locust Street Parking Ramp Repair Project DATE: July 30, 2013 Dubuque band AI- America City 1 2007 • 2012 • 2013 Parking Division Manager Tim Horsfield recommends City Council approval of the plans, specifications, and the estimated cost of $426,400 for the Iowa and Locust Street Parking Ramp Repair Project. I concur with the recommendation and respectfully request Mayor and City Council approval. htivr-i(' '',4„70,,,,„ Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Tim Horsfield, Parking Division Manager Masterpiece on the Mississippi Dubuque AII- Ameriea City 1 2012 Parking Division 830 Bluff Street Dubuque, IA 52001 563 - 589.4267 www.cityofdubuque.org /parking July 29, 2013 To: Michael C. Van Milligen, City Manager From: Tim Horsfield, Parking Division Manager Subject: Iowa and Locust Street Parking Ramp Repair Project Introduction This memo will provide information regarding the bidding process for structural repairs to the Iowa and Locust Street parking ramps. Background As part of an ongoing Capital Improvement Project, each year the City has one of the parking ramps inspected and evaluated by a professional structural engineering to verify the stability of the facility for continued usage. This year we actually had two of the facilities inspected by Walker Parking, those being the Iowa and Locust Street ramps. Though the ramps are fine for vehicle parking, they are advising that some structural repairs are in need of completion this year if at all possible. This report also coincides with a report six years ago by Desman Associates and is actually the phase II of their recommendation. At the regular City Council meeting on July 15, 2013, preliminary approval was given for the plans and specifications and a public hearing was set for the upcoming meeting on August 8, 2013. Discussion Subsequent to the original findings of the inspection, Walker Parking was contracted to establish plans and specifications to complete the necessary repairs at this time. The repairs include several concrete repairs in both ramps in the parking and travel areas of both ramps. Some of these repairs will include replacement of rebar along with placement of several areas of new deck sealant/coatings in both ramps. Also in both ramps, extensive stair tower repair will be completed which will include the actual closing of stair towers for a period of time. In addition, in the Locust Ramp, it was discovered that several areas of the limestone cladding on the exterior of the ramp have deteriorated to the point that several of the metal anchors are in need of replacement 1 As the repairs are being completed, we will at times have to relocate monthly customers from their assigned areas. We hope to be able to accommodate these moves within the ramp which they park. We will most likely displace some public /hourly parking areas to accomplish this move. Budget Impact Locust /Iowa Ramp Project Schedule CIP Balance CIP # 730 -1671 $485,442.00 Construction Cost Estimate Engineering Costs Actual Project Total Estimate July 15, 2013 July 19, 2013 July 19, 2013 August 5, 2013 August 8, 2013 August 19, 2013 December 1, 2013 Eng. Estimate $389,200.00 $ 37,200.00 $426,400.00 Initiate Bidding Process /Set Public Hearing Publish Notice to Bidders, Advertise for Bids Publish Public Hearing on Plans and Specs Public Hearing on Plans and Specs Receipt of Bid Proposals (Bid Letting) Award Construction Contract Project Completion Date Recommendation I recommend that the City Council conduct the public hearing and give final approval to the construction plans and specifications and approve the Resolution. Cc: Jennifer Larson, Budget Director Phil Wagner, Interim Economic Development Director 2 RESOLUTION NO. 258 -13 APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR IOWA AND LOCUST PARKING RAMP REPAIR PROJECT NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed plans, specifications, and form of contract now on file in the Office of the City Clerk and the estimated cost for the Iowa and Locust Street Parking Ramp Repair Project in the estimated amount, $427,900 is hereby approved. Passed, adopted and approved this 5t" day of August, 2013. Attest: Trish L. Gleason, Assistant City Clerk D� oy D. Buol, Mayor CONSTRUCTION DOCUMENTS MANUAL Request for Proposal 1 Masterpiece on the Mississippi Iowa and Locust Street Parking Ramp Repair Project Bid Package #1 — Iowa & Locust Street Repairs Bid Package #Z — Locust Street Repairs 700 Iowa St. /830 Bluff Street CIP No. 730 -1627 & 730 -1671 Date: July 15, 2013 SECTION 00001 - PROJECT TITLE PAGE Iowa and Locust Street Parking Ramp Repair Project CIP NO.730 -1627 and 730 -1671 END OF SECTION 00001 PROJECT MANUAL TABLE OF CONTENTS SECTION TITLE INTRODUCTORY INFORMATION 00001 PROJECT TITLE PAGE 00004 PROJECT MANUAL TABLE OF CONTENTS BIDDING REQUIREMENTS 00100 NOTICE TO BIDDERS 00200 INSTRUCTION TO BIDDERS 00410 BID PROPOSAL SCHEDULE (Bid Form 1A) 00420 BID PROPOSAL FORM (Bid Form 1 B) 00430 BID BOND (Bid Form 2) CONTRACTING REQUIREMENTS 00510 CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES 00520 CITY OF DUBUQUE, IOWA - IMPROVEMENT CONTRACT (Contract Form 3) 00530 CITY OF DUBUQUE, IOWA - PERFORMANCE, PAYMENT, AND MAINTENANCE BOND (Contract Form 4) 00540 CITY OF DUBUQUE, IOWA - SALES AND USE TAX EXEMPTION CERTIFICATE PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS SPECIAL PROVISIONS 00550 CITY OF DUBUQUE, IOWA - INSURANCE SCHEDULE B INSURANCE REQUIREMENTS FOR ARTISAN CONTRACTORS OR GENERAL CONTRACTORS TO THE CITY OF DUBUQUE 00560 BID PROPOSAL SUBMITTAL CHECKLIST DIVISION 1 - GENERAL REQUIREMENTS 01100 SUMMARY 011120 SUMMARY OF WORK FOR RESTORATION 013100 PROJECT MANAGEMENT & COORDINATION 013150 PROJECT MEETINGS 013300 SUBMITTAL PROCEDURES 014210 REFERENCE STANDARDS AND DEFINITIONS 014500 QUALITY CONTROL 015000 TEMPORARY FACILITIES AND CONTROLS 016300 PRODUCT SUBSTITUTION PROCEDURES 017320 CUTTING AND PATCHING 017410 FINAL CLEANING 017700 CLOSEOUT PROCEDURES 017810 PROJECT RECORD DOCUMENTS 017836 WARRANTIES 00004 - 1 DIVISIONS 2 - 9 TECHNICAL SPECIFICATIONS 020000 WORK ITEMS 020100 GENERAL CONCRETE SURFACE PREPARATION 020300 SURFACE PREPARATION FOR PATCHING 037000 LATEX MODIFIED CONCRETE AND MORTAR 037200 TROWEL APPLIED MORTAR 037300 SILICA MODIFIED CONCRETE 039810 CHEMICAL GROUT INJECTION SYSTEMS 040140 STONE REPAIR 071800 TRAFFIC COATINGS 076200 SHEET METAL FLASHING AND TRIM 079230 CONCRETE JOINT SEALANTS - BID PACKAGE #1 079230 JOINT SEALANTS - BID PACKAGE #2 079500 EXPANSION JOINT ASSEMBLIES 099140 PAVEMENT MARKING INDEX OF DRAWINGS IOWA AND LOCUST STREET REPAIRS - BID PACKAGE #1 R -001 SCHEDULE, SITE MAP, SHEET INDEX R -002 GENERAL RESTORATION NOTES R -100 REPAIR DETAILS R -101 REPAIR DETAILS R -102 REPAIR DETAILS R -103 REPAIR DETAILS R -110 LOCUST STREET - LEVEL 1 PLAN R -111 LOCUST STREET - LEVEL 2 PLAN R -112 LOCUST STREET - LEVEL 3 PLAN R -113 LOCUST STREET - SOUTHEAST TOWER PLANS R -114 LOCUST STREET - NORTHEAST TOWER PLANS R -115 LOCUST STREET - WEST TOWER PLANS R -120 IOWA STREET - LEVEL 2 NORTH PLAN R -121 IOWA STREET - LEVEL 2 SOUTH PLAN R -122 IOWA STREET - LEVEL 3 NORTH PLAN R -123 IOWA STREET - LEVEL 3 SOUTH PLAN LOCUST STREET FAQADE REPAIRS - BID PACKAGE #2 R -200 REPAIR DETAILS R -201 REPAIR DETAILS R -202 REPAIR DETAILS R -210 ELEVATION REPAIRS R -211 ELEVATION REPAIRS END OF SECTION 00004 00004 - 2 SECTION 00100 NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT LOCUST & IOWA PARKING RAMP REPAIR PROJECT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each improvement as stated below must be filed before 2:00 p.m. on the 8th day of August, 2013, in the Office of the City Clerk, City Hall -First Floor, 50 West 13th Street, Dubuque, Iowa. Time And Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 2:00 p.m. on August 8th, 2013, at City Hall- Conference Room B, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on August 19, 2013. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work shall be commenced within 10 days after the Notice to Proceed has been issued and shall be fully completed no later than December 1, 2013. Pre -Bid Conference. A pre -bid conference will be held at 10:00 a.m. on July 16, 2013, in Conference Room A, City Hall, 50 W. 13th Street, Dubuque, Iowa. Bid Security. Each bidder shall accompany its bid with a bid security. The successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent (10 %) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally charted credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions expected as provided in this section. Contact Documents. Copies of the plans and specifications prepared by Walker Parking, may be obtained from Tri -State Blueprint, 696 Central Avenue, Dubuque, Iowa, 52001, phone 563 - 556 -3030. No plan deposit is required. Preference for Iowa Products and Labor. 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 statues. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. This project includes repair of concrete decking, concrete repair in the stair towers, application of deck coatings, and repair to the fagade of the ramp. END OF SECTION 00100 00100 - 1 SECTION 00200 INSTRUCTION TO BIDDERS 201. EXAMINATION Bidders shall use complete sets of Bidding Documents in preparing Bids. Examine the documents and the construction site to obtain first -hand knowledge of existing conditions. Extra compensation will not be given for conditions that can be determined by examining the documents and the site. Bidders are cautioned to be alert for the possibility of missing Project Manual pages. In all cases, pages are numbered consecutively within each section, and "END OF SECTION" identifies the final page of each section. 202. QUESTIONS AND INTERPRETATIONS Submit all questions about the Bidding Documents to the Tim Horsfield, City of Dubuque Parking Division Manager by e -mail only. (thorsfie(c�cityofdubuque.orq) Replies will be issued to Document holders of record as Addenda to the Drawings and Specifications and will become part of the Bidding Documents. The City and Owner shall not be responsible for oral clarification. Failure to request clarification will not waive the responsibility of comprehension of the documents and performance of the work in accordance with the intent of the documents. Signing of the Agreement will be considered as implicitly denoting thorough comprehension of intent of the Bidding Documents. 203. PRODUCT OPTIONS To obtain approval to use an unspecified product, deliver written requests to the Walker Parking at least seven (7) days before the bid opening date. Late requests will not be considered. Clearly describe and indicate the product for which substitution approval is requested, submit performance data to demonstrate how the product is equivalent in all areas and meets all requirements of the specifications. Written requests must indicate the section number and page number of the Specification for which the substitution request is being made 204. INSPECTION OF SITE Each Bidder should visit the site of the proposed work and fully acquaint themselves with the existing conditions relating to the project and should inform themselves as to the facilities involved, the difficulties and the restrictions attending the performance of the Contract. The Bidder shall thoroughly examine and familiarize themselves with the specifications and all other Construction Documents. The Contractor by the execution of the Contract shall in no way be relieved of any obligation under it due to failure to receive or examine any form or legal instrument or to visit the site and acquaint themselves with the conditions there existing and City will be justified in rejecting any claim based on facts regarding which the Contractor should have been on notice as a result thereof. 205. RELEASE OF SITE:SEQUENCE OF WORK Bidders are referred to the SUMMARY (Section 011120) for information regarding the manner in how the site(s) will be released and the site made available for construction purposes, and the sequence in which the construction work will be performed. 00200 - 1 206. PREPARATION OF BIDS a. All bids must be submitted on the Bid Proposal Forms (BID FORMS 1A & 1B) supplied by the City and bound in the Construction Documents Manual. Bid amounts shall be both written and printed in the space provided. In case of conflicts between figures, the written amount will prevail. All bids shall be subject to all requirements of the Construction Documents including these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineation, excisions or special conditions shall be made or included on the Bid Form by the Bidder. b. The Bid Proposal Forms (BID FORMS 1A & 1 B) shall be enclosed in a sealed envelope and clearly labeled with the words Iowa and Locust Street Parking Ramp Repair Protect with identification of which bid package ( #1 OR #2) name of Bidder, and date and time of bid opening in order to guard against premature opening of the Bid. Bidders submitting proposals for both bid packages shall submit separate envelopes as indicated for each bid package. c. The City may consider as irregular any Bid on which there is an alteration of or departure from the Bid Form(s) hereto attached and at its option may reject the same. d. If the Contract is awarded, it will be awarded by the City to a responsive and responsible Bidder on the basis of the Bid most favorable to the City. The Contract will require the completion of work according to the Construction Documents. e. Each bidder shall include in his Bid, in the appropriate spaces therefore, the proposed cost of performing said work in compliance with the Construction Documents including all items of labor, equipment, materials and overhead. 207. BID BOND Each bid shall be accompanied, in a separate envelope and clearly labeled in the same manner as the bid proposal forms, by a satisfactory Bid Bond (BID FORM 2) executed by the Bidder and an acceptable surety; or a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10 %) of the bid submitted as security that the Bidder will enter into a contract for doing the work and will give bond with proper securities for the faithful performance of the contract in the form attached to the specifications. 208. CORRECTIONS Erasures or other changes in the Bid must be explained or noted over the signature of the Bidder. 209. TIME FOR RECEIVING BIDS Bids received prior to the time of opening will be securely kept unopened. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered. 210. OPENING OF BIDS At the time and place fixed for the opening of Bids, the City will cause to be opened and publicly read aloud every Bid received within the time set for receiving Bids, irrespective of any irregularities, therein, Bidders and other persons properly interested may be present, in person or by representative. 00200 - 2 211. WITHDRAWAL OF BIDS Bids may be withdrawn on written request by the Bidder received prior to the time fixed for opening. The Bid Bond of any bidder withdrawing his Bid in accordance with the foregoing conditions will be returned promptly. 212. AWARD OF CONTRACTS: REJECTION OF BIDS a. The Contract (CONTRACT FORM 3) shall be awarded to the lowest responsive and responsible Bidder complying with the conditions of the INVITATION FOR BIDS, provided such Bid is reasonable and it is to the interest of the City to accept it. The City, however, reserves the right to reject any and all Bids and to waive any informality in bids received whenever such rejection or waiver is in City's interest. The Bidder to whom the award is made shall be notified at the earliest possible date. b. The City reserves the right to consider as unqualified to perform the Contract any Bidder who does not habitually perform with his own forces the major portions of the work involved in the completion of the project. 213. EXECUTION OF CONTRACT: PERFORMANCE, PAYMENT AND MAINTENANCE BOND a. Subsequent to the award and within seven (7) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the City a Contract in the form included (CONTRACT FORM 4) in the Construction Documents in such number of copies as the CITY may require. b. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful Bidder shall, within the period specified in Paragraph "a" above, furnish a Contractor's Performance, Payment and Maintenance Bond in the same form as that included in the Construction Documents and shall bear the same date as, or a date subsequent to, the date of the Contract. The current power of attorney for the person who signs for any surety company shall be attached to such bond. c. The failure of the successful Bidder to execute such Contract and to supply the required bond(s) within seven (7) days after the prescribed forms are presented for signature, or within such extended period as the City may grant, based upon reasons determined sufficient by the City, shall constitute a default, and the City may either award the Contract to the next best responsible Bidder or readvertise for Bids, and may charge against the bidder the difference between the amount for which a Contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the Bid bond. If a more favorable bid is received by readvertising, the defaulting Bidder shall have no claim against the City for a refund. 214. NONDISCRIMINATION In carrying out the project, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age or disability. All businesses, including minority owned, female owned, or small businesses are encouraged to participate. END OF SECTION 00200 00200 — 3 SECTION 00410 BID FORM 1A BID PROPOSAL SCHEDULE PROJECT: Iowa and Locust Street Parking Ramp Repair Project 700 Iowa Street and 830 Bluff Street Dubuque, lowa 52001 Bid Package #1 (mark only one) BID TO: BID FROM: Bid Package #2 Office of City Clerk 50 W. 13th Street City Hall Dubuque, Iowa 52001 The undersigned BIDDER agrees, if the Bid is accepted, to enter into an agreement with CITY, in the form included in the Bidding Documents, to perform and furnish the Work as specified or indicated in the Bidding Documents for the Bid Price and within the Bid Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement that: a. This Bid will remain subject to acceptance for 30 days after the day of Bid opening; b. The CITY has the right to reject this Bid and to waive any informalities in the bidding; c. BIDDER accepts the provisions to the Instructions to Bidders regarding dispositions of Bid Security; d. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within 7 days after the date of CITY'S Notice of Award; e. BIDDER has examined copies of all the Bidding Documents; f. BIDDER has visited the site and become familiar with the general, local and site conditions; g. BIDDER is familiar with federal, state, and local laws and regulations; h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents and additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents; This Bid is genuine and not made in the interest of or on behalf of an undisclosed person, firm or corporation and is not submitted in conformity with an agreement or rules of a group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; BIDDER has not solicited or induced a person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself an advantage over another BIDDER or over OWNER. 00410 - 1 3. BASE BID, SINGLE PRIME CONTRACT BIDDER will complete the Work in accordance with the Contract Documents for the following: Bid Package #1 Bid Package #2 (mark only one) Base Bid Lump -Sum Price. (use words) (figures) 4. UNIT PRICES For changing quantities of work from those specified by the contract drawings and specifications, upon written instructions from the City, the unit prices indicated below shall prevail. The unit prices included labor, overhead and profit, materials, equipment, appliances, bailing, shoring, shoring removal, etc. to cover the finished work of the several kinds called for. Only a single unit price shall be given and it shall apply for either more or less work than that shown on the drawings and called for in the specifications or included in the bid. Unit prices may be applied at the City's option, by change order, in the event that additions to or deductions from the work required in the Contract Documents are ordered by the City and will not be used bvthe City for determining the low bidder. The adjustment unit prices set forth on the following unit price schedule below shall apply (pages 00410 -4 and 00410 -5 OR 00410 -6). 5. BIDDER agrees that the Work will be substantially complete and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar days indicated. 6. The following documents are included and made a condition of this Bid: a. Required Bid Proposal Form - Form 1B. b. Required Bid Bond - Form 2 —or other approved Bid Security provided. 00410 — 2 BID PROPOSAL SUBMITTED ON 2013. PRINCIPAL: Contractor (Firm Name) Business Address Individual ( ) Partnership ( ) Corporation ( ) City By Signature State Zip Title Date Phone Fax 00410 —3 SECTION 00410 Bid Package #1 - Iowa and Locust Street Repairs WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 1.0 GENERAL REQUIREMENTS 1.1 Project Mobilization L.S. I 1 $ 1.2 Concrete Formwork Incidental 1.3 Concrete Shores and Reshores Incidental 1.4 Concrete Reinforcement Incidental 1.5 TemporarySignage Incidental 2.0 FLOOR SURFACE PREPARATION 2.1 Floor Surface Preparation - Grinding Incidental 2.6 Floor Surface Preparation - Coating Removal S.F. 1,750 1$ 3.0 CONCRETE FLOOR REPAIR 3.1 Floor Repair - Curb S.F. 5 $ 3.2 Floor Repair - Slab -on -Grade S.F. 45 $ 3.3 Floor Repair - Pan Joist S.F. 500 $ 3.5 Floor Repair - Partial Depth S.F. 60 $ 3.6 Floor Repair - Stair Tread Iowa Street EA. 26 $ 3.7 Floor Repair - Stair Tread Locust Street S.F. 50 $ 3.8 Floor Repair - Curb Replacement S.F. 510 $ 3.9 Floor Repair - Enclosure Base L.S. 1 $ 4.0 CONCRETE CEILING REPAIR 4.1 Ceiling Repair - Partial Depth S.F. 145 $ 4.4 Ceiling Repair - Stair Landings S.F. 10 $ 4.5 Ceiling Repair - Stair Soffit S.F. 60 $ 5.0 CONCRETE BEAM AND JOIST REPAIR 5.1 Beam Repair - Partial Depth S.F. 80 $ 5.7 Joist Repair - Partial Depth L.F. 90 $ 6.0 CONCRETE COLUMN REPAIR 6.1 Column Repair - Partial Depth S.F. 35 $ 6.3 Column Repair - Haunch S.F. 10 $ 6.6 Column Repair - Supplementary Column L.S. 1 $ 7.0 CONCRETE WALL REPAIR 7.1 Wall Repair - Partial Depth S.F. 25 $ 7.5 Wall repair - Haunch L.F. 14 $ 9.0 SUPPLEMENTAL ANCHORS /REINFORCEMENT 9.1 Supplement Anchors Incidental 9.2 Supplement Adhesive Anchors Incidental 9.3 Supplement Reinforcement LBS. 250 1$ 10.0 EXPANSION JOINT REPAIR AND REPLACEMENT 10.5 Expansion Joint - Adhered L.F. 65 $ 10.8 Expansion Joint - Elastomeric Concrete Edged Nosing Repair L.F. 25 $ 11.0 CRACK AND JOINT REPAIR 11.2 Seal Construction /Control Joint L.F. 200 $ 11.5 Epoxy Injection L.F. 45 $ 11.6 Chemical Grout Injection Beam /Column Crack L.F. 5 $ 11.7 Cove Sealant L.F. 250 $ Bid Package #1 - Iowa and Locust Street Repairs 00410 -4 WORK 16.2 Traffic Topping - Pedestrian /Stairway UNIT 2,300 ITEM DESCRIPTION UNITS QUANTITY PRICE EXTENSION SECTION 00410 16.0 TRAFFIC TOPPING 16.2 Traffic Topping - Pedestrian /Stairway S.F. 2,300 $ 16.3 Traffic Topping - Repair S.F. 2,500 $ 16.4 Traffic Topping - Recoat Turn Bays and Ramps S.F. 10,200 $ 16.5 Traffic Topping - Recoat Building Ends S.F. 12,400 $ 16.6 Traffic Topping - Recoat Curbs S.F. 200 $ 16.7 Traffic Topping - Recoat Construction Joints S.F. 2,000 $ 40.0 MISCELLANEOUS METALS 40.7 Metal Work - Modify Enclosure L.S. 1 $ 41.0 ARCHITECTURAL 41.2 Architectural - Remove /Replace Aluminum Stair Tread EA. 111 $ 41.15 Architectural - Remove /Replace Stringer Side Plates EA. 8 $ 45.0 PAINTING 45.1 Paint Markings Incidental 45.4 Paint Doors and Frames EA. 12 $ 45.5 Paint Elevator Enclosure L.S. 1 $ 45.6 Paint Stair Tower Stringer Side Plates EA. 24 $ 45.7 Paint Stair Tower Interior L.S. 1 $ 45.8 Coat Stair Tower Wall L.S. 1 $ Grand TOTAL $ Bid Package #1 - Iowa and Locust Street Repairs 00410 -5 SECTION 00410 Bid Package #2 - Locust Street Repairs WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 1.0 GENERAL REQUIREMENTS 1.1 Project Mobilization L.S. 1 $ 1.2 Concrete Formwork Incidental 1.3 Concrete Shores and Reshores Incidental 1.4 Concrete Reinforcement Incidental 1.5 Temporary Signage Incidental 72.0 STRUCTURAL FRAME REPAIR 72.2 Concrete Beam Repair - Partial Depth S.F. 1 25 1 1$ 73.0 FLASHING AND WEEPS 73.1 Closure Flashing L.F. 60 $ 73.7 Flashing at PC Panels (Interior Side) L.F. 50 $ 73.8 Shelf Angles/Wall Flashing at Stair Towers L.F. 120 $ 74.0 JOINT AND SEALANT REPAIR 74.1 Control Joints (Vertical) L.S. 1 $ 74.2 Control Joints (Horizontal) L.S. 1 $ 74.3 Precast Panel Control Joints L.S. 1 $ 74.7 Capstone Sealant Replacement - Base Bid L.S. 1 $ 74.9 Cove Sealant L.S. 1 $ 75.0 SHELF ANGLES /LINTELS 75.3 Remove and Replace Shelf Angle L.F. 150 $ 76.0 CRACK REPAIR AND TUCKPOINTING 76.4 Rout and Seal Stone Panel Joints L.S. 1 IS 81.0 STONE FACADE 81.1 Remove and Reset Stone EA. 80 $ 81.2 Replace Stone EA. 4 $ 81.3 Reanchor Stone EA. 18 $ 81.4 Replace Panel Shims EA. 55 $ 81.5 Remove Stone EA. 30 $ 81.7 Crack Injection L.F. 21 $ 81.8 Stone Patching S.F. 52 $ 83.0 CONCRETE/CAST STONE FACADE 83.4 Precast Concrete Patching S.F. 45 $ 95.0 DOORS AND WINDOWS 95.1 Door Perimeter Sealants 1 L.S. I 1 I IS Base Bid TOTAL (WI 1.0 through 83.4) $ Alternate WI (to be performed in lieu of WI 74.7) 96.0 ROOFING AND COPING 96.1 (Install Metal Coping- Parapet - Alternate to 1/14-74.7 1 L.S. 1 1 1 I$ Alternate Bid TOTAL (WI 1.0 through74.3 and 74.9 through 96.1) $ END OF SECTION 00410 Bid Package #2 - Locust Street Repairs 00410 -6 SECTION 00420 BID FORM 1B BID PROPOSAL FORM Iowa and Locust Street Parking Ramp Repair Project The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understand that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10 %) of the bid submitted; or a bid bond in the penal sum of ten percent (10 %) of the bid submitted executed by the bidder and an acceptable Corporate Surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, documents, within seven (7) days of the award of the contract by the City commence work on or about seven (7) days after the date of the contract, within the specified contract period or pay the liquidated damages stipulated in The bidder acknowledges receipt of the following addendum(s): Dated: Dated: Dated: PRINCIPAL: if required by the contract Council, and that they will and will complete the work the contract documents. Contractor Address Individual ( ) Partnership ( ) Corporation ( ) City By: Signature State Zip Title Date Note: To be completed by out of State bidders. The State of does ( ) 1 does not ( ) utilize a percentage state bidders. The amount of preference is percent. preference for in- END OF SECTION 00420 00420 —1 SECTION 00430 BID FORM 2 BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we as Principal (Contractor), and as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (City), in the penal sum of $ in lawful money of the United States, for the payment of which sum well and truly to be made, we find ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated day of 2013, for the Iowa and Locust Street Parking Ramp Repair Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Municipality in liquidations of damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of 2013, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: By: Contractor Surety Company By: Signature Signature Title Title Date Date END OF SECTION 00430 00430 —1 SECTION 00510 CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES Time for Commencement and Completion of Work: Work shall be fully completed on or before date established in the Notice to Bidders. Once the contractor begins to mobilize at the site, the project work needs to continue uninterrupted until final completion. Liquidated damages shall also be applied to any temporary work stoppage longer than 2 normal working days. For each calendar day that any work shall remain uncompleted beyond the completion schedule, $500.00 per calendar day will be assessed, not as a penalty but as predetermined and agreed liquidated damages. The contractor will be separately invoiced for this amount, and final payment will be withheld until payment has been made of this invoice. The assessment of liquidated damages shall not constitute a waiver of the City's right to collect any additional damages which the City may sustain by failure of the contractor to carry out the terms of his contract. An extension of the contract period may be granted by the City for any of the following reasons: 1. Additional work resulting from a modification of the plans. 2. Delays caused by the City. 3. Other reasons beyond the control of the Contractor, which in the City's opinion, would justify such extension. END OF SECTION 00510 00510 —1 SECTION 00520 CONTRACT FORM 3 CITY OF DUBUQUE, IOWA IMPROVEMENT CONTRACT Iowa and Locust Street Parking Ramp Repair Project THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the day of 2013, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and (Insert Contractors Name) of the City of (Insert Contractors Address City, State). For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the Iowa and Locust Street Parking Ramp Repair Project (the Project). 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications, and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5 %) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 00520 - 1 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract on or before the date indicated in the Notice to Bidders. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT $ (Insert Contract Amount) 00520 - 2 FURTHER CONDITIONS The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer, whereby it has paid or is to pay any other bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10 %) of the Contract price but in no event be less than $2,000.00 (Two Thousand Dollars) as liquidated damages to the City. The surety or the bond furnished for this Contract, shall in addition to all other provisions, be obligated to the extent provided for by Iowa Code § 573.6, relating to this Contract, which provisions apply to said bond. The Contractor agrees, and its bond shall be surety therefore, that it will keep and maintain the Project in good repair for a period of two years after acceptance of the same by the City Council and its bond shall be security therefore. CITY OF DUBUQUE, IOWA PRINCIPAL: By: City Manager Contractor Signature Title CERTIFICATE OF CITY CLERK This is to certify that a certified copy of the above Contract has been filed in my office on the day of 2011. Kevin S. Firnstahl, City Clerk END OF SECTION 00520 00520 — 3 SECTION 00530 CONTRACT FORM 4 CITY OF DUBUQUE, IOWA PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That as Principal (Contractor) and as Surety are held firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of $ (Insert Contract Amount) the same being 100% of the total price of the Contract for the Project herein referred to, lawful money of the United States of America, well and truly to be paid to said City of Dubuque, and to all other parties who, under the provisions of the laws of Iowa, are intended to be protected and secured hereby for which payment we bind ourselves, our heirs, executors, successors and assigns, jointly and severally by these presents. Dated at Dubuque, Iowa, this day of 2013, and duly attested and sealed. WHEREAS, the said Contractor by a Contract dated 2011, incorporated herein by reference, has agreed with said City of Dubuque to perform all labor and furnish all materials required to be performed and furnished for the Iowa and Locust Parking Ramp Repair Project (the Project) according to the Contract and Construction Documents prepared therefore. It is expressly understood and agreed by the Contractor and Surety bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE BOND: The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant, condition and part of said Contract and Contract Documents, by reference made a part hereof, for the Project, and shall indemnify and save harmless the City from all outlay and expense incurred by the City by reason of the Contractors default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT BOND: The Contractor and the Surety shall pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price which the City is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own expense: a. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two (2) year(s) from the date of acceptance of the work under the Contract by the City Council of the City of Dubuque, Iowa, by reason of defects in workmanship or materials used in construction of said work; b. To keep all work in continuous good repair; and c. To pay the City the reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the City all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 00530 - 1 Contractor's and Surety's agreement herein made extends to defects in workmanship or materials not discovered or known to the City at the time such work was accepted. NOW, THEREFORE, the condition of this obligation is such that if the said Contractor shall perform all of the work contemplated by the Contract in a workmanlike manner and in strict compliance with the plans and specifications, and will pay all claims for labor and materials used in connection with said Project, to indemnify the said City for all damages, costs and expense incurred by reason of damages to persons or property arising through the performance of said Contract, and will reimburse the City for any outlay of money which it may be required to make in order to complete said Contract according to the Construction Documents and will maintain in good repair said Project for the period specified in the Contract where this bond is obligated for maintenance, and will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full force and effect. All the conditions of this bond must be fully complied with before the Contractor or the Surety will be released. The Contract, Contractor's Proposal, and Construction Documents shall be considered as a part of this Bond just as if their terms were repeated herein. Dated at Dubuque, Iowa this day of 2013. CITY OF DUBUQUE, IOWA PRINCIPAL: By: City Manager By Contractor Signature Title SURETY: Surety Company By: Signature Title City, State, Zip Code Telephone Attorney In -Fact END OF SECTION 00530 00530 — 2 SECTION 00540 CITY OF DUBUQUE, IOWA SALES AND USE TAX EXEMPTION CERTIFICATE The City of Dubuque, as a designated exempt entity awarding construction contracts on or after January 1, 2003, may issue special exemption certificates to contractors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). This special exemption certificate may also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. If the Jurisdiction, at its option, decides to utilize this exemption option, it will so state by special provision and publication in the Notice of Hearing and Letting. 1. Upon award of contract, the Jurisdiction will register the contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Contractor and each subcontractor duly approved by the Jurisdiction in accordance with Section 1030, 1.10, B. These documents allow the Contractor and subcontractors to purchase materials for the contract free from sales tax. The Contractor and subcontractors may make copies of the tax exemption certificate and provide a copy to each supplier providing construction material. These tax exemption certificates and authorization letters are applicable only for the work under the contract. 2. At the time the Contractor requests permission to sublet in accordance with said Section 1030, 1.10, B, the Contractor shall provide a listing to the Jurisdiction identifying all subcontractors, including the Federal Employer Identification Number (FEIN) for the Contractor and all subcontractors, as well as the name, address, telephone number, and a representative of the organization which will perform the work, a description of the work to be sublet, and the associated cost. 3. The Contractor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the materials and supplies purchased and verify that they were used on the contract, and shall pay tax on any materials purchased tax -free and not used on the contract. 00540 — 1 PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting Department: Department Contact: Please complete this form in its entirety and submit along with the executed Construction Contracts, Bonds and Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Construction Project free from State of Iowa Sales Tax. Construction Project Name: Project Description: Start Date (Bid let date): Completion Date: 1. General Prime Contractor: Contact Name: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 2. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 3. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 4. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 5. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SPECIAL PROVISIONS An out -of -State contractor, before commencing a contract in excess of $5,000.00, shall, pursuant to Iowa Code 91C.7(2), file a bond with the Division of Labor Services of the Department of Employment Services. The Surety Bond shall be executed by a Surety Company authorized to do business in the State of Iowa, and the bond shall be continuous in nature until canceled by the Surety with not less than 30 days written notice to the contractor and to the Division of Labor Services of the Department of Employment Services indicating the Surety's desire to cancel the bond. The bond shall be in the sum of the greater of the following amounts: a. $1,000.00 b. 5% of the contract price Release of the bond shall be conditioned upon the payment of all taxes, including contributions due under the unemployment compensation insurance system, penalties, interest, and related fees, which may accrue to the State of Iowa or its subdivision on account of the execution and performance of the contract. If any time during the term of the bond the Department of Revenue and Finance determines that the amount of the bond is not sufficient to cover the tax liabilities accruing to the State of Iowa or its subdivision, the Department will require the bond to be increased by an amount the Department deems sufficient to cover the tax liabilities accrued and to accrue under the contract, as provided under Iowa Code 91C.7(2). If it is determined that this subsection may cause denial of Federal Funds which would otherwise be available, or would otherwise be inconsistent with requirements of Federal law, this section shall be suspended, but only the extent necessary to prevent denial of the funds or to eliminate the inconsistency with Federal requirements. END OF SECTION 00540 00540 — 4 SECTION 00550 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Class: Insurance Schedule B Concrete Elevators Paving & Surfacing Sheet Metal Decking Fiber Optics Piles & Caissons Site Utilities Demolition Fire Protection Plumbing Special construction Earthwork Fireproofing Reinforcement Steel Electrical HVAC Roofing Structural Steel 1. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent. 2. All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate shall be furnished to the contracting department of the City of Dubuque. 4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Subcontractors and sub subcontractor performing work or service shall provide a Certificate of Insurance in accord with their respective classification to their contractor. 6. All required endorsements to various policies shall be attached to Certificate of insurance. 7. Whenever a specific ISO form is listed, an equivalent form may be substituted subject to the provider identifying and listing in writing all deviations and exclusions that differ from the ISO form. 8. Provider shall be required to carry the minimum coverage /limits, or greater if required by law or other legal agreement, in Exhibit I. Insurance Schedule B (continued) Exhibit 1 A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products- Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form. All deviations from the standard ISO commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified. b) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project (s) General Aggregate Limit" as appropriate. c) Include endorsement indicating that coverage is primary and non - contributory. d) Include endorsement to preserve Governmental Immunity. (Sample attached). e) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and /or authorities and their board members, employees and volunteers. using ISO form CG 20 10. Ongoing operations. f) All contractors shall include The City of Dubuque (per the above verbiage) as an additional insured for completed operations under ISO form CG 2037 during the project term and for a period of two years after the completion of the project. Completed Operations. B) AUTOMOBILE LIABILITY $1,000,000 (Combined Single Limit) C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Coverage A Coverage B Statutory —State of Iowa Employers Liability Each Accident $100,000 Each Employee- Disease $100,000 Policy Limit - Disease $500,000 a) Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. b) Coverage B limits shall be greater if required by Umbrella Carrier. D) Umbrella Liability Class A $3,000,000 Class B $1,000,000 Class C -0- Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN END OF SECTION 00550 00550 —1 SECTION 00560 BID PROPOSAL SUBMITIAL CHECKLIST Checking your bid submittal, before filing, against the following checklist will assist preventing minor errors or omissions, which could result in disqualifications of your bid because of technicalities. 1. Bid Proposal must be submitted on forms provided: BID PROPOSAL SCHEDULE Bid Form 1A BID PROPOSAL FORM Bid Form 1B 2. Acknowledge receipt of all addendum(s} on Bid Proposal (Bid Form 1 B). 3. Bid Forms must be SIGNED by an authorized agent. 4. Bid Proposal must be accompanied by a BID BOND in an amount not less than ten percent (10 %} of the bid submitted or Certified check made payable to the "City of Dubuque" in an amount not less than ten percent (10 %} of the bid submitted. Bid Bond, if used, must be SIGNED by both the bidder and the Surety or Surety's Agent. Signature of Surety's Agent must be supported by accompanying Power of Attorney. 5. The Bid Proposals and Bid Bond must be submitted in SEALED envelopes, which shall be addressed as follows: City of Dubuque Office of City Clerk City Hall, 50 W. 13th Street Dubuque, Iowa, 52001 and shall be clearly labeled as follows: Iowa and Locust Street Parking Ramp Repair Project 6. Sufficient time should be allowed for mailed bids to be delivered by normal Postal operation. Late bids will not be considered. 7. Bid must not be qualified in any way or contain any reservations not made optional in the Bid Form provided to bidders. This SPECIAL NOTICE is issued as a reminder against common irregularities in bids, and is not a Contract Document. END OF SECTION 00560 00560 —1 City of Dubuque Iowa and Locust Street Parking Ramp Repair Project Copyright A1A SECTION 01100 - SUMMARY PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Use of premises. 4. Work restrictions. 5. Specification formats and conventions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: The work consists of two separate but related projects as indicated in section 011120, and as follows: Iowa and Locust Street Parking Ramp Repair Project Bid Package #1— Iowa & Locust Street Repairs Bid Package #2 — Locust Street Repairs 1. Project Locations: 700 Iowa Street 1830 Bluff Street, Dubuque,IA B. Owner: City of Dubuque, 1A 1. Owner's Representative: Tim Horsfield, Parking Division Manager D. The Work is described in section 011120. 1.4 TYPE OF CONTRACT A. Project will be carried out under a single prime contract. 1.5 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as indicated on Drawings by the Contract limits. 01100 - 1 B. Personnel Identification: Contractor to provide list of employees to owner. C. Security: Comply with Owner's requirements related to security. D. Safety: Comply with all OSHA regulations and guidelines that apply to project. 1.6 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 16- division format and CSVCSC's "MasterFormat" numbering system. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon(:) is used within a sentence or phrase. END OF SECTION 01100 01100 —2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 011120 - SUMMARY OF WORK FOR RESTORATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 PROJECT DESCRIPTION A. The work consists of two separate but related projects as follows: 1. Bid Package #1 — Iowa & Locust Street Repairs: Work generally consists of structural, architectural and waterproofing repairs as indicated in the Iowa Street and Locust Street Parking Ramps. Work Item (WI) Series 2.0 through 45.0 are included. 2. Bid Package #2 — Locust Street Repairs: Work generally consists of architectural facade and waterproofing repairs as indicated in the Locust Street Ramp only. Work Item Series 72.0 through 96.0. Note WI 96.1 is an alternate to be performed in lieu of 74.7 at Owner election; only one of the two noted shall be performed. 3. Coordination of all work, expressed or implied, between each project is required of all Contractors. B. Work will be performed at locations within parking structure as shown on Drawings. C. Work required in these areas and estimated quantities are listed on Bid Form. Bid Quantities associated with Work Items listed on Drawings have been estimated and are subject to measurement as defined in Article "Measurements." Where additional Work Items are described, but not specifically located and /or shown on Drawings, Contractor shall be responsible for locating and marking areas to be repaired. Owner reserves right to increase or decrease quantities and add or delete work. Quantities may be changed at Owner option, either by addition or deletion of up to 20 percent of quantity stated on bid form, to be paid at unit price submitted on proposal form. D. Work Item specifications and details shall govern all repair operations. Locations where Work Items apply are shown on Drawings as symbols. E. Bidder shall make evaluation of work items described below prior to bidding. BIDDERS SHALL CAREFULLY EXAMINE CONTRACT DOCUMENTS AND SITE TO OBTAIN FIRST -HAND KNOWLEDGE OF EXISTING CONDITIONS. NO SUBSEQUENT EXTRAS WILL BE ALLOWED DUE TO ANY CLAIM OF LACK OF KNOWLEDGE FOR CONDITIONS THAT CAN BE DETERMINED BY EXAMINING SITE AND CONTRACT DOCUMENTS. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUMMARY OF WORK FOR RESTORATION 011120 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 F. Final payment shall be made on basis of actual approved Work performed as measured in place. 1.3 MEASUREMENTS A. Before ordering any material or doing any Work, Contractor shall verify all measurements at Project site and shall be responsible for correctness of same. B. Before proceeding with each Work Item, Contractor shall locate, mark, and measure quantity of each item and report quantities to Engineer. If measured quantities exceed Engineer's estimate, Contractor shall obtain written authorization to proceed from Owner before executing Work required for that Work Item. C. Measurement of final in -place quantities for individual Work Items will be performed by Contractor and Engineer jointly. D. Cost of Work included in each Work Item for quantities as indicated in Contract Documents shall be included in Base Bid. 1. Additions to or deductions from lump sum price for quantities of each Work Item added to or deducted from Work respectively shall be at unit prices indicated in Bid Form and shall constitute payment or deductions in full for all material, equipment, labor, supervision and incidentals necessary to complete Work. 1.4 WORK SEQUENCE A. Prior to commencement of work, meet with Engineer and Owner representatives to establish sequence and schedule of Work. Contractor shall give Owner notice of areas to be cleared of cars at least 2 working days in advance of actual Work. B. Contractor shall notify Owner's representative at least 24 hr prior to beginning any sandblasting operations. Debris from sandblasting operations shall be contained to the immediate work area. C. Contractor shall remove all broken concrete and debris from Work area on daily basis and dispose of same at authorized dump sites. D. Work within each facility shall be phased to provide least possible interference to activities of Owner's personnel and facility users. Requirements for phasing and performance of work are as follows: 1. Construction Schedule: Start August 26, 2013 and be totally complete no later than December 1, 2013. Earlier start permitted with City approval. a. Work in Iowa and Locust Street Parking Ramps may occur simultaneously at Contractor option. 2. Contractor is coordinate work hours with Owner use of facility to maximize work area while attending to patron parking needs. No work between 8 PM and 7 AM, Monday through Friday and between 6 PM and 9 AM on Saturday and Sunday ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUMMARY OF WORK FOR RESTORATION 011120 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 unless a Noise Variance Permit is secured. With a Noise Permit, work may be allowed between the hours of 8 PM and 7 AM. Secure Noise Permit from City Health Department. Contractor to have full use of facilities on Saturday and Sunday unless event parking is required. 3. Contractor's work hours shall be limited to noise ordinance. Contractor is allowed to work as necessary to complete work within Owner's time schedule and conditions conducive to temperature sensitive materials. It is anticipated that floor surface and ceiling work be completed to free up majority of parking spaces. Other work can be conducted blocking off smaller number of parking spaces. Temperature sensitive materials shall be installed taking into account necessary preparatory work requirements, weather protection, and heating to complete project as scheduled. 4. Construction Area: a. Contractor will be allocated a limited number of parking spaces for work areas and company vehicles after coordinating with Owner; refer to paragraph 'Contractor Use of Premises.' Contractor shall block off area immediately below supported floor work area as part of total parking space allotment. b. Parking or access through construction areas by parkers is not allowed. Vehicles shall be allowed to pass safely through remaining non - construction areas at all times to access parking areas and access to and from parking facility. Contractor shall pre - arrange with Owner shutdown and opening of construction zones in advance to allow Contractor time to provide appropriate signage and barriers for parkers. c. Contractor shall be responsible for coordination or and permits required for closure of sidewalks, alleys and other adjacent lands. Contractor shall provide a minimum 72 hours notice to City when such closures are required for performance of work. d. Contain debris within work area. E. Contractor shall remove dust and air transported sand from remainder of facility at conclusion of operations in Work area. 1.5 CONTRACTOR USE OF PREMISES A. General: Limit use of premises to construction activities in areas indicated; allow for Owner occupancy and use by public. 1. Confine operations to areas within Contract limits indicated. 2. Maximum number of parking spaces allowed to be out of service at any time shall be as follows: a. Iowa Street Parking Ramp: 100 b. Locust Street Parking Ramp: 30 c. Additional spaces may be made available between the hours of 5:30 PM and 6 AM. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUMMARY OF WORK FOR RESTORATION 011120 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 Coordinate all space closures City parking department, contact Tim Horsfield, Parking Division Manager, (563) 589.4267. 3. Contractor cannot work and must secure work areas, materials, and equipment, and return as many parking spaces as safely possible on following dates due to Special Events: a. None. 4. Keep driveways and entrances serving premises clear and available to Owner and users at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. B. Contractor's use of premises shall not interfere with operation of same. C. Contractor's debris removal path shall be over non - repaired services unless physical restraints prevent use of such path. D. Contractor shall confine its apparatus, materials, equipment, tool cribs, field offices and operations to areas designated by Owner and /or Engineer. Premises shall not be unreasonably encumbered with materials and equipment. Neat and orderly stockpiling and other operations shall be maintained and debris shall be regularly removed from site. Contractor shall not load or permit any part of structure to be loaded with weight that will endanger structural integrity or safety of facility. Contractor shall limit axle loads to maximum 4000 Ib per axle and gross weight of 8000 Ib, or stockpiling of materials and equipment to 30 Ib per sq ft. Contractor to observe existing height restrictions within parking structures. E. Contractor Parking: Contractor's employees shall park within confines of work area, or pay prevailing parking rates. F. On -Site Storage: Contractor shall not store materials or equipment at site of Work for more than one week prior to time that materials or equipment are incorporated into Work. G. Parking Facility shall remain in operation during entire construction period. H. Contractor is responsible to repair mechanical, electrical damage caused due to his negligence. Electrical conduit and conductors may be embedded in all floor systems. Contractor determines location within repair areas. Dust partitions are required on isolated supported floor surfaces to prevent intrusion of dust, debris, etc., or prevent dust, debris, etc., from escaping work area and contaminating remainder of facility, or adjacent structures. Contractor shall be responsible for damage caused due to lack of adequate protection. Mechanical venting of work area, if required by contractor, shall be established at locations acceptable to Owner. 1.6 BARRICADES ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUMMARY OF WORK FOR RESTORATION 011120 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 A. Contractor is responsible for, but not limited to: 1. Barricades, 2. Noise Control, 3. Dust Control, 4. Physical separation between work areas and other areas, and 5. Safety requirements for temporary floor holes, stairways and other unprotected edges. 6. Safety requirements for temporary floor holes, wall openings, stairways and other unprotected edges. Refer to local, state and federal requirements. Then totally encompass work areas (and lower level) with addition of orange construction fence. Construction fence shall be supported as required to remain at a minimum height of 3' -6" continuously, shall be capable of resisting lateral and horizontal loads, local high wind weather conditions, and remain in vertical position at specified height. 7. Provide positive protection to separate Work areas from areas open to public to prevent need for washing cars adjacent to work area. Provide additional barriers as required to prevent damage to pedestrians and vehicles due to airborne debris. B. Contractor will provide barricading and signage to separate Work areas from areas open to public. Provide directional signage and signage at entry and exit lanes, and overhead protection for entries and exits required under upper level construction. See Section "Temporary Signage" for additional information. Coordinate barricading and signage with Owner. 1.7 TRAFFIC OFFICERS AND FLAGMEN A. When, in Owner's opinion, it is necessary that uniformed police or security officers be used to protect and control pedestrian traffic, to direct vehicular traffic during construction and to keep traffic off any part of Work, or to protect public safety a police /security detail will be obtained. All expenses for uniformed officers shall be assumed by Contractor and included in Bid Price. 1.8 CLAIMS A. Contractor by shall promptly address all damages claims. Owner reserves right to resolve any claims not addressed. See General Conditions. END OF SECTION 011120 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUMMARY OF WORK FOR RESTORATION 011120 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and supervisory requirements necessary for Project coordination including, but not necessarily limited to: 1. Coordination. 2. Administrative and supervisory personnel. 3. General installation provisions. 4. Cleaning and protection. B. Field engineering is included in Section "Field Engineering." C. Progress meetings, coordination meetings and pre - installation conferences are included in Section "Project Meetings." D. Requirements for Contractor's Construction Schedule are included in Section "Submittal Procedures." 1.3 COORDINATION A. Coordination: Coordinate construction activities included under various Sections of these Specifications to assure efficient and orderly installation of each part of Work. Coordinate construction operations included under different Sections of Specifications that are dependent upon each other for proper installation, connection, and operation. 1. Where installation of one part of Work is dependent on installation of other components, either before or after its own installation, schedule construction activities in sequence required to obtain best results. 2. Where availability of space is limited, coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Where necessary, prepare memoranda for distribution to each party involved outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT MANAGEMENT & COORDINATION 013100- 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1. Prepare similar memoranda for Owner and separate Contractors where coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and ensure orderly progress of Work. Such administrative activities include, but are not limited to, following: 1. Preparation of schedules. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project Close -out activities. D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. 1. Salvage materials and equipment involved in performance of, but not actually incorporated in, Work. Refer to other Sections for disposition of salvaged materials that are designated as Owner's property. 1.4 SUBMITTALS A. Staff Names: Within 15 days of Notice to Proceed, submit list of Contractor's principal staff assignments, including the Superintendent and other personnel in attendance at site; identify individuals, their duties and responsibilities; list their addresses and telephone numbers. 1. Post copies of list in Project meeting room, temporary field office, and each temporary telephone. PART 2 - PRODUCTS (NOT APPLICABLE). PART 3 - EXECUTION 3.1 GENERAL INSTALLATION PROVISIONS A. Inspection of Conditions: Require Installer of each major component to inspect both substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. B. Manufacturer's Instructions: Comply with manufacturer's installation instructions and recommendations, to extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. C. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT MANAGEMENT & COORDINATION 013100- 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 D. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement. E. Visual Effects: Provide uniform joint widths in exposed Work. Arrange joints in exposed Work to obtain best visual effect. Refer questionable choices to Engineer for final decision. F. Recheck measurements and dimensions, before starting each installation. G. Install each component during weather conditions and Project status that will ensure best possible results. Isolate each part of completed construction from incompatible material as necessary to prevent deterioration. H. Coordinate temporary enclosures with required inspections and tests, to minimize necessity of uncovering completed construction for that purpose. Mounting Heights: Where mounting heights are not indicated, install individual components at standard mounting heights recognized within industry for particular application indicated. Refer questionable mounting height decisions to Engineer for final decision. 3.2 CLEANING AND PROTECTION A. During handling and installation, clean and protect construction in progress and adjoining materials in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. B. Clean and maintain completed construction as frequently as necessary through remainder of construction period. Adjust and lubricate operable components to ensure operability without damaging effects. C. Limiting Exposures: Supervise construction activities to ensure that no part of construction completed or in progress, is subject to harmful, dangerous, damaging or otherwise deleterious exposure during construction period. Where applicable, such exposures include, but are not limited to, following: 1. Excessive static or dynamic loading. 2. Excessive internal or external pressures. 3. Excessively high or low temperatures. 4. Thermal shock. 5. Excessively high or low humidity. 6. Air contamination or pollution. 7. Water or ice. 8. Solvents. 9. Chemicals. 10. Light. 11. Puncture. 12. Abrasion. 13. Heavy traffic. 14. Soiling, staining and corrosion. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT MANAGEMENT & COORDINATION 013100- 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 15. Bacteria. 16. Rodent and insect infestation. 17. Combustion. 18. Electrical current. 19. High speed operation. 20. Improper lubrication. 21. Unusual wear or other misuse. 22. Contact between incompatible materials. 23. Destructive testing. 24. Misalignment. 25. Excessive weathering. 26. Unprotected storage. 27. Improper shipping or handling. 28. Theft. 29. Vandalism. END OF SECTION 013100 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT MANAGEMENT & COORDINATION 013100- 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 013150 - PROJECT MEETINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for project meetings including but not limited to: 1. Pre - Construction Conference. 2. Pre - Installation Conferences. 3. Coordination Meetings. 4. Progress Meetings. B. Construction schedules are specified in another Division 1 Section. 1.3 PRE - CONSTRUCTION CONFERENCE A. Schedule pre- construction conference and organizational meeting at Project site or other convenient location as directed by Owner after execution of Agreement and prior to commencement of construction activities. Conduct meeting to review responsibilities and personnel assignments. B. Attendees: Owner, Engineer and their consultants, Contractor and its superintendent, major subcontractors, manufacturers, suppliers and other concerned parties shall each be represented at conference by persons familiar with and authorized to conclude matters relating to Work. C. Documentation: Contractor provides meeting minutes within three days of conference. D. Agenda: Discuss items of significance that could affect progress including such topics as: 1. Tentative construction schedule. 2. Critical Work sequencing. 3. Designation of responsible personnel. 4. Procedures for processing field decisions and Change Orders. 5. Procedures for processing Applications for Payment. 6. Distribution of Contract Documents. 7. Submittal of Shop Drawings, Product Data and Samples. 8. Preparation of record documents. 9. Use of premises. 10. Office, Work and storage areas. ©2012 Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT MEETINGS 013150 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 11. Equipment deliveries and priorities. 12. Safety procedures. 13. First aid. 14. Security. 15. Housekeeping. 16. Working hours. 1.4 PRE - INSTALLATION CONFERENCES A. Conduct pre - installation conference at site before each construction activity that requires coordination with other construction. Installer and representatives of manufacturers and fabricators involved in or affected by installation, and its coordination or integration with other materials and installations that have preceded or will follow, shall attend meeting. Advise Engineer of scheduled meeting dates. 1. Review progress of other construction activities and preparations for particular activity under consideration at each pre - installation conference, including requirements for: a. Contract Documents. b. Options. c. Related Change Orders. d. Purchases. e. Deliveries. f. Shop Drawings, Product Data and quality control Samples. g. Possible conflicts. h. Compatibility problems. i. Time schedules. j. Weather limitations. k. Manufacturers' recommendations. I. Compatibility of materials. m. Acceptability of substrates. n. Temporary facilities. o. Space and access limitations. p. Governing regulations. q. Safety. r. Inspection and testing requirements. s. Required performance results. t. Recording requirements. u. Protection. 2. Record significant discussions and agreements and disagreements of each conference, along with approved schedule. Distribute record of meeting to everyone concerned, promptly, including Owner and Engineer. 3. Do not proceed if conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene conference at earliest feasible date. 4. Documentation: Contractor provides meeting minutes within three days of conference. ©2012 Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT MEETINGS 013150 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.5 PROGRESS MEETINGS A. Conduct progress meetings at Project site at regularly scheduled intervals. Notify Owner and Engineer of scheduled meeting dates. Coordinate dates of meetings with preparation of payment request. B. Attendees: In addition to representatives of Owner and Engineer each subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings by persons familiar with Project and authorized to conclude matters relating to progress. C. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to current status of Project. 1. Contractor's Construction Schedule: Review progress since last meeting. Determine where each activity is in relation to Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within Contract Time. 2. Review present and future needs of each entity present, including such items as: a. Interface requirements. b. Time. c. Sequences. d. Deliveries. e. Off -site fabrication problems. f. Access. g. Site utilization. h. Temporary facilities and services. i. Hours of Work. j. Hazards and risks. k. Housekeeping. I. Quality and Work standards. m. Change Orders. n. Documentation of information for payment requests. o. Safety. p. Request for information Log status. q. Change Proposal Request Log status. r. Record Drawing information. s. Submittals Log status. t. Daily Construction Reports. D. Reporting: No later than 3 days after each progress meeting date, Contractor to distribute copies of minutes of meeting to each party present and to other parties who should have been present. Include brief summary, in narrative form, of progress since previous meeting and report. ©2012 Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT MEETINGS 013150 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1. Schedule Updating: Revise construction schedule after each progress meeting where revisions to schedule have been made or recognized. Issue revised schedule concurrently with report of each meeting. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION 013150 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012 Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT MEETINGS 013150 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 013300 - SUBMITTAL PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. B. Related Sections include the following: 1. Division 1 Section "Quality Control" for submitting test and inspection reports and Delegated- Design Submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Engineer's responsive action. B. Informational Submittals: Written information that does not require Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Resubmittals: Engineer will review each of Contractor's shop drawings and /or submittal data the initial time and, should resubmittal be required, one additional time to verify that reasons for resubmittal have been addressed by Contractor and corrections made. Resubmittal changes /revisions /corrections shall be circled. Engineer will review only circled items and will not be responsible for non - circled changes /revisions /corrections and additions. B. General: Engineer will not provide electronic copies of CAD Drawings of the Contract Drawings for Contractor's use in preparing submittals. C. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that requires sequential activity. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 3. Direct Transmittal to Consultant: Where the Contract Documents indicate that submittals may be transmitted directly to Engineer's consultants, provide duplicate copy of transmittal to Engineer. Submittal will be returned to Engineer before being returned to Contractor. 4. Allow 15 days for processing each resubmittal. 5. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 5 inches on label or beside title block to record Contractor's review and approval markings and action taken by Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. c. Name and address of Engineer. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 G. Additional Copies: Unless additional copies are required for final submittal, and unless Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Engineer. 2. Additional copies submitted for maintenance manuals will be marked with action taken and will be returned. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Engineer will return submittals, without review, received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Provide locations on form for the following information: a. Project name. b. Date. c. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. I. Use for Construction: Use only final submittals with mark indicating action taken by Engineer in connection with construction. PART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit three copies of each submittal, unless otherwise indicated. Engineer will return two copies. Mark up and retain one returned copy as a Project Record Document. 2. Number of Copies: Submit copies of each submittal, as follows, unless otherwise indicated: ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. Initial Submittal: Submit a preliminary single copy of each submittal where selection of options, color, pattern, texture, or similar characteristics is required. Engineer will return submittal with options selected. b. Final Submittal: Submit three copies, unless copies are required for operation and maintenance manuals. Engineer will retain two copies; remainder will be returned. Mark up and retain one returned copy as a Project Record Document. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory - installed wiring. g. Printed performance curves. h. Operational range diagrams. i. Mill reports. j. Standard product operating and maintenance manuals. k. Compliance with recognized trade association standards. I. Compliance with recognized testing agency standards. m. Application of testing agency labels and seals. n. Notation of coordination requirements. C. Shop Drawings: Prepare Project- specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Wiring diagrams showing field - installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. I. Notation of dimensions established by field measurement. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 2. Wiring Diagrams: Differentiate between manufacturer- installed and field - installed wiring. 3. Sheet Size: Except for templates, patterns, and similar full -size drawings, submit Shop Drawings on sheets at least 8 -1/2 by 11 inches but no larger than 30 by 40 inches. 4. Number of Copies: Submit one correctable, translucent and reproducible, and one blue- or black -line print of each submittal. Engineer will return the reproducible print. D. Samples: Prepare physical units of materials or products, including the following: 1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 2. Samples for Verification: Submit full -size units or Samples of size indicated, prepared from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. 3. Preparation: Mount, display, or package Samples in manner specified to facilitate review of qualities indicated. Prepare Samples to match Engineer's sample where so indicated. Attach label on unexposed side that includes the following: a. Generic description of Sample. b. Product name or name of manufacturer. c. Sample source. 4. Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, provide the following: a. Size limitations. b. Compliance with recognized standards. c. Availability. d. Delivery time. 5. Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed. a. If variation in color, pattern, texture, or other characteristic is inherent in the product represented by a Sample, submit at least three sets of paired units that show approximate limits of the variations. b. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 6. Number of Samples for Initial Selection: Submit one full set of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Engineer will return submittal with options selected. 7. Number of Samples for Verification: Submit three sets of Samples. Engineer will retain two Sample sets; remainder will be returned. 8. Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 9. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. E. Product Schedule or List: Prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product. 2. Number and name of room or space. 3. Location within room or space. 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit two copies of each submittal, unless otherwise indicated. Engineer will not return copies. 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. An officer shall sign certificates and certifications or other individual authorized to sign documents on behalf of that entity. B. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of Engineers and owners, and other information specified. C. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. D. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 Specification (V\/PS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. H. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. I. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements. J. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. K. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements. L. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. M. Research /Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. N. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 O. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. P. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. Q. Manufacturer's Field Reports: Prepare written information documenting factory - authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory- authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. R. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. S. Material Safety Data Sheets: Submit information directly to Owner. If submitted to Engineer, Engineer will not review this information but will return it with no action taken. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Engineer. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 8 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ENGINEER'S ACTION A. General: Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. 1. Action Submittals: Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken. B. Informational Submittals: Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. Engineer will forward each submittal to appropriate party. C. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 013300 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. SUBMITTAL PROCEDURES 013300 - 9 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 014210 - REFERENCE STANDARDS AND DEFINITIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic contract definitions are included in the Conditions of the Contract. B. "Indicated ": The term "indicated" refers to graphic representations, notes, or schedules on the Drawings; or to other paragraph s or schedules in the Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. Location is not limited. C. "Directed ": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by the Design Professional, requested by the Design Professional, and similar phrases. D. "Approved ": The term "approved," when used in conjunction with the Design Professional's action on the Contractor's submittals, applications, and requests, is limited to the Design Professional's duties and responsibilities as stated in the Conditions of the Contract. E. "Regulations ": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish ": The term "furnish" means to supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install ": The term "install" describes operations at the Project site including the actual unloading, temporary storage, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide ": The term "provide" means to furnish and install, complete and ready for intended use. I. "Installer ": An installer is the Contractor or another entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier, to perform a particular construction activity, including installation, erection, application, or similar ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. REFERENCE STANDARDS AND DEFINITIONS 014210 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 operations. Installers are required to be experienced in the operations they are engaged to perform. 1. The term "experienced," when used with the term "installer," means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with the special requirements indicated; and having complied with requirements of authorities having jurisdiction. 2. Trades: Using a term such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name. 3. Assigning Specialists: Certain Sections of the Specifications require that specific construction activities shall be performed by specialists who are recognized experts in those operations. The specialists must be engaged for those activities, and their assignments are requirements over which the Contractor has no option. However, the ultimate responsibility for fulfilling contract requirements remains with the Contractor. a. This requirement shall not be interpreted to conflict with enforcing building codes and similar regulations governing the Work. It is also not intended to interfere with local trade -union jurisdictional settlements and similar conventions. J. "Project site" is the space available to the Contractor for performing construction activities, either exclusively or in conjunction with others performing other work as part of the Project. The extent of the Project site is shown on the Drawings and may or may not be identical with the description of the land on which the Project is to be built. K. "Testing Agencies ": A testing agency is an independent entity engaged to perform specific inspections or tests, either at the Project site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests. 1.3 SPECIFICATION FORMAT AND CONTENT EXPLANATION A. Specification Format: These Specifications are organized into Divisions and Sections based on the 16- division format and CSI /CSC's "MasterFormat" numbering system. B. Specification Content: These Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be interpolated as the sense requires. Singular words shall be interpreted as plural and plural words interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. REFERENCE STANDARDS AND DEFINITIONS 014210 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 performed by the Contractor. At certain locations in the Section Text, subjective language is used for clarity to describe responsibilities that must be fulfilled indirectly by the Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of the date of the Contract Documents. C. Conflicting Requirements: Where compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to the Design Professional for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of the requirements. Refer uncertainties to the Design Professional for a decision before proceeding. D. Copies of Standards: Each entity engaged in construction on the Project must be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, the Contractor shall obtain copies directly from the publication source and make them available on request. E. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where abbreviations and acronyms are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards - producing organization, authorities having jurisdiction, or other entity applicable to the context of the text provision. Refer to Gale Research's "Encyclopedia of Associations" or Columbia Books' "National Trade & Professional Associations of the U.S.," which are available in most libraries. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. REFERENCE STANDARDS AND DEFINITIONS 014210 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.5 SUBMITTALS A. Permits, Licenses, and Certificates: For the Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. END OF SECTION 014210 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. REFERENCE STANDARDS AND DEFINITIONS 014210 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 014500 - QUALITY CONTROL PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for quality control services. B. Quality control services include inspections and tests and related actions including reports, performed by independent agencies, governing authorities, and the Contractor. They do not include Contract enforcement activities performed by Engineer. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality control requirements for individual construction activities are specified in the Sections that specify those activities. Those requirements, including inspections and tests, cover production of standard products as well as customized fabrication and installation procedures. 2. Inspections, test and related actions specified are not intended to limit the Contractor's quality control procedures that facilitate compliance with Contract Document requirements. 3. Provisions of this Section do not limit requirements for the Contractor to provide quality control services required by Engineer, Owner, or authorities having jurisdiction. E. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 1 Section "Submittal Procedures" specifies requirements for development of a schedule of required tests and inspections. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. QUALITY CONTROL 014500 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.3 RESPONSIBILITIES A. Contractor Responsibilities: 1. Retesting: Contractor is responsible for retesting where results of required inspections, tests or similar services prove unsatisfactory and do not indicate compliance with Contract Document requirements, regardless of whether the original test was the Contractor's responsibility. a. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original construction. 2. Associated Services: Cooperate with agencies performing required inspections, tests and similar services and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include but are not limited to: a. Provide access to the Work. b. Furnish incidental labor and facilities necessary to facilitate inspections and tests. c. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. d. Provide facilities for storage and curing of test samples. e. Deliver samples to testing laboratories. f. Provide the agency with a preliminary design mix proposed for use for material mixes that require control by the testing agency. g. Provide security and protection of samples and test equipment at the Project Site. B. Owner Responsibilities: Owner will provide inspections, tests and similar quality control services specified to be performed by independent agencies and not by the Contractor, except where they are specifically indicated as the Contractor's responsibility or are provided by another identified entity. Costs for these services are not included in the Contract Sum. 1. Owner will employ and pay for the services of an independent agency, testing laboratory or other qualified firm to perform services which are the Owner's responsibility. C. Coordination: Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate the sequence of activities to accommodate required services with a minimum of delay. In addition Contractor and each agency shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1. Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. QUALITY CONTROL 014500 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.4 SUBMITTALS A. Testing Agency shall submit a certified written report of each inspection, test or similar service, to Engineer, in duplicate, unless Contractor is responsible for the service. If Contractor is responsible for the service, submit a certified written report of each inspection, test or similar service through the Contractor, in duplicate. 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. 2. Report Data: Written reports of each inspection, test or similar service shall include, but not be limited to: a. Date of issue. b. Project title and number. c. Name, address and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and interpretations of test results. j. Comments or professional opinion as to whether inspected or tested Work complies with Contract Document requirements. k. Name and signature of laboratory inspector. I. Recommendations on retesting. 1.5 QUALITY ASSURANCE A. Qualification for Testing Agencies: Engage testing agencies, including independent testing laboratories, which are prequalified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which specialize in the types of inspections and tests to be performed. 1. Each independent testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the State in which the Project is located. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample- taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. Comply with Contract Document requirements for "Cutting and Patching." ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. QUALITY CONTROL 014500 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Protect construction exposed by or for quality control service activities, and protect repaired construction. C. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. END OF SECTION 014500 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. QUALITY CONTROL 014500 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes requirements for construction facilities and temporary controls, including temporary utilities, support facilities, and security and protection. B. Temporary utilities required include but are not limited to the following: 1. Water service and distribution. 2. Temporary electric power and light. 3. Telephone service. 4. Storm and sanitary sewer. 5. Temporary heat. 6. Ventilation. 7. Sanitary facilities, including drinking water. C. Support facilities include, but are not limited to, the following: 1. Field offices and storage sheds. 2. Temporary enclosures. 3. Waste disposal services. 4. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Temporary fire protection. 2. Barricades, warning signs, lights. 3. Environmental protection. 4. Temporary protection and support of permanent active utilities within the work area. 5. Temporary protection and support of architectural, mechanical, electrical and other non - structural items and systems within or near the work area such as, out not limited to entrance ways, doors, electrical rooms, ventilation systems, revenue and access control systems, fire protection sprinkler systems, and lighting systems. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.3 SUBMITTALS A. Temporary Utilities: Submit reports of tests, inspections, meter readings, permits, correspondence with governing utility agencies and similar procedures performed on temporary utilities. B. Implementation and Termination Schedule: Submit schedule indicating implementation and termination of each temporary utility within 15 days of date established for commencement of Work. 1.4 QUALITY ASSURANCE A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to, the following: 1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department and Rescue Squad rules. 5. Environmental protection regulations. 6. Standards: Comply with NFPA Code 241, "Standard for Safeguarding Construction, Alterations, and Demolition Operations," ANSI -A10 Series standards for "Safety Requirements for Construction and Demolition," and NECA Electrical Design Library "Temporary Electrical Facilities." Comply with NEMA, NECA and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70, "National Electric Code." B. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Temporary Utilities: Prepare schedule indicating dates for implementation and termination of each temporary utility. When acceptable to Owner, change over from use of temporary service to use of permanent service. B. Temporary connection to existing utilities: When acceptable to Owner, Contractor may connect into existing utilities within the work area. 1. Confirm the existing utility has sufficient capacity to supply the temporary needs for construction activities. Owner does not guarantee unlimited supply. 2. Confirm the temporary utility connection does not reduce the utility supply to below the capacity needed by active permanent systems attached to the service. Remove temporary connections found to affect permanent service at no cost to the Owner. 3. For of bid purpose, Contractor shall assume that no electrical (water) service is available. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 4. Temporary connection installation, maintenance, protection, removal and associated costs shall be responsibility of Contractor and shall not be chargeable to Owner or Engineer. 5. At each temporary connection provide following: a. Operable utility shutoff device: Device shall be commercially available device such as valve or switch. Shutoff device shall not require removal of a portion of utility line or specialized skill to operate. Device shall be designed to fail in a safe manner and be clearly identified as to its purpose. Location of shutoff device shall be accessible to workers without requiring access to restricted areas. b. Metering device: Device shall be commercially available, calibrated device to measure amount of utility consumed by contractor. Provided certificate showing device has been calibrated within the last three months. If no metering device is required, provide are and fixtures to permit installation of device at later date at not additional cost to Owner. c. Owner will charge Contractor direct cost of utilities with no markup. C. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in safe and efficient manner. Relocate temporary services and facilities as Work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on site. PART 2 - PRODUCTS 2.1 EQUIPMENT A. General: Provide new equipment; if acceptable to Engineer, undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. B. Water Hoses: Provide 0.75 in. heavy -duty, abrasion - resistant, flexible rubber hoses 100 ft. long, with pressure rating greater than maximum pressure of water distribution system; provide adjustable shut -off nozzles at hose discharge. C. Electrical Outlets: Provide properly configured NEMA polarized outlets to prevent insertion of 110 -120 volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button and pilot light, for connection of power tools and equipment. D. Electrical power cords: provide grounded extension cords; use "hard- service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords, if single lengths will not reach areas where construction activities are in progress. E. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered glass enclosures, where exposed to breakage. Provide exterior fixtures where exposed to moisture. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 F. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM or another recognized trade association related to the type of fuel being consumed. G. Temporary Offices: Provide prefabricated or mobile units or similar job -built construction with lockable entrances, operable windows and serviceable finishes. Provide heated and air- conditioned units on foundations adequate for normal loading. H. Temporary Toilet Units: Provide self- contained single- occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed with a glass fiber reinforced polyester shell or similar nonabsorbent material. I. First Aid Supplies: Comply with governing regulations. J. Fire Extinguishers: Provide hand - carried, portable UL- rated, class "A" fire extinguishers for temporary offices and similar spaces. In other locations provide hand - carried, portable, UL- rated, class "ABC" dry chemical extinguishers, or a combination of extinguishers of NFPA recommended classes for the exposures. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. K. Temporary Fuel Tanks: Comply with all applicable safety and environmental regulations for temporary surface fuel tanks. Location and installation shall be subject to review and approval of Engineer and Fire Marshall. PART 3 - EXECUTION 3.1 INSTALLATION A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed, or are replaced by authorized use of completed permanent facilities. C. All temporary facilities shall be located within work area. D. Installation of temporary facilities shall not block pedestrian and vehicular traffic to adjacent non -work areas. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where the company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with company recommendations. 1. Arrange with company and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. Prior to temporary utility availability, provide trucked -in services. 3. Obtain easements to bring temporary utilities to site where Owner's easements cannot be used for that purpose. 4. Use Charges: Cost or use charges for temporary facilities are not chargeable to the Owner or Engineer. Neither Owner nor Engineer will accept cost or use charges as basis of claims for Change Orders. B. Water Service: Install water service and distribution piping of sizes and pressures adequate for construction until permanent water service is in use. Sterilize temporary water piping prior to use. C. Temporary Electric Power Service: Provide weatherproof, grounded electric power service and distribution system of sufficient size, capacity, and power characteristics during construction period. Include meters, transformers, overload protected disconnects, automatic ground -fault interrupters and main distribution switch gear. D. Temporary Lighting: When overhead floor or roof deck has been installed, provide temporary lighting with local switching. 1. Install and operate temporary lighting that will fulfill security and protection requirements without operating entire system. Provide temporary lighting that will fulfill security and protection requirement without operating the entire system. Provide temporary lighting that will provide adequate illumination for construction operations and traffic conditions. E. Temporary Heat: Provide temporary heat required by construction activities for curing or drying of completed installations or for protection of installed construction from adverse effects of low temperatures or high humidity. Select safe equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce the ambient condition required and minimize consumption of energy. F. Heating Facilities: Except where Owner authorizes use of the permanent system, provide vented, self- contained, LP -gas or fuel -oil heaters with individual space thermostatic control. 1. Use of gasoline- burning space heaters, open flame, or salamander heating units is prohibited. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 G. Sanitary facilities include temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for the type, number, location, operation, and maintenance of fixtures and facilities. Install where facilities will best serve the Project's needs. 1. Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Provide covered waste containers for used material. H. Toilets: Use of the Owner's existing toilet facilities will be permitted, so long as: 1. Facilities and access routes to facilities are cleaned and maintained in a condition acceptable to Owner. 2. Contractor personnel do not cause, in Owner's opinion, a significant disturbance to Owner's staff during use of facilities. 3. At substantial completion, or upon notice by Owner that Contractor personnel are no longer permitted to use restrooms, restore facilities and access routes to condition existing at time of initial use. I. Toilets: Install self- contained toilet units. Shield toilets to ensure privacy. Use of pit -type privies will not be permitted. 1. Provide separate facilities for male and female personnel. J. Wash Facilities: Install wash facilities supplied with potable water at convenient locations for personnel involved in handling materials that require wash -up for a healthy and sanitary condition. Dispose of drainage properly. Supply cleaning compounds appropriate for each condition. 1. Provide safety showers, eyewash fountains, and similar facilities for convenience, safety, and sanitation of personnel. K. Drinking -Water Fixtures: Provide drinking -water fountains where indicated, including paper cup supply. L. Drinking -Water Facilities: Provide containerized, tap- dispenser, bottled -water drinking - water units, including paper cup supply. 1. Where power is accessible, provide electric water coolers to maintain dispensed water temperature at 45 to 55° F. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 M. Sewers and Drainage: Confirm with City use and capture of all water used for construction purposes. Generally, water will need to be contained and trucked off site per City and EPA. If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If sewers are not available or cannot be used, provide drainage ditches, dry wells, stabilization ponds and similar facilities. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off the site in a lawful manner. 1. Filter out excessive amounts of soil, construction debris, chemicals, oils and similar contaminants that might clog sewers or pollute waterways before discharge. 2. If discharging wastewater through existing Owner sewer systems, inspect and document with the owner the condition of lines prior to beginning discharge. 3. Connect temporary sewers to municipal system as directed by the sewer department officials. 4. Maintain temporary sewers and drainage facilities in clean, sanitary condition. Following heavy use, restore normal conditions promptly. 3.3 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, sanitary facilities and other temporary construction and support facilities for easy access. 1. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Provide incombustible construction for offices, shops and sheds located within the construction area, or within 30 ft of building lines. Comply with requirements of NFPA 241. 1. Field Offices: Provide insulated, weathertight temporary offices of sufficient size to accommodate required office personnel at Project site. Keep office clean and orderly for use for small progress meetings C. Storage and Fabrication Sheds: Install storage and fabrication sheds, sized, furnished and equipped to accommodate materials and equipment involved, including temporary utility service. Sheds may be open shelters or fully enclosed spaces within the building or elsewhere on site. D. Temporary Enclosures: Provide temporary enclosure for protection of construction in progress and completed, from exposure, foul weather, other construction operations and similar activities. 1. Where heat is needed and permanent building enclosure is not complete, provide temporary enclosures where there is no other provision for containment of heat. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 2. Install tarpaulins securely, with incombustible wood framing and other materials. Close openings of 25 sq ft or less with plywood or similar materials. 3. Close openings through floor or roof decks and horizontal surfaces with load- bearing wood- framed construction. 4. Do not block access to emergency exits from the facility during installation of temporary enclosures unless approved by authorities having jurisdiction. 5. Where temporary wood or plywood enclosure exceeds 100 sq ft in area, use UL- labeled fire - retardant treated material for framing and main sheathing. E. Temporary Lifts and Hoists: Provide facilities for hoisting materials and employees. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. F. Project Identification and Temporary Signs: Prepare project identification and other signs of size indicated. Install signs where indicated to inform public and persons seeking entrance to Project. Support on posts or framing of preservative treated wood or steel. Do not permit installation of unauthorized signs. 1. Project Identification Signs are prohibited. 2. Temporary Signs: Prepare signs to provide directional information to construction personnel and visitors. G. Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NFPA 241 for removal of combustible waste material and debris. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when temperature is expected to rise above 80° F. (27° C.). Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material in lawful manner. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Temporary Fire Protection: Maintain temporary fire protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 10 "Standard for Portable Fire Extinguishers," and NFPA 241 "Standard for Safeguarding Construction, Alterations and Demolition Operations." 1. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near each usable stairwell. 2. Store combustible materials in containers in fire -safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 4. Provide supervision of welding operations, combustion type temporary heating units, and similar sources of fire ignition. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 8 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Barricades, Warning Signs and Lights: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with appropriate colors, graphics and warning signs to inform personnel and public of hazard being protected against. Where appropriate and needed provide lighting, including flashing red or amber lights. C. Environmental Protection: Provide protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations, and minimize possibility that air, waterways and subsoil might be contaminated or polluted, or that other undesirable effects might result. Avoid use of tools and equipment which produce harmful noise. Restrict use of noise making tools and equipment to hours that will minimize complaints from persons or firms near site. 3.5 OPERATION, TERMINATION AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures and similar elements. C. Termination and Removal: Unless Engineer requests that it be maintained longer, remove each temporary facility when need has ended, or when replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged Work, clean exposed surfaces and replace construction that cannot be satisfactorily repaired. END OF SECTION 015000 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. TEMPORARY FACILITIES & CONTROLS 015000 - 9 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 016300 - PRODUCT SUBSTITUTION PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of Contract. B. Contractor's Construction Schedule and Schedule of Submittals are included under Section "Submittal Procedures." C. Standards: Refer to Section "Reference Standards and Definitions" for applicability of industry standards to products specified. D. Procedural requirements governing Contractor's selection of products and product options are included under Section "Product Requirements." E. Engineer's policy is to reject requests for substitution unless paragraph "Substitutions" under Article "Definitions" applies. Vendors wishing inclusion in Engineer's master specification: contact Engineer for procedure. 1.3 DEFINITIONS A. Definitions used in this Article are not intended to change or modify meaning of other terms used in Contract Documents. B. Substitutions: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by Contractor after award of Contract are considered requests for "substitutions." Following are not considered substitutions: 1. Revisions to Contract Documents requested by Owner or Engineer. 2. Specified options of products and construction methods included in Contract Documents. 3. Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PRODUCT SUBSTITUTION PROCEDURES 016300 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.4 SUBMITTALS A. Substitution Request Submittal: Requests for substitution will be considered if received within 30 days after commencement of Work. Requests received more than 30 days after commencement of Work may be considered or rejected at discretion of Engineer. 1. Submit 3 copies of each request for substitution for consideration. Submit requests on forms included at end of this Section and in accordance with procedures required for Change Order proposals. 2. Identify product, or fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. Provide complete documentation showing compliance with requirements for substitutions, and the following information, as appropriate: a. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. b. Samples, where applicable or requested. c. Detailed comparison of significant qualities of proposed substitution with those of Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. d. Coordination information, including list of changes or modifications needed to other parts of Work and to construction performed by Owner and separate Contractors that will become necessary to accommodate proposed substitution. e. Statement indicating substitution's effect on Contractor's Construction Schedule compared to schedule without approval of substitution. Indicate effect of proposed substitution on overall Contract Time. f. Cost information, including proposal of net change, if any in Contract Sum. g. Certification by Contractor that substitution proposed is equal -to or better in every significant respect to that required by Contract Documents, and that it will perform adequately in application indicated. Include Contractor's waiver of rights to additional payment or time, that may subsequently become necessary because of failure of substitution to perform adequately. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Conditions: Contractor's substitution request will be received and considered by Engineer when one or more of following conditions are satisfied, as determined by Engineer; otherwise requests will be returned without action except to record noncompliance with these requirements. 1. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with general intent of Contract Documents. 3. Request is timely, fully documented and properly submitted. 4. Request is directly related to an "or equal" clause or similar language in Contract Documents. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PRODUCT SUBSTITUTION PROCEDURES 016300 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 5. Specified product or method of construction cannot be provided within Contract Time. Request will not be considered if product or method cannot be provided as result of failure to pursue Work promptly or coordinate activities properly. 6. Specified product or method of construction cannot receive necessary approval by governing authority, and requested substitution can be approved. 7. Substantial advantage is offered the Owner, in terms of cost, time, energy conservation or other considerations of merit, after deducting offsetting responsibilities Owner may be required to bear. Additional responsibilities for Owner may include additional compensation to Engineer for redesign and evaluation services, increased cost of other construction by Owner or separate Contractors, and similar considerations. 8. Specified product or method of construction cannot be provided in manner that is compatible with other materials, and where Contractor certifies that substitution will overcome incompatibility. 9. Specified product or method of construction cannot be coordinated with other materials, and where Contractor certifies that proposed substitution can be coordinated. 10. Specified product or method of construction cannot provide warranty required by Contract Documents and where Contractor certifies that proposed substitution provide required warranty. B. Contractor's submittal and Engineer's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION 016300 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PRODUCT SUBSTITUTION PROCEDURES 016300 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 REQUEST FOR SUBSTITUTION To: Walker Parking Consultants /Engineers, Inc. 1660 South Highway 100, Suite 424 Minneapolis, MN 55416 Phone 612.595.9116 Fax 612.595.9518 Attention: Carl L. Schneeman Walker Project No: 21- 3828.00/21- 3829.00 From: Name of Company Address ( ) City, State, Zip Code Phone Fully answer all information requested below. Failure to answer any item may cause rejection of request for substitution. If requested by Engineer, submit information about manufacturer and vendor history, financial stability, distribution and support systems. Use one form for each product requested. Only first product listed will be considered on forms with more than one product listed. Specification Section Number Drawing Number Paragraph Number Detail Number Specified Product: Proposed Substitution: Answer following questions. Attach an explanation sheet on your company's letterhead when required. Does proposed substitution affect dimensions indicated on Drawings? No Yes (If yes, explain below). ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PRODUCT SUBSTITUTION PROCEDURES 016300 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 Does proposed substitution require changes in Drawings and /or design or installation changes? No Yes If yes, is cost of these changes included in proposed amount? No Yes Does the proposed product's guarantee differ from that of the specified products? No Yes (If yes, explain how). Why is this proposal for substitution being submitted? List reasons below. Undersigned has examined Construction Documents, is familiar with specified product, understands indicated application of product, and understands design intent of Engineer. Undersigned states that proposed substitution complies with Construction Documents and will perform at least equally to specified product within limitations stated above. Undersigned accepts responsibility for coordinating application and installation of proposed substitution and waives all claims for additional costs resulting from incorporation of proposed substitution into Project or its subsequent failure to perform according to specified requirements. ATTACH A LISTING OF 3 PROJECTS USING PROPOSED SUBSTITUTION COMPLETED WITHIN THE PAST 5 YEARS IN GEOGRAPHIC AND CLIMATIC REGION OF PROJECT. ONE OF APPLICAT IONS SHALL HAVE BEEN IN SERVICE FOR AT LEAST 3 YEARS. Submitted By: Signature Typed Signature Contractor Date © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PRODUCT SUBSTITUTION PROCEDURES 016300 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 017320 - CUTTING AND PATCHING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for cutting and patching. B. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of Work. 1.3 SUBMITTALS A. Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required before proceeding, submit proposal describing procedures well in advance of time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in proposal: 1. Describe extent of cutting and patching required and how it is to be performed; indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction; include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform Work. 4. Indicate dates when cutting and patching is to be performed. 5. List utilities that will be disturbed or affected, including those that will be relocated and those that will be temporarily out -of- service. Indicate how long service will be disrupted. 6. Where cutting and patching involves addition of reinforcement to structural elements, submit details and engineering calculations to show how reinforcement is integrated with original structure. 7. Approval by Engineer to proceed with cutting and patching does not waive Engineer's right to later require complete removal and replacement of part of Work found to be unsatisfactory. 1.4 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce their load- carrying capacity or load- deflection ratio. 1. Obtain approval of cutting and patching proposal before cutting and patching following structural elements: ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. CUTTING AND PATCHING 017320 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. Foundation construction. b. Bearing and retaining walls. c. Structural concrete. d. Structural steel. e. Lintels. f. Timber and primary wood framing. g. Structural decking. h. Stair systems. i. Miscellaneous structural metals. j. Equipment supports. k. Piping, ductwork, vessels and equipment. B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. 1. Obtain approval of cutting and patching proposal before cutting and patching following operating elements or safety related systems: a. Shoring, bracing, and sheeting. b. Primary operational systems and equipment. c. Air or smoke barriers. d. Water, moisture, or vapor barriers. e. Membranes and fleshings. f. Fire protection systems. g. Noise and vibration control elements and systems. h. Control systems. i. Communication systems. j. Conveying systems. k. Electrical wiring systems. C. Visual Requirements: Do not cut and patch construction exposed on exterior or in occupied spaces, in manner that would, in Engineer's opinion, reduce building's aesthetic qualities, or result in visual evidence of cutting and patching. Remove and replace Work cut and patched in visually unsatisfactory manner. 1. If possible, retain original installer or fabricator to cut and patch following categories of exposed Work, or if it is not possible to engage original installer or fabricator, engage another recognized experienced and specialized firm: a. Processed concrete finishes. b. Stonework and stone masonry. c. Ornamental metal. d. Preformed metal panels. e. Window wall system. f. Stucco and ornamental plaster. g. Finished wood flooring. h. HVAC enclosures, cabinets or covers. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. CUTTING AND PATCHING 017320 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21-3847.10/21-3848.10 July 2013 PART 2 - PRODUCTS 2.1 MATERIALS A. Use materials that are identical to existing materials. If identical materials are riot available or cannot be used where exposed surfaces are involved, use materials that match existing adjacent surfaces to fullest extent possible with regard to visual effect. Use materials whose installed performance will equal or surpass that of existing materials. PART 3 - EXECUTION 3.1 INSPECTION A. Before cutting existing surfaces, examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed. Take corrective action before proceeding, if unsafe or unsatisfactory conditions are encountered. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Take all precautions necessary to avoid cutting existing pipe, conduit or ductwork serving building, but scheduled to be removed or relocated until provisions have been made to bypass them. 3.3 PERFORMANCE A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at earliest feasible time and complete without delay. 1. Cut existing construction to provide for installation of other components or performance of other construction activities and subsequent fitting and patching required to restore surfaces to their original condition. B. Cutting: Cut existing construction using methods least likely to damage elements to be retained or adjoining construction. Where possible review proposed procedures with original installer; comply with original installer's recommendations. 1. In general, where cutting is required use hand or small power tools designed for sawing or grinding, riot hammering and chopping. Cut holes and slots neatly to ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. CUTTING AND PATCHING 017320 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 size required with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from exposed or finished side into concealed surfaces. 3. Cut through concrete and masonry using cutting machine such as carborundum saw or diamond core drill. C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in manner that will eliminate evidence of patching and refinishing. 3. Where removal of walls or partitions extends one finished area into another, patch and repair floor and wall surfaces in new space to provide an even surface of uniform color and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary to achieve uniform color and appearance. a. Where patching occurs in smooth painted surface, extend final paint coat over entire unbroken area containing patch, after patched area has received primer and second coat. 4. Patch, repair or rehang existing ceilings as necessary to provide an even plane surface of uniform appearance. 3.4 CLEANING A. Thoroughly clean areas and spaces where cutting and patching is performed or used as access. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition. END OF SECTION 017320 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. CUTTING AND PATCHING 017320 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 017410 - FINAL CLEANING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for final cleaning at Substantial Completion. Special cleaning requirements for specific elements of Work are included in appropriate Sections of Divisions 2 through 16. B. General Project closeout requirements are included in Section "Closeout Procedures." C. General cleanup and waste removal requirements are included in Section "Temporary Facilities and Controls." D. Environmental Requirements: Conduct cleaning and waste disposal operations in compliance with local laws and ordinances. Comply fully with federal and local environmental and anti - pollution regulations. 1. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. 2. Burning or burying of debris, rubbish or other waste material on the premises will not be permitted. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by the manufacturer or fabricator of surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property, or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning operations when indicated. Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit of Work to the condition expected from commercial building cleaning and maintenance program. Comply with manufacturer's instructions. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. FINAL CLEANING 017410 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Complete following cleaning operations before requesting inspection for Certification of Substantial Completion for entire Project or a portion of Project. 1. Clean Project site, in areas disturbed by construction activities, including landscape areas, of rubbish, waste materials, litter and foreign substances. Sweep paved areas broom clean. Remove petro - chemical spills, stains and other foreign deposits 2. Remove tools, construction equipment, machinery and surplus material from the site. 3. Remove snow and ice to provide safe access to the building. 4. Clean exposed hard - surfaced finishes to a dirt -free condition, free of stains, films and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. 5. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, equipment vaults, manholes, and similar spaces. 6. Broom clean concrete floors. 7. Remove labels that are not permanent labels. 8. Touch -up and otherwise repair and restore marred exposed finishes and surfaces. Replace finishes and surfaces that can not be satisfactorily repaired or restored, or that show evidence of repair or restoration. Do not paint over "UL" and similar labels, including mechanical and electrical name plates. 9. Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings and other foreign substances. 10. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. 11. Replace air disposable filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. Clean ducts, blowers, and coils if units were operated without filters during construction. 12. Clean light fixtures, lamps, globes and reflectors to function with full efficiency. Replace burned out bulbs, and defective and noisy starters in fixtures. 13. Leave Project clean and ready for occupancy. C. Removal of Protection: Remove temporary protection and facilities installed during construction to protect previously completed installations during construction period. D. Compliances: Comply with governing regulations and safety standards for cleaning operations. Remove waste materials from the site and dispose of in a lawful manner. Where extra materials of value remain after completion of associated construction has become Owner's property, dispose of these materials as directed. END OF SECTION 017410 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. FINAL CLEANING 017410 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 017700 - CLOSEOUT PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for project closeout, including but not limited to: 1. Inspection procedures. 2. Submittal of warranties. 3. Final cleaning. B. Closeout requirements for specific construction activities are included in appropriate Sections in Divisions 2 through 16. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete following. List exceptions in request. 1. In Application for Payment that coincides with, or first follows, date Substantial Completion is claimed, show 100% completion for portion of Work claimed as substantially complete. Include supporting documentation for completion as indicated in these Contract Documents and statement showing an accounting of changes to Contract Sum. If 100% completion cannot be shown, include list of incomplete items, value of incomplete construction, and reasons Work is not complete. 2. Advise Owner of pending insurance change -over requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents. 4. Obtain and submit releases enabling Owner unrestricted use of Work and access to services and utilities; include occupancy permits, operating certificates, similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement survey, property survey, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Complete start -up testing of systems, and instruction of Owner's operating and maintenance personnel. Discontinue or change over and remove temporary facilities from site, along with construction tools, mock -ups, and similar elements. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. CLOSEOUT PROCEDURES 017700 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 8. Complete final clean up requirements, including touch -up painting. Touch -up and otherwise repair and restore marred exposed finishes. B. Inspection Procedures: On receipt of request for inspection, Engineer will either proceed with inspection or advise Contractor of unfilled requirements. Engineer will prepare Certificate of Substantial Completion following inspection, or advise Contractor of construction that must be completed or corrected before certificate will be issued. 1. Engineer will repeat inspection when requested and assured that Work has been substantially completed. 2. Engineer will provide repeat inspections at Contractor's expense. 3. Results of completed inspection will form basis of requirements for final acceptance. 1.4 FINAL ACCEPTANCE A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in request. 1. Submit final payment request with releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to Contract Sum. 3. Submit certified copy of Engineer's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance and list has been endorsed and dated by Engineer. 4. Submit final meter readings for utilities, measured record of stored fuel, and similar data as of date of Substantial Completion, or when Owner took possession of and responsibility for corresponding elements of Work. 5. Submit consent of surety to final payment. 6. Submit final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: Engineer will reinspect Work upon receipt of notice that Work, including inspection list items from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to Engineer. 1. Engineer will provide repeat inspections at Contractor's expense. 2. Upon completion of reinspection, Engineer will prepare certificate of final acceptance, or advise Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 3. If necessary, reinspection will be repeated. PART 2 - PRODUCTS (NOT APPLICABLE). ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. CLOSEOUT PROCEDURES 017700 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 PART 3 - EXECUTION 3.1 CLOSEOUT PROCEDURES A. Operating and Maintenance Instructions: Arrange for each installer of equipment that requires regular maintenance to meet with Owner's personnel to provide instruction in proper operation and maintenance. If installers are not experienced in procedures, provide instruction by manufacturer's representatives. Include detailed review of following items: 1. Maintenance manuals. 2. Record documents, including all final surveys. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Identification systems. 7. Control sequences. 8. Hazards. 9. Cleaning. 10. Warranties and bonds. 11. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate following procedures: 1. Start -up. 2. Shutdown. 3. Emergency operations. 4. Safety procedures. 5. Economy and efficiency adjustments. 6. Effective energy utilization. END OF SECTION 017700 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. CLOSEOUT PROCEDURES 017700 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 017810 - PROJECT RECORD DOCUMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. Related Sections include the following: 1. Division 1 Section "Closeout Procedures" for general closeout. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set of marked -up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Submit one set of marked -up Record Prints B. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit one copy of each Product Data submittal. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT RECORD DOCUMENTS 017810 -1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. c. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Revisions to routing of piping and conduits. d. Revisions to electrical circuitry. e. Locations of concealed internal utilities. f. Changes made by Change Order or Construction Change Directive. g. Changes made following Engineer's written orders. h. Details not on the original Contract Drawings. i. Field records for variable and concealed conditions. j. Record information on the Work that is shown only schematically. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross - reference on the Contract Drawings. 4. Mark record sets with erasable, red - colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Identification: As follows: a. Project name. b. Date. c. Designation "PROJECT RECORD DRAWINGS." d. Name of Engineer. e. Name of Contractor. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT RECORD DOCUMENTS 017810 -2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of the manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data. 5. Note related Change Orders, Record Drawings, and Product data, where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Drawings, and Product data, where applicable. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT RECORD DOCUMENTS 017810 -3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Engineer's reference during normal working hours. END OF SECTION 017810 © Copyright 2012. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2012, Walker Parking Consultants /Engineers, Inc. All rights reserved. PROJECT RECORD DOCUMENTS 017810 -4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 017836 - WARRANTIES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for warranties required by Contract Documents, including manufacturers standard warranties on products and special warranties. 1. Refer to General Conditions for terms of Contractor's period for correction of Work. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 01 Section "Submittal Procedures" specifies procedures for submitting warranties. 2. Division 01 Section "Closeout Procedures" specifies contract closeout procedures. 3. Divisions 02 through 14, 21 -27, and 31 -33 Sections for specific requirements for warranties on products and installations specified to be warranted. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in Contract Documents. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of warranty on Work that incorporates products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.3 DEFINITIONS A. Standard Product Warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by manufacturer to Owner. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WARRANTIES 017836 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.4 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as result of such failure or must be removed and replaced to provide access for correction of warranted construction. 1.5 SUBMITTALS A. Submit written warranties to Engineer /Architect prior to date certified for Substantial Completion. If Engineer /Architect's Certificate of Substantial Completion designates commencement date for warranties other than date of Substantial Completion for Work, or designated portion of Work, submit written warranties upon request of Engineer /Architect. B. Form of Submittal: At Final Completion compile 2 copies of each required warranty properly executed by Contractor, or by Contractor, subcontractor, supplier, or manufacturer. Organize warranty documents into an orderly sequence based on table of contents of Project Manual. C. Bind warranties and bonds in heavy -duty, commercial quality, durable 3 -ring vinyl covered loose -leaf binders, thickness as necessary to accommodate contents, and sized to receive 8.5 in. by 11 in. paper. 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark tab to identify product or installation. Provide typed description of product or installation, including name of product, and name, address, and telephone number of Installer. 2. Identify each binder on front and spine with typed or printed title "WARRANTIES," Project title or name, and name of Contractor. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION 017836 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WARRANTIES 017836 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 020010 - WORK ITEMS PART 1- GENERAL RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. B. Barricading, signing work areas and Substitution of materials shall require submittal of "Request for Substitution" form for approval per Specification Section 016300. C. Owner has a budget and reserves right to increase or decrease quantities, and add or delete work to maintain budget. D. Miscellaneous items (example: mechanical, electrical, plumbing, threshold, signs, etc.) that are within / adjacent to repair area shall be removed / replaced / relocated as incidental to each Work Item. Contractor shall review all existing conditions to determine items affected by repair work. Make necessary temporary connections to maintain existing services /equipment to all areas of parking facility, and other areas affected by work. Contractor shall submit methods and schedule of temporary connections for Owner approval prior to commencement. E. NOTICE: All work item quantities are estimated and shall be located, marked and quantified by Contractor and confirmed by Engineer. Contractor is responsible for determining actual extent and location of repair areas. Prior to fabrication of material or removal of concrete, contractor shall chain drag entire floor surface, mark and quantify and submit for Engineer review. Refer to Section 011120, "Work Sequence." Receive written approval of Engineer prior to beginning work and /or ordering materials. Refer to Section 011120, "Measurements." Work completed beyond approved quantities is at no cost to Owner. F. CAUTION: Floor slabs / ceilings have post- tensioning tendons. These tendons are near surface at spells and delaminations. Contractor shall use extreme caution when crack routing, saw cutting and removing concrete as not to damage existing tendons or tendon sheathing. Tendons will break with explosive force when cut. Contractor repair of damage shall be at no cost to Owner. Repair procedures shall be approved by Engineer prior to beginning Work. G. Contractor to provide protection for vehicles and pedestrians at all times. Refer to Section 011120, "Contractors Use of Premises." PART 2 - PRODUCTS (NOT APPLICABLE) ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 PART 3 - EXECUTION WI 1.0 GENERAL REQUIREMENTS A. Scope of Work 1. Work consists of performing all tasks, specifically required and incidental, which are not identified under separate Work Item designation, but necessary to perform work identified in this project. This work includes, but is not limited to following items: WI 1.1 — Project Mobilization WI 1.2 - Concrete Formwork WI 1.3 - Concrete Shores and Reshores WI 1.4 - Concrete Reinforcement WI 1.5 - Temporary Signage WI 1.1 PROJECT MOBILIZATION A. Scope of Work 1. Work consists of coordinating, scheduling, obtaining and assembling at construction site all equipment, materials, permits, supplies, manpower and other essentials and incidentals necessary to perform Work defined in this Contract. Payment of lump sum amount for mobilization shall be according to following schedule and shall be based on percentage of original contract amount earned. B. Materials 1. None C. Execution 1. At execution of agreement by all parties, payment of not more than 25% of mobilization lump sum amount. 2. When amount earned is greater than 10% but less than 25% of original contract amount, an additional amount will be paid to bring total payment for mobilization to 50% of mobilization lump sum amount. 3. When amount earned is equal to or greater than 25% but less than 50% of original contract amount, an additional amount will be paid to bring total payment for mobilization to 75% of mobilization lump sum amount. 4. When amount earned is equal to or greater than 50% of original contract amount, an additional amount will be paid to bring total payment for mobilization to 100% of mobilization lump sum amount. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 1.2 CONCRETE FORMWORK A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision, and incidentals necessary to install shoring and formwork as required for cast -in- place concrete. B. Materials 1. Forms for Exposed Finish Concrete: Plywood, metal, metal- framed plywood faced, or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on Drawings. a. Use overlaid plywood complying with U.S. Product Standard PS -1 "A -C or B -B High Density Overlaid Concrete Form," Class I b. Use plywood complying with U.S. Product Standard PS -1 "B -B (Concrete Form) Plywood," Class I, Exterior Grade or better, mill -oiled and edge - sealed, with each piece bearing legible inspection trademark. 2. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit. 3. Form Coatings: Provide commercial formulation form - coating compounds with a maximum VOC of 350 mg /I that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces, including but not limited to water- curing, curing compound, stains, or paints. 4. Form Ties: Factory- fabricated, adjustable - length, removable or snap -off metal form ties, designed to prevent form deflection and to prevent spelling concrete upon removal. Provide units that will leave no metal closer than 1.5 in. to exposed surface. a. Provide ties that, when removed, will leave holes not larger than 1.0 in. diameter in concrete surface. 5. Shores: a. Nail Ellis clamps, if used with wood shores, to shores with minimum of two nails to prevent slipping. b. Wedges: Hardwood or steel. Softwood wedges prohibited. C. Execution 1. Work shall conform to requirements of ACI 301 "Standard Specifications for Structural Concrete," ACI 302.1 R "Guide for Concrete Floor Slab Construction," ACI 318 "Building Code Requirements for Reinforced Concrete," and ACI 347 "Recommended Practice for Concrete Formwork" except as modified by following paragraphs. 2. Store all formwork and formwork materials clear of ground, protected, so as to preclude damage. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent leakage of cement paste. 4. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and like, for easy removal. 5. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to forms to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 6. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. 7. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. 8. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms and bracing before concrete placement as required preventing mortar leaks and maintaining proper alignment. 9. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface. Provide and secure units sufficiently strong to support types of screed strips by use of strike -off templates or accepted compacting type screeds 10. Coat contact surfaces of forms with accepted, nonresidual, low -VOC form - coating compound before reinforcement is placed. 11. Coat steel forms with non - staining, rust - preventive form oil or otherwise protect against rusting. Rust - stained steel formwork not acceptable. 12. For post- tensioned concrete, formwork shall remain in place until post- tensioning has been completed. Do not place additional loads on structure until concrete has been properly reshored. 13. For non -post- tensioned concrete, formwork shall remain in place until concrete has reached minimum two - thirds of 28 -day strength. Do not place additional loads on structure until concrete has been properly reshored. 14. Clean and repair surfaces of forms to be re -used in Work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable for exposed surfaces. Apply new form coating compound as specified for new formwork. 15. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Engineer. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 1.3 CONCRETE SHORES AND RESHORES A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision, and incidentals necessary to install temporary floor slab and beam shoring and to maintain shores in place until restoration Work requiring shores and associated concrete has properly cured. B. Materials 1. Shores shall be steel, rated at 4500 lb at 12 ft extension. 2. Frames by WACO Hi -Load Shoring System equivalent steel shoring. 3. Horizontal shoring joists, Spanall by Patent Scaffolding Co. or equivalent. 4. Towers shall be steel, rated at 10,000 pounds per leg. Provide dunnage to distribute each leg load over 10 square feet per leg on bituminous slab. Provide steel or aluminum beams secured to shore head. 5. Other shoring systems would be considered. B. Execution 1. Comply with ACI 301 and ACI 347 for shoring and reshoring in multi -story construction, except as modified in this Section. 2. For purpose of calculations: Construction load = 50 psf; dead load = actual member weight. 3. Shore /Reshore loads on structure shall not exceed 50 psf distributed load and concentrated loads shall not exceed posted wheel loads or 2000 lbs., whichever is less. 4. Shore /Reshore loads on asphalt slab -on -grade shall be distributed so as not to exceed 1,000 psf bearing capacity, and with consideration of reduced capacity during extreme hot weather. 5. Prior to installation of shores, Contractor shall submit a sealed shoring scheme prepared by registered professional Engineer in South Dakota. 6. Engineer will review shoring scheme for general conformance to requirements stated herein. If it does not conform, Contractor will be informed to resubmit another shoring scheme. 7. Shore floor directly under supported floor so that loads from construction above will transfer directly to shores. Space shoring in such manner that no member will be excessively loaded or will induce tensile stress in concrete members where no reinforcing steel is provided. Extend shores beyond minimums to ensure proper distribution of loads throughout structure. 8. Remove shores and reshore in planned sequence to avoid damage to partially cured concrete. Locate and provide adequate reshoring to safely support Work without excessive stress or deflection. 9. Keep reshores in place as required until heavy loads due to construction operations have been removed. 10. If during construction, modifications are necessary to accommodate other trades, revise and resubmit erection plan to Engineer for review. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 1.4 CONCRETE REINFORCEMENT A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision, and incidentals necessary to fabricate and install all mild steel reinforcement and epoxy coated reinforcement. B. Materials 1. Reinforcement materials shall be as specified in ACI 301 "Standard Specifications for Structural Concrete." 2. Welded wire reinforcement: provide mats only. Roll stock prohibited 3. Epoxy Coating Materials for Reinforcement: ASTM A775 and A884: 4. Supplier shall be certified currently under CRSI Fusion Bonded Epoxy Coating Applicator Plant Certification Program. 5. Provide one of following epoxy coatings for reinforcement and steel accessories as noted on Drawings: a. "Scotchkote 413," 3M Company. b. "Nap -Gard 7- 2709," DuPont Powder Coatings, USA, Inc. c. "Epoxiplate R346 or R349," Armstrong Products Company. 6. Use patching material recommended by epoxy powder manufacturer, compatible with epoxy coating and inert in concrete. Acceptable: a. "Scotchkote 413 PC," 3M Company. b. "Armatec 110," Sika Corporation. c. "EMACO P22," Degussa Construction Systems Americas. d. "Corr Bond," The Euclid Chemical Company. 7. Epoxy Coating for Existing Exposed Non - prestressed Steel Reinforcement or Welded Wire Reinforcement: a. "Sikadur 32 Hi- Mod," Sika Chemical Corp., Lyndhurst, NJ. b. "Concressive Liquid LPL," Degussa Construction Systems Americas, Shakopee, MN. c. "Scotchkote 413 PC," 3M Company. d. "Armatec 110," Sika Corporation. e. "Euco 452," The Euclid Chemical Company, Cleveland, OH. f. "Resi -Bond (J -58)," Dayton Superior Corporation, OH. C. Execution 1. Work shall conform to requirements of ACI 301 "Standard Specifications for Structural Concrete," ACI 315 "Details and Detailing of Concrete Reinforcement," ACI 318 "Building Code Requirements for Reinforced Concrete," and Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice." 2. Submittals required include: Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, waterstops, joint systems, curing compounds, and others as requested by Engineer including, but not limited to: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. Manufacturer's product data and installation instructions for proprietary form coatings, manufactured form systems, ties, and accessories. b. Steel producer's certificates of mill analysis, tensile tests, and bend tests. c. Manufacturer's product data, specifications, and installation instructions for proprietary materials, welded and mechanical splices, and reinforcement accessories. d. Epoxy Coating for Reinforcement: 1) Written certification from coating manufacturer that coating resin for reinforcement has been approved by National Bureau of Standards. 2) Written information from coating manufacturer on proper use and application of coating resin. 3) Coating applicator's written certification of results of quality control program. e. Submit all materials and methods for concrete curing to Engineer for approval before beginning concreting Work. Include certification of curing compound allowable moisture loss. 3. Store concrete reinforcement materials at site to prevent damage and accumulation of dirt or excessive rust. 4. Epoxy Coated Reinforcement: a. Contact areas of handling and hoisting systems shall be padded or be made of nylon or other acceptable material. b. Use spreader bars to lift bundles of coated steel to prevent bar -to -bar abrasion. c. Pad bundling bands or fabricate of nylon or other acceptable material. d. Store coated steel on padded or wooden cribbing. e. Do not drag coated steel members. f. After placement, restrict traffic on coated steel to prevent damage. 5. Reinforcement with any of following defects will be rejected: a. Lengths, depths and bends exceeding CRSI fabrication tolerances. b. Bends or kinks not indicated on Drawings or final Shop Drawings. c. Reduced cross - section due to excessive rusting or other cause. 6. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as herein specified. a. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. b. Examine conditions under which concrete reinforcement is to be placed, and immediately notify Engineer in writing of unsatisfactory conditions. Do not proceed with Work until unsatisfactory conditions have been corrected in acceptable manner. c. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. d. Fabricate reinforcement to conform to required shapes and dimensions, with fabrication tolerances complying with CRSI MSP. In case of ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 fabricating errors, do not re -bend or straighten reinforcement in manner that will injure or weaken material. e. Bends in reinforcement are standard 90° bends unless noted otherwise. f. Reinforcement with any of following defects will be rejected: 1) Lengths, depths and bends exceeding CRSI fabrication tolerances. 2) Bends or kinks not indicated on Drawings or final Shop Drawings. 3) Reduced cross - section due to excessive rusting or other cause. g. Perform all welding of mild steel reinforcement, metal inserts and connections with low hydrogen welding electrodes in accordance with AWS D1.4. h. Epoxy coated reinforcement: Fabricator and applicator to provide installer with written instructions to handle, store and place epoxy coated reinforcement to prevent damage to coating. i. Comply with ACI 301, Chapter 3 for placing reinforcement. j. Use rebar chairs and accessories to hold all reinforcing positively in place. Provide rebar chairs at all formed surfaces, both vertical and horizontal, to maintain minimum specified cover. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Maximum spacing of chairs and accessories shall be per CRSI Manual of Standard Practice. In situations not covered by CRSI, provide support at 4 ft on center maximum each way. k. Install welded wire reinforcement in as long lengths as practicable. Lap adjoining pieces at least one full mesh spacing plus 2 inches and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. I. Splices: 1) Provide standard reinforcement splices by lapping ends, placing bars in contact, and tying tightly with wire. Comply with requirements of ACI 318 for minimum lap of spliced bars. 2) For mechanical tension splices of reinforcement: a) Column bar lengths shall not exceed 30 ft between splices. In any bar, no splices shall occur at any floor level. b) Exercise care to assure that no reduction of cross - sectional area of reinforcement occurs. c) Use Barsplice Products, Inc., Bar -Grip or Grip - Twist, NMB Splice Sleeve, or Erico LENTON splices. d) For all mechanical splices, perform splicing in strict accordance with manufacturer's requirements and instructions. e) All splices to develop 125% of specified yield strength of bars, or of smaller bar in transition splices. f) Stagger splices in adjacent bars. g) Except where shown on Drawings, welding of reinforcement prohibited without prior written authorization by Engineer. 3) Compression splices: Mechanically coupled splices in accordance with ACI 318, Chapter 12. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 8 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 m. Epoxy Coated Reinforcement: 1) Rest epoxy coated steel members supported from formwork on coated wire bar supports, or on bar supports made of dielectric material or other suitable material. 2) Coat wire bar supports with dielectric material for minimum distance of 2 in. from point of contact with coated steel member. 3) Fasten epoxy- coated steel members with nylon -, epoxy -, or plastic - coated tie wire, or other suitable material acceptable to Engineer. 4) Mechanical connections, when required, shall be installed in accordance with splice device manufacturer's recommendations. Repair any damage to coating. 5) All parts of mechanical connections on epoxy- coated steel, including steel splice sleeves, bolts, and nuts shall be coated with same material used for repair of coating damage. 6) Do not cut epoxy- coated steel unless permitted by Engineer. When cut, coat ends with material used for repair of coating damage. 7) All welding of epoxy- coated steel shall conform to AWS D1.4. 8) Adequate ventilation shall be provided when welding epoxy- coated steel. 9) After welding, repair coating damage as specified in Part 3 heading "Quality Control Testing During Construction," paragraph "Epoxy Coated Material." WI 1.5 TEMPORARY SIGNAGE A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment and supervision necessary to provide and install and remove following completion of project, temporary signage as required for traffic control and user information during construction and as required by Owner /Engineer. B. Materials 1. Temporary signage shall meet following minimum requirements: a. Minimum size: 4' x 4' b. Backing material: 0.5 in. exterior medium density overlay plywood. c. Colors: 1) Background: medium orange or white. 2) Symbols /Lettering: black d. Lettering: die -cut. 1) Font Style: Helvetica or similar. 2) Size: 2 in. high minimum for pedestrian information; 4 in. high minimum for traffic information. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 9 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. Execution 1. Mounting height: 5 ft. to bottom of sign. Provide mounting brackets as required. 2. Contractor shall submit shop drawings detailing sign size, layout, colors, and mounting schemes for approval prior to fabricating signs and mounting brackets. 3. Typical regulatory signs (that is, STOP, YIELD, 2 -WAY, etc.) and "Handicap" signs shall conform to all Federal, state, and local requirements for sizes, materials, and colors. WI 2.0 FLOOR SURFACE PREPARATION WI 2.1 FLOOR SURFACE PREPARATION — GRINDING A. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and grind, in 6 inch wide passes, high elevation ridges to provide a level surface for traffic topping. Surface profile shall be appropriate to meet traffic topping manufacturer requirements for application of traffic topping. Refer to Work Item 16.7 for specific requirements. WI 2.6 FLOOR SUFFACE PREPARATION - COATING REMOVAL A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to remove coating from concrete floor slab and dispose of material at an approved site. B. Materials /Equipment 1. Equipment used shall not exceed weight or clearance restrictions for structure. No equipment may be used which, in opinion of Owner or Engineer, will damage existing structural system. 2. Equipment shall leave surface profile appropriate for application of traffic topping. C. Execution 1. Remove existing coating from concrete floor slab by mechanical means. 2. Clean final slab surface, after removals, by sand and air blasting so Engineer may inspect and determine additional repair areas. All debris incidental to coating removal and surface cleaning shall be removed from deck and properly disposed of before inspection begins. 3. Incidental damage to floor slab and joints caused by removal operations shall be corrected to satisfaction of Engineer at no additional cost to Owner. 4. Preparation of spall and delamination cavities prior to placement of concrete patch or overlay materials is not part of this Work Item. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 10 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 3.0 CONCRETE FLOOR REPAIR A. Scope of Work 1. This Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate existing spells, locate and remove delaminated, sound and unsound concrete, shore as necessary, prepare cavities, provide and install reinforcing steel, patching material, cure, concrete sealer, traffic topping, and striping to restore floor slab to original condition and appearance. Refer to Detail Series 3.0 for specific requirements. B. Materials 1. Concrete repair materials shall be as specified in Section "Silica Modified Concrete" and /or Section "Latex Modified Concrete and Mortar." 2. Alternate to redi -mix concrete shall be pre - packaged "MS -S10 Concrete" Silica Modified Concrete and "LM -S10 Concrete" Latex Modified Concrete materials by King Packaged Materials Company, Burlington, Ontario. Cure in accordance with ACI 301 curing compound recommendations. 3. Test concrete in accordance with more stringent requirements of manufacturer and ACI 301. 4. Conventional steel reinforcement shall be as specified in Work Item "Concrete Reinforcement." 5. Install traffic topping per WI series 16.0 as specified. 6. Where existing building contains painted curbs or other elements, provide marking to match existing on and immediately adjacent work area. Traffic and curb marking shall be as specified in Section "Paint Traffic Markings." 7. Painting of repair areas, if existing, shall be as specified in Section "Paint Concrete" as incidental to these Work Items. C. Execution 1. Contractor shall locate and mark all Work areas as specified in Section "Surface Preparation for Patching," Article "Inspection." 2. Procedure for delaminated, spelled and unsound concrete removal shall be as specified in Section "Surface Preparation for Patching," Article "Preparation." Remove all unsound concrete within marked boundary prior to sawcutting and preparation of patch edges. 3. Engineer shall inspect all cavities for condition according to Section "Surface Preparation for Patching," Article "Inspection of Repair Preparation." 4. All steel exposed within cavities shall be cleaned to bare metal by sandblasting as specified in Section "Surface Preparation for Patching," Article "Cleaning of Reinforcement within Delamination and Spall Cavities," and damaged and defective reinforcement replaced as specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas." Exposed steel shall be epoxy coated with an approved epoxy resin as specified in Work Item "Concrete Reinforcement." 5. Contractor prepares cavities for patch placement as specified in Section "Surface Preparation for Patching," Article "Preparation of Cavity for Patch Placement." 6. Contractor shall install reinforcing steel according to Detail Series 3.0. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 11 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 7. Patch materials and associated reference specifications are listed in Work Item "Concrete Floor Repair," Article "Materials," above. Patch installation procedures shall be in accordance with referenced specifications for selected material. 8. Refer to Detail Series 16.0 for relationship between concrete repairs in traffic topped areas. 9. Apply traffic markings over sealer and traffic topping. Where markings are not specified, provide markings on repair area and immediately adjacent elements to match original construction. 10. Painting ceiling of full depth concrete as incidental to this work overlapping onto existing painted areas. WI 3.1 FLOOR REPAIR — CURB A. This Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and remove cracked and /or spalled, delaminated, sound and unsound concrete curb, prepare cavities and install patching material and sealant to restore curbs to original condition and appearance. Refer to WI "Concrete Floor Repair" for materials and procedure associated with this Work Item. Refer to Detail 3.1 for specific requirements. B. Install hooked reinforcing bar dowels at patch perimeter, minimum 2 /side, mid -depth of curb and anchored. Place first dowel within 6" of corner at perimeter of patch area. WI 3.2 FLOOR REPAIR — SLAB ON GRADE A. Refer to Work Item "Concrete Floor Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 3.2.0 for specific requirements. B. If patch exceeds 24 inches in any dimension provide slab reinforcing #3 @ 12" o.c., each way and 12 inch long epoxy- coated reinforcing #3 @ 12" o.c. with dowel embedment as indicated in Detail 3.1.0. C. Concrete used for slab on grade repair to meet the following requirements: 1. 28 -day minimum compressive strength = 4,000 psi 2. Air content = 7.0% +/- 1.0% 3. Maximum w /cm ratio = 0.45 4. Maximum aggregate size % in. 5. Refer to Specification "Cast -in -plate Concrete" for additional information. WI 3.3 FLOOR REPAIR — PAN JOIST A. Refer to Work Item "Concrete Floor Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 3.3 for specific requirements. WI 3.5 FLOOR REPAIR — PARTIAL DEPTH A. Refer to Work Item "Concrete Floor Repair" for scope of Work, materials and procedure associated with this Work Item. Concrete removal shall be full depth on metal pan. Do not damage metal pan. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 12 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 3.6 FLOOR REPAIR — STAIR TREAD IOWA STREET A. Refer to Work Item "Concrete Floor Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 3.6 for specific requirements. WI 3.7 FLOOR REPAIR — STAIR TREAD LOCUST STREET A. Refer to Work Item "Concrete Floor Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 3.7 for specific requirements. WI 3.8 FLOOR REPAIR —CURB REPLACEMENT A. Refer to Work Item "Concrete Floor Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail Series 3.8 for specific requirements. WI 3.9 FLOOR REPAIR — ENCLOSURE BASE A. Refer to Work Item "Concrete Floor Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail Series 3.9 for specific requirements. WI 4.0 CONCRETE CEILING REPAIR A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate existing spalls, shoring, locate and remove delaminated, sound and unsound concrete, prepare cavities, seal post - tensioning tendons, install patching material and paint to restore ceilings to original condition and appearance. Refer to Detail Series 4.0 for specific requirements. B. Materials 1. Pressure applied concrete repair material shall be as specified in Section "Shotcrete" or, pre - packaged "MS -D1 Shotcrete" Silica fume enhanced material by King Packaged Materials Company. Cure in accordance with ACI 301 curing compound recommendations. 2. Trowel applied patching material shall be as specified in Section "Trowel Applied Mortar." This material may be used for less than 2" removal and repair and no fully exposed reinforcement. Provide Anchor pins per Work Item 14.4. 3. Test concrete in accordance with more stringent requirements of manufacturer and ACI 301. 4. Refer to WI "Protect Exposed P/T Tendon(s)" for post- tensioning tendon sheathing repair, as incidental to this Work Item. 5. Painting shall be as specified in Section "Paint Concrete." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 13 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. Execution 1. Contractor shall locate and mark all Work areas as specified in Section "Surface Preparation for Patching," Article "Inspection." 2. Procedure for delaminated, spelled and unsound concrete removal shall be as specified in Section "Surface Preparation for Patching," Article "Preparation." 3. Engineer shall inspect all cavities for condition according to Section "Surface Preparation for Patching," Article "Inspection of Repair Preparation." 4. All steel exposed within cavities shall be cleaned to bare metal by sandblasting as specified in Section "Surface Preparation for Patching," Article "Cleaning of Reinforcement within Delamination and SpaII Cavities," and damaged and defective reinforcement replaced as specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas." Exposed steel shall be epoxy coated with an approved epoxy resin as specified in Work Item "Concrete Reinforcement." 5. Contractor shall prepare cavities for patch placement in accordance with Section "Surface Preparation for Patching," Article "Preparation of Cavity for Patch Placement." 6. Patch materials and associated reference specifications are listed in Work Item "Concrete Ceiling Repair," Article "Materials," above. Patch installation procedures shall be in accordance with referenced specifications for selected material. 7. Contractor shall take care to protect adjacent areas from overspray if "Shotcrete" is used. Area adjacent to repair shall be cleaned to Owner's satisfaction prior to leaving site. 8. Paint ceiling as incidental to this work, overlapping 3" minimum onto existing painted areas. Painting of Shotcrete overspray areas shall be contractor's responsibility. WI 4.1 CEILING REPAIR — PARTIAL DEPTH A. Refer to Work Item "Concrete Ceiling Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 4.4 for specific requirements. WI 4.4 CEILING REPAIR — STAIR LANDINGS A. Refer to Work Item "Concrete Ceiling Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 4.4 for specific requirements. WI 4.5 CEILING REPAIR — STAIR SOFFIT A. Refer to Work Item "Concrete Ceiling Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 4.4 for specific requirements. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 14 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 5.0 CONCRETE BEAM AND JOIST REPAIR A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals including shoring to locate existing spalls, locate and remove delaminated, unsound and sound concrete, prepare cavities, install patching materials, test and cure concrete, and paint to restore concrete beams to original condition and appearance. Refer to Detail Series 5.0 for specific requirements. B. Materials 1. Poured beam repair materials, use one of following patching materials with 3/8" (pea stone) aggregate. Test in accordance with Section "Administrative Requirements," Article "Quality Requirements." a. "Sika Top 111" by Sika Construction Products. Add 20 to 40 pounds of aggregate per bag of material. Do not use limestone. Refer to manufacturer for specific requirements. b. "EMACO R310 Cl" by MBT ChemRex. Add 20 to 25 pounds of aggregate per bag of material. Do not use limestone. Refer to manufacturer for specific requirements. c. "SD2 Repair Mortar" by ThoRoc ChemRex. Add 20 to 30 pounds of aggregate per bag of material. Do not use limestone. Refer to manufacturer for specific requirements. 2. Conventional steel reinforcement shall be as specified in Work Item "Concrete Reinforcement." 3. Test concrete in accordance with more stringent requirements of manufacturer and ACI 301. 4. Painting shall be as specified in Section "Paint Concrete." C. Execution 1. Contractor shall locate and mark all Work areas as specified in Section "Surface Preparation for Patching," Article "Inspection." Contractor shall identify all critical repair work areas prior to start of work. Engineer shall verify critical repair area identification. 2. Procedure for delaminated, spalled and unsound concrete removal shall be as specified in Section "Surface Preparation for Patching," Article "Preparation." 3. Shoring support shall be provided as necessary and in accordance with Work Item "Concrete Shores and Reshores." 4. Engineer shall inspect all cavities for condition according to Section "Surface Preparation for Patching," Article "Inspection of Repair Preparation." 5. All steel exposed within cavities shall be cleaned to bare metal by sandblasting according to Section "Surface Preparation for Patching," Article "Cleaning of Reinforcement within Delamination and Spall Cavities," and damaged and defective reinforcement replaced as specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas." Exposed steel shall be coated with an approved corrosion inhibitor coating as specified in Work Item "Concrete Reinforcement." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 15 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 6. Contractor prepare cavities for patch placement as specified in Section "Surface Preparation for Patching," Article "Preparation of Cavity for Patch Placement." 7. Patch materials and associated reference specifications for patches in non- critical areas are listed in Work Item "Concrete Beam and Joist Repair," Article "Materials," above. Patch installation procedures shall be in accordance with referenced specifications for selected material. 8. Paint beam as incidental to this work, overlapping 3" minimum onto existing painted areas. WI 5.1 BEAM REPAIR — PARTIAL DEPTH A. Refer to Work Item "Concrete Beam and Joist Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 5.1 for specific requirements. WI 5.7 JOIST REPAIR — PARTIAL DEPTH A. Refer to Work Item "Concrete Beam and Joist Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 5.1 for specific requirements. WI 6.0 CONCRETE COLUMN REPAIR A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals including shoring necessary to locate existing spalls, locate and remove delaminated and unsound concrete, prepare cavities and install patching materials and paint to restore concrete columns to original condition and appearance. Refer to Detail Series 6.0 for specific requirements. B. Materials 1. Pressure applied concrete repair material shall be as specified in Section "Shotcrete" or, pre - packaged "MS -D1 Shotcrete" Silica fume enhanced material by King Packaged Materials Company. Cure in accordance with ACI 301 curing compound recommendations. 2. Concrete repair materials shall be as specified in Section "Silica Modified Concrete." 3. Poured column repair materials, use one of following patching materials with 3/8" (pea stone) aggregate. Test in accordance with Section "Administrative Requirements," Article "Quality Requirements." a. "Sika Top 111" by Sika Construction Products. Add 20 to 40 pounds of aggregate per bag of material. Do riot use limestone. Refer to manufacturer for specific requirements. b. "EMACO R310 Cl" by MBT ChemRex. Add 20 to 25 pounds of aggregate per bag of material. Do not use limestone. Refer to manufacturer for specific requirements. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 16 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 c. "SD2 Repair Mortar" by ThoRoc ChemRex. Add 20 to 30 pounds of aggregate per bag of material. Do not use limestone. Refer to manufacturer for specific requirements. 4. Conventional steel reinforcement shall be as specified in Work Item "Concrete Reinforcement." 5. Test concrete in accordance with more stringent requirements of manufacturer and ACI 301. 6. Painting shall be as specified in Section "Paint Concrete." C. Execution 1. Contractor shall locate and mark all Work areas as specified in Section "Surface Preparation for Patching," Article "Inspection." 2. Procedure for delaminated and unsound concrete removal shall be as specified in Section "Surface Preparation for Patching," Article "Preparation." 3. Engineer shall inspect all cavities for condition according to Section "Surface Preparation for Patching," Article "Inspection of Repair Preparation." 4. All steel exposed within cavities shall be cleaned to bare metal by sandblasting according to Section "Surface Preparation for Patching," Article "Cleaning of Reinforcement within Delamination and SpaII Cavities," and damaged and defective reinforcement replaced as specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas." Exposed steel shall be epoxy coated with an approved epoxy resin as specified in Section "Concrete Reinforcement." 5. Contractor shall prepare cavities for patch placement as specified in Section "Surface Preparation for Patching," Article "Preparation of Cavity for Patch Placement." 6. Patch materials and associated reference specifications are listed in Work Item "Concrete Column Repair," Article "Materials," above. Patch installation procedures shall be in accordance with referenced specifications for selected material. 7. Contractor shall take care to protect adjacent areas from overspray if "Shotcrete" is used. Area adjacent to repair shall be cleaned to Owner's satisfaction prior to leaving site. 8. Painting column patch concrete as incidental to this work overlapping 3" minimum onto existing painted areas. Painting of Shotcrete overspray areas shall be contractor's responsibility. WI 6.1 COLUMN REPAIR — PARTIAL DEPTH A. Refer to Work Item "Concrete Column Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 6.1 for specific requirements. WI 6.3 COLUMN REPAIR — HAUNCH A. Refer to Work Item "Concrete Column Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 6.1 for similar requirements for column haunch repair. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 17 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 6.6 COLUMN REPAIR — SUPPLEMENTARY COLUMN A. Refer to Work Item "Concrete Column Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail Series 6.6 for specific requirements. WI 7.0 CONCRETE WALL REPAIR A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision, scaffolding, and incidentals necessary to locate existing spalls and delaminations, remove sound and unsound concrete, prepare cavities, and place patching materials and paint to restore concrete walls to original condition and appearance. Refer to Detail Series 7.0 for specific requirements. B. Materials 1. Pressure applied concrete repair material shall be as specified in Section "Shotcrete" or, pre - packaged "MS -D1 Shotcrete" Silica fume enhanced material by King Packaged Materials Company. Cure in accordance with ACI 301 curing compound recommendations. 2. Trowel applied patching material shall be as specified in Section "Trowel Applied Mortar." This material may be used for less than 2" removal and repair and no fully exposed reinforcement. Anchor pins per Work Item 14.4. 3. Poured repair materials, use one of following patching materials with 3/8" (pea stone) aggregate. a. "Sika Top 111" by Sika Construction Products. Add 20 to 40 pounds of aggregate per bag of material. Do not use limestone. Refer to manufacturer for specific requirements. b. "EMACO R310 Cl" by MBT ChemRex. Add 20 to 25 pounds of aggregate per bag of material. Do not use limestone. Refer to manufacturer for specific requirements. c. "SD2 Repair Mortar" by ThoRoc ChemRex. Add 20 to 30 pounds of aggregate per bag of material. Do not use limestone. Refer to manufacturer for specific requirements. 4. Test concrete in accordance with more stringent requirements of manufacturer and ACI 301. 5. Painting shall be as specified in Section "Paint Concrete." C. Execution 1. Contractor shall locate and mark all Work areas as specified in Section "Surface Preparation for Patching," Article "Inspection." 2. Procedure for delaminated, spalled and unsound concrete removal shall be as specified in Section "Surface Preparation for Patching," Article "Preparation." 3. Engineer shall inspect all cavities for condition according to Section "Surface Preparation for Patching," Article "Inspection of Repair Preparation." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 18 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 4. All steel exposed within cavities shall be cleaned to bare metal by sandblasting according to Section "Surface Preparation for Patching," Article "Cleaning of Reinforcement within Delamination and SpaII Cavities," and damaged and defective reinforcement replaced as specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas." Exposed steel shall be epoxy coated with an approved epoxy resin as specified in Section "Concrete Reinforcement." 5. Contractor shall prepare cavities for patch placement as specified in Section "Surface Preparation for Patching," Article "Preparation of Cavity for Patch Placement." 6. Patch materials and associated reference specifications are listed in Work Item "Concrete Wall Repair," Article "Materials," above. Patch installation procedures shall be in accordance with referenced specifications for selected material. 7. Contractor shall take care to protect adjacent areas from overspray if "Shotcrete" is used. Area adjacent to repair shall be cleaned to Owner's satisfaction prior to leaving site. 8. Painting of full depth concrete patch is incidental to this work overlapping onto existing painted areas. Painting of Shotcrete overspray areas shall be contractor's responsibility. WI 7.1 WALL REPAIR — PARTIAL DEPTH A. Refer to Work Item "Concrete Wall Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 7.1 for specific requirements. WI 7.5 WALL REPAIR — PARTIAL DEPTH A. Refer to Work Item "Concrete Wall Repair" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 7.5 for specific requirements. WI -9.0 SUPPLEMENTAL ANCHORS /REINFORCEMENT WI -9.1 SUPPLEMENTAL ANCHORS A. Scope of Work 1. This Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to install supplementary anchors to attach loose reinforcement to concrete repair surfaces. This Work Item is included for reference only, and is incidental to other Work Items. B. Materials 1. Provide supplementary anchors specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas," and /or as specified on Details. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 19 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. Execution 1. Contractor shall prepare concrete surfaces in accordance with other Work Items prior to supplementary anchor installation. 2. Contractor shall furnish and install supplementary anchors. 3. Engineer shall inspect supplementary anchors prior to patch placement. WI -9.2 SUPPLEMENTAL ADHESIVE ANCHORS A. Scope of Work 1. This Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to drill adhesive anchor dowel holes, prepare hole, install adhesive anchoring material, and install supplemental reinforcement. Adhesive and reinforcement can be installed in any orientation. Adhesive anchors not shown in details or specified shall be paid for in this Work Item. This work will be in conjunction with "Supplemental Reinforcement." B. Materials 1. Epoxy for adhesive anchoring shall be "Hilti Hit Dowelling System (HY- 150)" by Hilti or approved equivalent. Adhesive consistency to be compatible for orientation placed. C. Execution 1. Minimum Hilti embedment length for #3 bars to be 41/4", #4 bars to be 61/4", and #5 bars to be 8" unless noted otherwise. 2. Dowel holes shall be drilled no larger than specified by anchor manufacturer. 3. Air blow, wire brush, air blow, etc., hole clean and per anchor manufacturer recommendations. 4. Follow manufacturer's instructions for epoxy and bar installation. 5. Maintain support and orientation of reinforcement until adhesive is cured. 6. Protect dowel from damage throughout repair process. 7. Engineer shall inspect dowel placement prior to concrete placement. WI -9.3 SUPPLEMENTAL REINFORCEMENT A. Scope of Work 1. This Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to provide and install supplementary reinforcing, not shown on Details, as directed by Engineer. Reinforcing can be installed in any orientation. B. Materials 1. Epoxy coated reinforcing steel shall be as specified in Section "Concrete Reinforcement." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 20 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. Execution 1. Engineer shall inspect existing reinforcement as specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas." 2. Contractor shall field verify all dimensions, bend and field cut to length as required. 3. Contractor shall furnish and install supplemental reinforcement at locations directed by Engineer. WI 10.0 EXPANSION JOINT REPAIR AND REPLACEMENT A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to repair damaged nosing material, or remove existing expansion joint gland, prepare adjacent concrete and furnish and install new expansion joint system. Refer to Detail Series 10.0 for specific requirements. B. Materials 1. Expansion joint system materials shall be as specified in Section "Expansion Joints Assemblies," installed in strict accordance with manufacturer's recommendations. 2. Patching materials shall be Latex Modified Concrete as specified in Section "Latex Modified Concrete and Mortar ", or prepackaged "LM -56 Concrete" by King Packaged Materials Company, or concrete repair materials specified by expansion joint manufacturer to insure warranty. Cure prepackaged material in accordance with ACI 301 recommendations. 3. Test concrete in accordance with more stringent requirements of manufacturer and ACI 301. 4. Painting shall be as specified in Section "Paint Concrete." C. Execution 1. Contractor shall remove existing expansion joint materials in manner that minimizes damage to expansion joint system and adjacent concrete. 2. Joint materials and associated reference specifications are listed in Work Item "Expansion Joint Repair and Replacement," Article "Materials," above. Joint installation procedures shall be in accordance with referenced specifications and manufacturer's recommendations. 3. Prior to opening to traffic, test joint seal for leaks with 2 in. water depth maintained continuously for 12 hrs. Repair leaks revealed by examination of seal underside. Repeat test and repairs until all leaks stopped for minimum of 12 hrs. 4. Cleaning and painting of ceiling surfaces to cover previous leaking or staining evidence is incidental and per Work Item "Paint Concrete." Paint limitations shall be as agreed to with Engineer. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 21 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 10.5 EXPANSION JOINT REPAIR - ADHERED A. Refer to Work Item "Joint Repair and Replacement" for scope of Work, materials and procedure associated with this Work Item. Refer to Details 3.8.1 and 3.9.2 for specific requirements. WI 10.8 EXPANSION JOINT — ELASTOMERIC CONCRETE EDGED NOSING REPAIR A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to remove damaged existing expansion joint nosing materials, prepare adjacent concrete and furnish and install new expansion joint header material. See Detail 10.8 for specific requirements. B. Materials 1. Expansion joint system materials shall match existing joint system. C. Execution 1. Contractor shall remove existing header materials in mariner that does not damage adjacent concrete and expansion joint gland. 2. Joint materials and associated reference specifications are listed in " Article "Materials," above. Header installation procedures shall be in accordance with referenced specifications and manufacturer's recommendations. WI 11.0 CRACK AND JOINT REPAIR WI 11.2 SEAL FLOOR CONSTRUCTION /CONTROL JOINT A. Refer to Work Item "Seal Floor Cracks" for scope of Work, materials and procedure associated with this Work Item. Rout tooled or sawcut joint if it does not conform to Detail. Grind high elevation ridges as required per WI -2.1. Refer to Detail 11.2 for joint configuration. WI 11.5 EPDXY INJECTION A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate cracks, prepare and pressure inject approved cracks with an epoxy resin so as to create waterproof barrier and /or structural repair as indicated in the Drawings. B. Materials 1. Epoxy injection materials shall be as specified in Section "Epoxy Injection Systems." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 22 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. Execution 1. Epoxy injection materials shall be installed in accordance with Section "Epoxy Injection Systems." 2. Contractor is responsible for location of all cracks requiring epoxy injection prior to start of Work. 3. Engineer /Architect will verify all cracks to be epoxy injected. 4. No payment will be allowed for Work executed prior to Engineer /Architect inspection and verification. WI 11.6 CHEMICAL INJECTION GROUTING A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate beam /column cracks, prepare and inject approved cracks with a chemical grout so as to create waterproof barrier as indicated on Drawings. Refer to Detail 11.6 for specific requirements. B. Materials 1. Chemical Grout injection materials shall be as specified in Section "Chemical Injection Grouting." C. Execution 1. Chemical injection procedures, equipment, etc. shall be in accordance with Section "Chemical Injection Grouting." 2. Contractor is responsible for location of all utilities, penetrations, cracks, and joints requiring chemical injection prior to start of Work. 3. Engineer /Architect will verify all cracks to be chemical grout injected. 4. No payment will be allowed for Work executed prior to Engineer /Architect inspection and verification. 5. Remove and patch all ports, holes, temporary seal materials to match existing conditions. This is considered incidental to the Work. 6. If surface is painted, clean and paint the repair area limited to the disturbed surfaces to match existing surfaces. WI 11.7 COVE SEALANT A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to prepare concrete surfaces and install cove sealant between horizontal and vertical surfaces as shown on Drawings. Refer to Detail 11.7 for specific requirements. B. Materials 1. Joint sealant materials shall be as specified in Section "Concrete Joint Sealants." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 23 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 2. Joint sealant material shall be compatible with traffic topping materials specified in Section "Traffic Coatings." C. Execution 1. Wall -floor intersection to be sealed shall be thoroughly cleaned by sandblasting to remove all contaminants and foreign material. 2. Entire Work area shall then be cleaned with compressed air to assure that all loose particles have been removed and that intersection is dry. 3. Properly prepared intersection shall be coated evenly and completely with joint primer material on each of intersecting faces in accordance with sealant manufacturer's recommendations. 4. After primer has cured, apply cove sealant to intersection such that sealant extends 0.75 in. onto each of intersecting faces. 5. Work cove sealant into joint so that all air is removed and tool to concave shape such that minimum throat dimension of no less than 0.5 in. is maintained. 6. Remove excess sealant and allow to cure. 7. Apply sealant on horizontal and vertical surfaces where shown on Drawings in even layers in strict accordance with manufacturer's recommendations. Sealant material and associated reference specifications are listed in Work Item "Cove Sealant," Article "Materials," above for traffic topping coating materials and installation requirements. WI 16.0 TRAFFIC TOPPING - VEHICULAR A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals, including installation of joint sealant materials, necessary to prepare existing floor surface and/or patches, install traffic topping as shown on Detail Series 16.0. Coating of all vertical surfaces within Work area, and traffic markings shall be incidental to installation of traffic topping, unless otherwise noted. B. Materials 1. Approved Heavy Duty materials for use in this Work are as specified in Section "Traffic Coatings." Use trowel grade to obtain mil thickness on vertical surfaces. C. Execution 1. Floor surface preparation shall be performed by coating system applicator or under its direct supervision. Shotblast surface preparation is required for floors. 2. Traffic topping shall be installed by licensed applicators in strict accordance with manufacturer's recommendations and referenced specification section listed in Work Item "Traffic Topping - Vehicular," Article "Materials," above. Crack, joint and cove preparation, including installation of crack, joint, and cove sealant material and coating of all vertical surfaces is incidental to traffic topping work. 3. Coating system shall be thoroughly cured and traffic markings completed prior to returning work areas to service. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 24 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 16.2 TRAFFIC TOPPING — PEDESTRIAN /STAIRWAY A. Refer to Work Item "Traffic Topping - New for scope of Work, materials and procedure associated with this Work Item, "Floor Preparation - Traffic Topping Removal" as incidental to this Work Item, and Detail Series 3.0 /Detail 16.2 for specific requirements. WI 16.3 TRAFFIC TOPPING - REPAIR A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to prepare surface of concrete patches and /or adjacent previously traffic topped areas, and install traffic topping on prepared concrete and existing traffic topping. Refer to Detail 16.2 for specific requirements. B. Materials 1. Traffic topping repair material shall be compatible with existing system. Obtain written approval from traffic topping manufacturer that surface is acceptable for installing new coating before beginning Work. C. Execution 1. Preparation of new concrete patches and /or existing floor slab shall be in strict accordance with manufacturer's recommendations and Section "Traffic Coatings." 2. Completely solvent wash all existing traffic coating that is bonded to existing concrete slab. 3. All loose existing coating shall be removed and exposed concrete surfaces prepared in accordance with manufacturer's requirements. See Section "Traffic Coatings." WI 16.4 TRAFFIC TOPPING — RECOAT TURN BAYS AND RAMPS A. Refer to Work Item "Traffic Topping" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 16.2 for specific requirements. WI 16.5 TRAFFIC TOPPING — RECOAT BUILDING ENDS A. Refer to Work Item "Traffic Topping" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 16.2 for specific requirements. WI 16.6 TRAFFIC TOPPING — RECOAT CURBS A. Refer to Work Item "Traffic Topping" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 16.2 for specific requirements. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 25 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 16.7 TRAFFIC TOPPING — RECOAT CONSTRUCTION JOINTS A. Refer to Work Item "Traffic Topping" for scope of Work, materials and procedure associated with this Work Item. Prepare floor surface by grinding per Work Item 2.6. Refer to Detail 16.2 for specific requirements. WI 40.0 MISCELLANEOUS METALS WI 40.7 METAL WORK — MODIFY ENCLOSURE A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, shoring and jacking, cutting, welding, glass removal, resealing glass, reinstallation of glass, preparation and painting of metal, supervision and incidentals necessary to modify the posts, remove existing bottom steel tube, replace bottom steel tube at base of the elevator lobby enclosure. Refer to Details 3.9 and 3.9.1 for specific requirements. B. Materials 1. Structural steel tube shall be ASTM A500 steel. 2. Anchor nuts, bolts and washers shall be stainless steel. C. Execution 1. Contractor shall locate and mark Work areas and verify location with Engineer. 2. Materials are listed in Article "Materials," above. WI 41.0 ARCHITECTURAL WI 41.2 ARCHITECTURAL — REMOVE /REPLACE ALUMINUM STAIR TREAD A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, cutting, supervision and incidentals necessary to remove the existing aluminum stair treads and replace stair tread full width between the metal stair side plates. Install cove sealant along all front and sides of stair thread and along each side of the vertical interface between the riser and stringer side plates or concrete wall. Cove sealant incidental to this work item. Refer to Detail 11.7 for specific req uirements. B. Materials 1. Aluminum stair tread with abrasive surfaces to match existing stair tread.. C. Execution 1. Contractor shall locate and mark Work areas and verify location with Engineer. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 26 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 2. Materials are listed in Article "Materials," above. WI 41.15 ARCHITECTURAL — REMOVE /REPLACE STRINGER SIDE PLATES A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, cutting, welding, preparation and painting of metal, supervision and incidentals necessary to remove /reinstall the existing stair guardrail /handrail, remove and replace the metal stair stringer side plates from stair landing to intermediate stair landing. B. Materials 1. Structural steel plate shall be ASTM A36 steel. 2. Anchor nuts, bolts and washers shall be stainless steel. C. Execution 1. Contractor shall locate and mark Work areas and verify location with Engineer. 2. Match stringer side plate layout, configuration and anchorage as existing. 3. Remove and reinstall existing stair guardrail /handrail matching existing. WI 45.0 PAINTING WI 45.1 PAINT TRAFFIC MARKINGS A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate, layout and paint parking markings: stall stripes, traffic arrows, crosswalks, accessible stall access aisles, curbs, symbols, stop bars and all other existing pavement markings. 2. Traffic markings shall match all existing marks and provided at same locations. B. Materials 1. Approved materials for use in this Work are as specified in Section "Pavement Marking." 2. Painting materials shall match existing material, texture and color for appropriate substrate. C. Execution 1. Contractor shall prepare drawing of existing parking layout and graphics in repair areas where overall stripping will be obliterated prior to starting repairs. Contractor shall note stall width, angle of parking, directional traffic arrows and all other existing pavement markings. 2. Contractor shall submit striping plan for Engineer's record. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 27 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. Where existing pavement markings conflict with new striping layout, remove conflicting pavement markings as indicated in Section "Pavement Marking." 4. Contractor shall locate and layout Work areas as indicated and shall match existing pavement markings, except as directed otherwise by Engineer. 5. Paint materials and associated referenced specifications are listed in Work Item "Pavement Markings" Article "Materials," above. Procedures shall be in accordance with referenced specifications. WI 45.4 PAINT DOORS AND FRAMES A. Refer to Work Item "Paint Structural Steel" for scope of Work, materials and procedure associated with this Work Item. WI 45.5 PAINT ELEVATOR ENCLOSURE A. Refer to Work Item "Paint Structural Steel" for scope of Work, materials and procedure associated with this Work Item. WI 45.6 PAINT STAIR TOWER STRINGER SIDE PLATES A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to contain, with full height barriers, sandblasting debris and paint during operations and prepare, prime and paint all structural steel and miscellaneous metal items as located on Drawings. B. Materials 1. Universal Primer: Sherwin Williams Kem Kromik Universal Metal Primer, or approved equivalent. 2. Galvanized - Material Coating: Sherwin Williams Galvite HS, or approved equivalent. 3. Sherwin Williams Steel MasterTM 9500 Coating, B56 -300 Series or approved equivalent. 4. Match existing and adjacent surfaces color and texture. C. Execution 1. Contractor shall locate and verify with Engineer all Work areas. 2. Contractor shall verify color selection with Owner prior to start of Work. Contractor shall provide color selection chart and shop drawing drawdowns for Engineer's approval. 3. Contractor shall take all necessary measures to contain, with full height barriers, sandblasting debris and paint to immediate Work area to protect public from injury and vehicles and public property from damage. Full enclosure of work space to adjacent areas is required. 4. Contractor shall take all necessary measures to protect adjacent surfaces from sandblasting 5. Contractor shall solvent clean any surface area with oil or grease build -up prior to receiving sandblast preparation in accordance with SSPC -SP1. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 28 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 6. Contractor shall sandblast all surfaces with surface corrosion to near -white metal blast cleaning in accordance with SSPC -SP10. 7. Contractor shall air blast and remove all debris from Work area prior to application of primer or paint. 8. Contractor shall apply primer to all sandblasted metal surfaces on same day (within 8 hrs) as sandblast operations. Apply primer in strict accordance with manufacturer's recommendations. At galvalnized metals Contractor shall provide specificed galvanized - material coating in lieu of primer. 9. Contractor shall apply paint in accordance with referenced specification section listed in Work Item "Paint Structural Steel," Article "Materials," above. WI 45.7 PAINT STAIR TOWER INTERIOR A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate, layout and paint existing concrete walls, ceilings, beams and other surfaces within the stair towers. B. Materials 1. Sherwin Williams Loxon A24W300 Exterior Masonry Acrylic Primer. 2. Sherwin Williams A -100 Exterior Latex Satin Finish A82 Series. a. Two finish coats over primer. b. Paint color shall match existing, and shall be approved by Owner. C. Execution 1. Contractor shall locate and layout Work areas. 2. Contractor shall prepare surface to be painted /repainted in accordance with manufacturer's recommendations. 3. Contractor shall apply paint in accordance with referenced specification section listed in Work Item "Paint Concrete," Article "Materials," above and manufacturer's recommendations. 4. Clean and paint interior stair tower concrete walls, ceiling and beams throughout. WI 45.8 COAT STAIR TOWER WALL A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate, prepare, patch blemishes and coat existing concrete walls where stone panels have been removed on the face of the stair towers between Grid Lines J and K. B. Materials 1. Thorocoat by BASF, texture and color selected by Owner. a. Two finish coats over primer. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 29 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 b. Paint color shall match existing, and shall be approved by Owner. 2. Equivalent coating system meeting Thorocoat ASTM standards and properties. C. Execution 1. Contractor shall locate and layout Work areas. 2. Contractor shall prepare /sandblast surface to be coated in accordance with manufacturer's recommendations. 3. Contractor shall prepare and patch surface of concrete wall to provide uniform surface. 4. Contractor shall apply coating in accordance with manufacturer's recommendations. WI 72.0 STRUCTURAL FRAME REPAIR WI 72.2 CONCRETE BEAM REPAIR — PARTIAL DEPTH A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals including shoring necessary to locate existing spalls, locate and remove delaminated and unsound concrete, prepare cavities and install patching materials to restore concrete beams and joists to original condition and appearance. Refer to Detail Series 72.2 for specific requirements. B. Materials 1. Trowel applied patching material shall be as specified in Section "Trowel Applied Mortar." This material may be used for shallow removal and repair Work Items only. C. Execution 1. Contractor shall locate and mark all Work areas as specified in Section "Surface Preparation for Patching," Article "Inspection." Contractor shall identify all critical repair work areas prior to start of work. Engineer /Architect shall verify critical repair area identification. 2. Procedure for delaminated, spalled and unsound concrete removal shall be as specified in Section "Surface Preparation for Patching," Article "Preparation." 3. Engineer /Architect shall inspect all cavities for condition according to Section "Surface Preparation for Patching," Article "Inspection of Repair Preparation." 4. All steel exposed within cavities shall be cleaned to bare metal by sandblasting according to Section "Surface Preparation for Patching," Article "Cleaning of Reinforcement within Delamination and Spall Cavities," and damaged and defective reinforcement replaced as specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas." Exposed steel shall be epoxy coated with an approved epoxy resin as specified in Work Item "Concrete Reinforcement." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 30 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 5. Contractor shall prepare cavities for patch placement as specified in Section "Surface Preparation for Patching," Article "Preparation of Cavity for Patch Placement." 6. Repairs in critical areas shall be performed in accordance with Section "Shotcrete" or cast in place in accordance with Section "Latex Modified Concrete and Mortar." Shoring support shall be provided as necessary and in accordance with Work Item "Concrete Shores and Reshores." 7. Patch materials and associated reference specifications for patches in non- critical areas are listed in Work Item Article "Materials," above. Patch installation procedures shall be in accordance with referenced specifications for selected material. 8. Contractor shall take care to protect adjacent areas from overspray if Section "Shotcrete" is used. Area adjacent to repair shall be cleaned to Owner's satisfaction prior to leaving site. WI 73.0 FLASHING AND WEEPS WI 73.1 CLOSURE FLASHING A. Scope of Work 1. This work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to install closure flashing. Refer to Detail 73.1 for specific requirements. B. Materials 1. Metal flashing shall be as specified in Section "Sheet Metal Flashing and Trim." C. Execution 1. Contractor shall remove facade elements as required to access locations of flashing installation. 2. Install new flashing, anchored as shown on the Detail. 3. Flashing shall be continuous, and joints and laps in individual flashing sections shall be fabricated so they are water tight. WI 73.7 FLASHING AT PC PANELS A. Scope of Work 1. This work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary wall flashing. Refer to Detail 73.7 for specific requirements. B. Materials 1. Metal flashing shall be as specified in Section "Sheet Metal Flashing and Trim." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 31 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. Execution 1. Contractor shall remove facade elements as required to access locations of flashing installation. Facade element removal and installation of flashing in sections may be required to allow support of facade elements above flashing installation location. 2. Install new wall flashing, anchored as shown on the Detail. 3. End dams shall be provided to prevent water from running off the flashing ends. 4. Flashing shall be continuous, and joints and laps in individual flashing sections shall be fabricated so they are water tight. WI 74.0 JOINT AND SEALANT REPAIR WI 74.1 CONTROL JOINTS (VERTICAL) A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate existing control joints, remove existing flexible joint sealant material and filler /backing materials, prepare substrate, including removal of any debris /material within the joint, and install new backer rod, bond breaker and flexible joint sealant material. Refer to Detail 74.1 for specific requirements. B. Materials 1. Backer rods, sealants and bond breaker tape shall be as specified in Section "Joint Sealants." C. Execution 1. Contractor shall locate and mark all isolation joints requiring placement as detailed on Drawings. 2. Contractor shall remove existing joint sealant and filler /backing material. Care shall be taken not to damage adjacent masonry or architectural features. 3. Any debris /material within the full depth of the isolation joint shall be removed. 4. Joint shall be thoroughly cleaned by grinding to remove all mortar, residual joint filler material, joint sealant material, and unsound brick and /or masonry. Joint shall be air blasted to remove remaining debris. 5. Damage to surrounding brick shall be repaired by Contractor at no cost to Owner. 6. Contractor shall install new backer rod and joint sealant in accordance with Details and manufacturer's recommendations. 7. Adjoining masonry surfaces on both sides of joint shall be protected /masked prior to sealing joint. Remove protection /masking material upon completion of sealing joint. 8. Sealed joints shall be neat in appearance. Poorly sealed or improperly sealed joints shall be removed and replaced at Contractor's expense. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 32 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 74.2 CONTROL JOINT (HORIZONTAL) AT SHELF ANGLE A. Refer to Work Item "Control Joint (Vertical)" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 74.2 for specific requirements. WI 74.7 CAPSTONE SEALANT REPLACEMENT A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate existing capstone joints, remove existing flexible joint sealant material and backer rod, prepare substrate and install flexible joint sealant material (including backer rod and bond breaker where indicated). Refer to Detail 74.7 for specific requirements. B. Materials 1. Backer rods, sealants and bond breaker tape shall be as specified in Section "Joint Sealants." C. Execution 1. Contractor shall locate and mark all joints requiring replacement as detailed on Drawings. 2. Contractor shall remove existing joint sealant and backer rod. Care shall be taken not to damage adjacent masonry or architectural features. 3. Joint shall be thoroughly cleaned by grinding to remove all mortar, residual joint filler material, joint sealant material, and unsound capstone material. Joint shall be airblasted to remove remaining debris. 4. Unnecessary damage to surrounding wall assembly shall be repaired by Contractor at no cost to Owner. 5. Contractor shall install new joint sealant in accordance with Details and manufacturer's recommendations. 6. Adjoining masonry surfaces on both sides of joint shall be covered with tape prior to sealing joint. Remove tape upon completion of sealing control joint. 7. Sealed joints shall be neat in appearance. Poorly sealed or improperly sealed control joints shall be removed and replaced at Contractor's expense. WI 74.9 COVE SEALANT A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to prepare surfaces and install cove sealant between adjacent surfaces as shown on Drawings. Refer to Detail 74.9 for specific requirements. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 33 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Materials 1. Joint sealant materials shall be as specified in Section "Joint Sealants." C. Execution 1. Intersection to be sealed shall be thoroughly cleaned by grinding to remove all contaminants and foreign material. 2. Entire Work area shall then be cleaned with compressed air to assure that all loose particles have been removed and that intersection is dry. 3. Properly prepared intersection shall be coated evenly and completely with joint primer material on each of intersecting faces in accordance with sealant manufacturer's recommendations. 4. After primer has cured, apply cove sealant to intersection such that sealant extends 0.75 in. onto each of intersecting faces. 5. Work cove sealant into joint so that all air is removed and tool to concave shape such that minimum throat dimension of no less than 0.5 in. is maintained. 6. Remove excess sealant and allow to cure. 7. Sealant material and associated reference specifications are listed in Work Item "Cove Sealant," Article "Materials," above. WI 75.0 SHELF ANGLES /LINTELS WI 75.3 REMOVE AND REPLACE SHELF ANGLE A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to fabricate and install new shelf angle to match existing. This work item applies when existing angle is determined to be defective and requires replacement. Refer to Detail Series 75.3 for specific requirements. B. Materials 1. Steel shelf angles (where indicated) shall be ASTM A36 structural steel, hot dip galvanized per ASTM A123/A123M for galvanizing steel products AFTER all drilled holes and fabrication. C. Execution 1. At locations where existing shelf angle is defective because of excessive corrosion and section loss, fabricate replacement shelf angle to match existing. 2. Measure existing angle and conditions at existing angle attachment location on building. Fabricate angle with holes, miters and cuts to best match existing angle and to fit angle attachment location. 3. Perform all fabrication prior to hot dip galvanizing (where required) or painting. 4. Install new angle on existing attachment points. 5. If existing attachment points are defective, install replacement anchor per applicable Work Item. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 34 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 6. All shelf angle bolts, shims, nuts, washers and attachment hardware required to install new angle shall be type 304 stainless steel to match finish of shelf angle, and is incidental to this work. WI 76.0 CRACK REPAIR AND TUCKPOINTING WI 76.3 ROUT AND SEAL STONE PANEL JOINTS A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to grind back mortar joints in existing masonry work, and install joint sealants. Refer to detail 76.4 for specific requirements. B. Materials 1. See Section "Stone Repair" for mortar materials. C. Execution 1. Contractor shall locate and mark all Work areas. Engineer /Architect shall verify locations prior to start of Work. 2. Joints to be routed and sealed shall be cut back to depth of 0.75 in. Use mechanically operated blades only to perform cutting. Joint at back of cut shall have square shoulder. Remove all mortar from upper and lower surfaces and sides of mortar joint being prepared. 3. Contractor shall clean all ground mortar joints using compressed air to remove all dust, dirt, and laitance. 4. Install backer rod or bond breaker tape to form a properly configured joint, and to prevent three -sided adhesion of sealants. 5. Install sealants into prepared joint. 6. Tool joints concave. 7. Dispose of all accumulated material and leave premises in clean condition. 8. Clean excess sealant materials from adjacent surfaces. 9. Unnecessary damage to surrounding brick shall be repaired by Contractor at no cost to Owner. WI 81.0 STONE FACADE WI 81.1 REMOVE AND RESET STONE A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to remove existing stone units from the building facade, store and protect stones during building repairs, and reinstall the stones to their original building location in a square and plumb "like original" condition. See Detail Series 81.1 for specific requirements. 2. Work includes removing existing mild steel stone anchors, and installing new stainless steel stone anchors for stones removed and reset on the building, as ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 35 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 well as removing and replacing stone anchors for adjacent stone units remaining on the building that are uncovered during stone removal operations. Contractor is responsible for maintaining stability of stones remaining in place on the building while existing anchors are removed and replaced with stainless steel anchors. B. Materials /Equipment 1. Materials required for stone removal /resetting are as specified in Section "Stone Repairs ". 2. Any new stone required during execution of this work shall be as specified in Section "Stone Repairs ". 3. Use of material handling slings and clamps with secondary safety line to prevent falling material hazards are encouraged. C. Execution 1. Contractor shall locate and verify with Engineer /Architect all stones for removal. 2. All stones and building elements shall be adequately secured and stabilized during construction operations. 3. Contractor shall temporarily stop pedestrian traffic under work areas where stones are being actively hoisted overhead. 4. Stone removal and resetting shall be completed in conjunction with other building restoration work, including, but not limited to: shelf angle cleaning and painting, building frame and infill repairs, parapet through -wall flashing installation. 5. The stones with the most existing damage shall be used for Dutchman repairs. Install new stone per Work Item "Install New Stone ". WI 81.2 INSTALL NEW STONE A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to provide properly cut, fabricated and prepared replacement stone unit for installation to the building facade. This work item is for providing stone only, payment for removal of existing stone, resetting replacement stone, all new stone anchors and associated work shall be paid for under applicable work item. 2. This work item consists of providing one replacement unit. Replacement of smaller face stones or smaller similar non - ornamental stone units will be subject to a reasonable credit from the Contractor to the Owner. 3. Providing replacement stone units with intricate carving or inscriptions is not part of this work item. 4. It is the intent of the Owner to minimize stone replacement work. Every reasonable effort shall be made by the contractor to preserve existing stone, and simply remove and reset existing stone, rather than replacing it with new stone. 5. See Detail 81.1 Similar. B. Materials 1. Stone shall be as specified in Section "Stone Repairs ". ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 36 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. Execution 1. Contractor shall locate and verify with Engineer /Architect all existing stone units for replacement. 2. Submit stone sample to Owner for approval prior to ordering materials. 3. Removal of existing stone, preparing of building facade location to accept stone, and installation of new stone, including all new stone anchors shall be paid for under other Work Items. WI 81.3 REANCHOR STONE A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to install supplemental anchors in existing stone, all new stone anchors and associated work shall be paid for under applicable work item. 2. This work item consists of reanchoring unit. See Detail 81.3 Similar. B. Materials 1. Stone shall be as specified in Section "Stone Repairs ". C. Execution 1. Contractor shall locate and verify with Engineer /Architect all existing stone units for reanchoring. 2. Point stone anchor holes with repair mortar to match existing stone. 3. Clean adjacent areas of dust and debris for repairs. WI 81.4 REPLACE PANEL SHIMS A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to remove existing corroded ferrous metal shims from under stone units on the building facade, temporarily support the panel and install new non - corrodible shims. See Detail Series 81.4 for specific requirements. 2. Work includes removing existing mild steel stone shims, and installing new structural plastic shims in the place of the corroded shims. Contractor is responsible for maintaining stability of stones remaining in place on the building while shims are removed and replaced. B. Materials /Equipment 1. Materials required for stone removal /resetting are as specified in Section "Stone Repairs ". C. Execution 1. Contractor shall locate and verify with Engineer /Architect all stones for shim replacement. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 37 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 2. All stones shall be adequately secured and stabilized during construction operations. 3. Contractor shall temporarily stop pedestrian traffic under work areas where stones are being repaired overhead. WI 81.5 REMOVE STONE A. Scope of Work 1. This work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and remove and salvage stone identified. B. Materials (Not used) C. Procedure 1. Contractor shall locate remove stones identified on the drawings without damage to existing stones. Removal of adjacent stones to facilitate removal and installation of supplemental anchors to support existing stone to remain is incidental to the Work. 2. Protect surrounding areas. 3. Replace /repair adjacent materials damages during removal. 4. Salvage stone shall become the property of the Owner and be palletized and moved to Owner designated storage, unmless otherwise directed by Owner. WI 81.7 CRACK INJECTION A. Scope of Work 1. This work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and repair cracked stone determined to be salvageable by injection. Refer to Detail 81.7 for specific requirements. B. Materials 1. Adhesive repair materials shall be as specified in Section "Stone Repairs ". 2. Submit samples of material, and demonstrate repair techniques for mock up approval prior to attempting repairs. C. Procedure 1. Contractor shall locate and mark cracked panels for engineers review prior to proceeding with repair. Engineer will be reviewing the panel to determine if the crack is affecting the panel overall or its anchorage only. 2. Protect surrounding stone from excess adhesive. 3. Inject crack to obtain full penetration of crack with adhesive 4. Remove any excess adhesives prior to reinstallation. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 38 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 WI 81.8 STONE PATCHING A. Scope of Work 1. This work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and repair small areas of cracked and spalled stone. Refer to Detail 81.8 for specific requirements. B. Materials 1. Adhesive repair materials shall be as specified in Section "Stone Repairs ". 2. Pins and dowels shall be type 316 stainless steel threaded rod, or approved equivalent pinning material. 3. Submit samples of material, and demonstrate repair techniques for mock up approval prior to attempting repairs. C. Execution 1. Contractor shall locate and mark cracked and spalled stone for engineer's review prior to proceeding with repair. Engineer will review repair locations to assist with determining appropriate repair technique. 2. Clean area to receive patch thoroughly. Do not damage surrounding area. 3. Install all pins or anchoring materials as shown on repair Detail. 4. Install approved patch material to completely fill stone defect, and form repair surface to match original design surface. WI 83.0 CONCRETE /CAST STONE FACADE WI 83.4 PRECAST CONCRETE PATCHING A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate existing spalls, locate and remove delaminated and unsound concrete, prepare cavities and place patching materials to restore concrete units to original condition and appearance. Refer to Detail 83.4 for specific requirements. B. Materials 1. Regardless of repair material installation method, color match of repair material to original surrounding material is required to the satisfaction of the Owner. a. Sample patch installation for color /appearance match is required, with approval by Owner. b. Use of white cement, cement past dyes, specialty aggregates may be required to match finished repair material to surrounding original material. 2. Trowel applied patching material shall be as specified in Section "Trowel Applied Mortar." This material may be used for shallow removal and repair Work Item only. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 39 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. Form and pour and /or form and pump techniques are acceptable using bag mix repair material from suppliers noted in section "Trowel Applied Mortar" that is suitable for this type of application /repair technique. C. Execution 1. Contractor shall locate and mark all Work areas as specified in Section "Surface Preparation for Patching," Article "Inspection." 2. Procedure for delaminated, spelled and unsound concrete removal shall be as specified in Section "Surface Preparation for Patching," Article "Preparation." 3. Engineer /Architect shall inspect all cavities for condition according to Section "Surface Preparation for Patching," Article "Inspection of Repair Preparation." 4. All steel exposed within cavities shall be cleaned to bare metal according to Section "Surface Preparation for Patching," Article "Cleaning of Reinforcement within Delamination and SpaII Cavities," and damaged and defective reinforcement replaced as specified in Section "Surface Preparation for Patching," Article "Reinforcement and Embedded Materials in Repair Areas." 5. Exposed steel shall be coated with an approved corrosion resistant coating. 6. Contractor shall prepare cavities for patch placement as specified in Section "Surface Preparation for Patching," Article "Preparation of Cavity for Patch Placement." 7. Patch materials and associated reference specifications are listed in Work Item "Trowel Applied Mortar," Article "Materials," above. Patch installation procedures shall be in accordance with referenced specifications for selected material. WI 95.0 DOORS AND WINDOWS WI 95.1 DOOR PERIMETER SEALANTS A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to remove existing joint sealant, prepare substrates and reseal failed sealant locations between window frame and facade. See Detail 95.1 for specific requirements. B. Materials 1. Sealants shall be as specified in Section "Joint Sealants." C. Execution 1. Contractor shall locate and mark all locations requiring resealing as detailed on Drawings. 2. Contractor shall remove existing joint sealant. Care shall be taken not to damage adjacent facade, window components or other surrounding features. 3. Joint shall be thoroughly cleaned by grinding to remove all debris, residual joint filler material and joint sealant material. Joint shall be air blasted to remove remaining debris after preparation. 4. Unnecessary damage to surrounding elements shall be repaired by Contractor at no cost to Owner. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 40 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 5. Contractor shall install new joint sealant in accordance with Details and manufacturer's recommendations. 6. Sealed joints shall be neat in appearance. Poorly sealed or improperly sealed joints shall be removed and replaced at no additional cost to Owner. WI 96.0 ROOFING AND COPING WI 96.1 INSTALL METAL COPING — PARAPET A. Scope of Work 1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to remove /cut off existing railing /guard on top of wall, install coping assembly and related counterflashing /metal -work, and re- install railing /guard to its original position. Localized cleaning and painting of existing railing /guard is required at weld locations. Refer to Detail 96.1 for specific requirements. 2. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to install coping assembly and related counterflashing /metal -work on top of existing wall. Refer to Detail 96.1 for specific requirements. B. Materials 1. Coping and flashing shall be as specified in Section "Flashing and Sheet Metal." a. All joints in coping and flashing shall be as shown on the details or if contractor uses prefabricated, proprietary units, joints must meet specifications of section "Sheet Metal Flashing and Trim." Contractor must also submit details of joints and terminations of proprietary systems, if approved for use. C. Execution 1. Contractor shall remove existing railing as required to facilitate installation of coping and flashing with a minimum of seams and joints. Protect all adjacent areas from damage during cutting operations. 2. Coping shall be installed as shown on the Drawings and Details per Section "Flashing and Sheet Metal ". Corner pieces shall be fabricated to provide continuous coping at corners. 3. Owner shall give final approval of color of coping and flashing. END OF SECTION 020000 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. WORK ITEMS 020010 - 41 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 020300 - SURFACE PREPARATION FOR PATCHING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes the provision of all labor, materials, equipment, supervision and incidentals necessary to locate and remove all delaminated and unsound concrete and preparation of cavities created by removal to receive patching material and preparation of existing surface spells and potholes to receive patching material. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 3 Section "Latex Modified Concrete and Mortar" 2. Division 3 Section "Silica Modified Concrete" 3. Division 3 Section "Shotcrete" 4. Division 3 Section "Trowel Applied Mortar" 1.3 REFERENCES A. "Specifications for Structural Concrete for Buildings" (ACI 301) by American Concrete Institute, herein referred to as ACI 301, is included in total as specification for this structure except as otherwise specified herein. B. Comply with provisions of following codes, specifications and standards except where more stringent requirements are shown on Drawings or specified herein: 1. "Guide for Repair of Concrete Bridge Superstructures" (ACI 546.1), American Concrete Institute. PART 2 - PRODUCTS (NOT APPLICABLE) ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SURFACE PREPARATION FOR PATCHING 020300 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 PART 3 - EXECUTION 3.1 INSPECTION A. Floor Slabs: 1. Floor slab delaminations: locate by sounding surface with hammer, rod, or chain drag. 2. When delaminated area is struck, distinct hollow sound is heard. 3. Contractor: sound all designated floors for delaminations. 4. Certain structural systems that contain thin slab thicknesses with Welded Wire Reinforcement or other small diameter reinforcing, such as waffle slab or precast tees, may have significant deterioration without evidence of delaminations. These structural systems require qualified personnel to provide additional inspections, primarily visual in nature, to define the extent of deterioration. 5. Contractor: Visually inspect thin slab thicknesses with small diameter reinforcing for deterioration. B. Vertical and Overhead Surfaces: 1. Vertical and overhead surface delaminations: locate by sounding appropriate member with hammer or rod. 2. Cracks, usually horizontal in orientation along beam faces, and vertical in orientation near column corners are indicators of delaminated concrete. 3. Contractor: sound only vertical and overhead surfaces that show evidence of cracking and /or salt and water staining. C. Delaminated areas, once located by Contractor, shall be further sounded to define limits. Mark limits with chalk or paint. D. Contractor: locate spells by visual inspection and mark boundaries with chalk or paint after sounding surface. E. Engineer will define and mark additional unsound concrete areas for removal, if required. F. Areas to be removed shall be as straight and rectangular as practical to encompass repair and provide neat patch. G. Contractor: Locate and determine depth of all embedded REINFORCEMENT, POST - TENSIONING TENDONS, and ELECTRICAL CONDUIT in repair area and mark these locations for reference during concrete removal. Do NOT nick or cut any embeds unless approved by Engineer. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SURFACE PREPARATION FOR PATCHING 020300 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3.2 PREPARATION A. Temporary shoring may be required at concrete floor repair areas exceeding 5 sq ft and at any beam, joist, or column repair. Contractor: Review all marked removal and preparation areas and request clarification by Engineer of shoring requirements in questionable areas. Shores shall be in place prior to concrete removal and cavity preparation in any area requiring shores. B. Delaminated, spelled and unsound concrete floor areas: mark boundaries. All concrete shall be removed from within marked boundary to minimum depth of 0.75 in. using 15 to 30 Ib chipping hammers equipped with chisel point bits. When directed by Engineer, chipping hammers less than 15 Ib shall be used to minimize damage to sound concrete. If delaminations exist beyond minimum removal depth, chipping shall continue until all unsound and delaminated concrete has been removed from cavity. C. Where embedded reinforcement or electrical conduit is exposed by concrete removal, exercise extra caution to avoid damaging it during removal of unsound concrete. If bond between exposed embedded reinforcement and adjacent concrete is impaired by Contractor's removal operations, Contractor shall perform additional removal around and beyond perimeter of reinforcement for minimum of 0.75 in. along entire length affected at no cost to Owner. D. If rust is present on embedded reinforcement where it enters sound concrete, additional removal of concrete along and beneath reinforcement required. Additional removal shall continue until non - rusted reinforcement is exposed, or may be terminated as Engineer directs. E. Sawcut to depth of 0.75 in. into floor slab, unless otherwise noted. For vertical and overhead surfaces marked boundary may be sawcut, ground or chipped to depth of 0.5 in. to 0.625 in. into existing concrete, measured from original surface. All edges shall be straight and patch areas square or rectangular- shaped. Diamond blade saw or grinder with abrasive disk suitable for cutting concrete is acceptable for performing work. Edge cut at delamination boundary shall be dressed perpendicular to member face. It shall also be of uniform depth, for entire length of cut. Exercise extra caution during sawcutting to avoid damaging existing reinforcement (ESPECIALLY POST - TENSIONING TENDONS AND SHEATHING) and electrical conduit and any other embedded items near surface of concrete. Any damage to existing reinforcement, post- tensioning tendons or sheathing during removals shall be repaired by Contractor with Engineer- approved methods at no additional cost to Owner. 3.3 INSPECTION OF REPAIR PREPARATION A. After removals are complete, but prior to final cleaning, cavity and exposed reinforcement shall be inspected by Contractor and verified by Engineer for compliance with requirements of this Section. Where Engineer finds unsatisfactory cavity preparation, Engineer shall direct Contractor to perform additional removals. Engineer shall verify areas after additional removals. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SURFACE PREPARATION FOR PATCHING 020300 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Contractor shall inspect embedded reinforcement and conduits exposed within cavity for defects due to corrosion or damage resulting from removal operations. Contractor shall notify Engineer of all defective and damaged reinforcement or conduits. Replacement of damaged or defective reinforcement or conduits shall be performed according to this Section and as directed by Engineer. 3.4 REINFORCEMENT AND EMBEDDED MATERIALS IN REPAIR AREAS A. All embedded reinforcement exposed during surface preparation that has lost more than 25% (15% if 2 or more consecutive parallel bars and /or tendons are affected) of original cross - section due to corrosion shall be considered DEFECTIVE. All non - defective exposed reinforcement that has lost section to extent specified above as direct result of Contractor's removal operations shall be considered DAMAGED. B. Embedded materials including, but not limited to, electrical conduit, corrosion protection systems and snow /ice melting equipment shall be protected by Contractor during removal operations. Damage due to removal operations shall be repaired by Contractor in accordance with national code requirements at no cost to Owner. Embedded materials which are defective due to pre- existing conditions may be repaired or replaced by Contractor or abandoned at Owner's option and cost. C. Supplement defective or damaged embedded reinforcement by addition of reinforcement of equal diameter with Class "B" minimum splice per ACI 318 beyond damaged portion of reinforcement. Secure new reinforcement to existing reinforcement with wire ties and /or approved anchors. Supplemental reinforcement shall be ASTM A615 Grade 60 steel installed in accordance with Section "Cast -in -Place Concrete." Tendon supplement or repair materials, when applicable, shall be as required by Section "Work Items." D. Loose and supplemental reinforcement exposed during surface preparation shall be securely anchored prior to patch placement. Loose reinforcement shall be adequately secured by wire ties to bonded reinforcement or shall have drilled -in anchors installed to original concrete substrate. Drilled -in anchors shall be Powers "Tie -Wire Lok -Bolt" anchors, ITW Ramset/Red Head "TW- 1400" anchor, or approved equivalent. Supplemental reinforcing needed to be held off substrate shall be adequately secured by drilled -in anchors installed to original concrete substrate with Powers "Tie -Wire Spike ", ITW Ramset /Red Head Redi -Drive "TD4 -112" anchors, or approved equivalent. Engineer will determine adequacy of wire ties and approve other anchoring devices prior to their use. Securing loose and supplemental reinforcement is incidental to surface preparation and no extras will be allowed for this Work. E. Concrete shall be removed to provide minimum of 3/4 in. clearance on all sides of defective or damaged exposed embedded reinforcement that is left in place. Minimum of 1.5 -in. concrete cover shall be provided over all new and existing reinforcement. Concrete cover over reinforcement may be reduced to 1 in. with Engineer's approval if coated with an approved epoxy resin. F. Supplemental reinforcement and concrete removals required for repairs of defective or damaged reinforcement shall be paid for as follows: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SURFACE PREPARATION FOR PATCHING 020300 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1. Concrete removals and supplemental reinforcement required for repairs of DEFECTIVE reinforcement shall be paid for by Owner at unit price bid. 2. Concrete removals and supplemental reinforcement required for repairs of DAMAGED reinforcement shall be paid for by Contractor. 3.5 CLEANING OF REINFORCEMENT WITH DELAMINATION AND SPALL CAVITIES A. All exposed steel shall be cleaned of rust to bare metal by sandblasting. Cleaning shall be completed immediately before patch placement to insure that base metal is not exposed to elements and further rusting for extended periods of time. Engineer may require entire bar diameter be cleaned. B. After all sandblasting operations and cleanup are completed, paint all exposed steel with an approved epoxy. Protect prepared surfaces from damage prior to and during patch placement. 3.6 PREPARATION OF CAVITY FOR PATCH PLACEMENT A. Cavities will be examined prior to commencement of patching operations. Sounding surface shall be part of examination. Any delamination noted during sounding shall be removed as specified in this Section. B. Cavities shall be sandblasted. Airblasting is required as final step to remove sand. All debris shall be removed from site prior to commencement of patching. END OF SECTION 020300 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SURFACE PREPARATION FOR PATCHING 020300 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 037000 - LATEX MODIFIED CONCRETE AND MORTAR PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes the provision of all labor, materials, and equipment necessary for production and installation of latex modified concrete or mortar for patching floor spells and overlays. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 2 Section "Surface Preparation for Patching." 2. Division 7 Section "Waterproofing System." 1.3 QUALITY ASSURANCE A. Work shall conform to requirements of ACI 301 and ACI 318 except where more stringent requirements are shown on Drawings or specified in this Section. B. Testing Agency: 1. Independent testing laboratory employed by Owner and acceptable to Engineer. 2. Accredited by AASHTO under ASTM C1077. Testing laboratory shall submit documented proof of ability to perform required tests. C. Sampling and testing of concrete and mortar shall be performed by ACI certified Concrete Field Technicians Grade I. Certification shall be no more than 3 years old. D. Testing Agency is responsible for conducting, monitoring and reporting results of all tests required under this Section. Testing Agency has authority to reject concrete or mortar not meeting Specifications. E. Proportioning, production, placement and finishing of latex modified concrete or mortar shall be overseen by, and have approval of, latex manufacturer. Latex admixture supplier shall make available qualified individual experienced in placement of latex modified concrete overlays, to aid Contractor during placement of all latex modified concrete overlay. Qualification of supplier's representative shall be acceptable to Engineer. F. Contractor shall have at least three years previous experience installing latex modified concrete and shall have performed minimum of three projects of similar nature. G. Testing Agency shall submit following information for field testing of concrete unless modified in writing by Engineer: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1. Project name and location. 2. Contractor's name. 3. Testing Agency's name, address and phone number. 4. Concrete supplier. 5. Date of report. 6. Testing Agency technician's name (sampling and testing). 7. Placement location within structure. 8. Concrete mix data (quantity and type): a. Cement. b. Fine aggregates. c. Coarse aggregates. d. Water. e. Water /cement ratio. f. Latex emulsion. g. Latex emulsion per cu yd of concrete. h. Other admixtures. 9. Weather data: a. Air temperatures. b. Weather. c. Wind speed. 10. Field test data: a. Date, time and place of test. b. Slump. c. Air content. d. Unit weight. e. Concrete temperature. 11. Compressive test data: a. Cylinder number. b. Age of concrete when tested. c. Date and time of cylinder test. d. Curing time (field and lab). e. Compressive strength. f. Type of break. 1.4 REFERENCES A. American Concrete Institute (ACI): 1. ACI 214, "Recommended Practice for Evaluation of Strength Test Results of Concrete." 2. ACI 301, "Standard Specifications for Structural Concrete ." 3. ACI 302.1 R, "Guide for Concrete Floor and Slab Construction." 4. ACI 305R, "Hot Weather Concreting." 5. ACI 306R, "Cold Weather Concreting." 6. ACI 306.1, "Standard Specification for Cold Weather Concreting." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 7. ACI 318, "Building Code Requirements for Reinforced Concrete." 8. ACI 347, "Recommended Practice for Concrete Formwork." B. American Society for Testing and Materials (ASTM): 1. ASTM C31, "Method of Making and Curing Concrete Test Specimens in the Field." 2. ASTM C33, "Specification for Concrete Aggregates." 3. ASTM C39, "Test Method for Compressive Strength of Cylindrical Concrete Specimens." 4. ASTM C94, "Specification for Ready -Mixed Concrete." 5. ASTM C109, "Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. or 50 -mm Cube Specimens)." 6. ASTM C138, "Test Method for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete." 7. ASTM C143, "Test Method for Slump of Portland Cement Concrete." 8. ASTM C150, "Specification for Portland Cement." 9. ASTM C172, "Method of Sampling Freshly Mixed Concrete." 10. ASTM C173, "Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method." 11. ASTM C231, "Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method." 12. ASTM C260, "Specification for Air - Entraining Admixtures for Concrete." 13. ASTM C494, "Specification for Chemical Admixtures for Concrete." 14. ASTM C685, "Specification for Concrete Made by Volumetric Batching and Continuous Mixing." 15. ASTM C1040, "Standard Test Method for Density of Unhardened and Hardened Concrete by Nuclear Methods." 16. ASTM C1077, "Standard Practice for Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation." 17. ASTM C1218, "Sampling and Testing for Water Soluble Chloride Ion in Concrete and Concrete Raw Materials." C. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI MSP, "Manual of Standard Practice." D. Contractor shall have following ACI publications at Project construction site: 1. ACI SP -15, "Standard Specifications for Structural Concrete ACI 301 with selected ACI and ASTM References." 2. ACI 302.1 R, "Guide for Concrete Floor and Slab Construction." 3. ACI 305R, "Hot Weather Concreting." 4. ACI 306R, "Cold Weather Concreting." 5. ACI 306.1, "Standard Specification for Cold Weather Concreting." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.5 SUBMITTALS A. B. Make submittals in accordance with requirements of Division 1 of this Specification, and as herein specified. Contractor shall submit concrete mix design reviewed and approved by latex manufacturer to Engineer 2 weeks prior to placing concrete. Use mix design submittal form included at end of this Section. Proportion mix designs as defined in ACI 301, 4.2.3. Include following information for each concrete mix design: 1. Method used to determine proposed mix design (per ACI 301, 4.2.3). 2. Gradation of fine and coarse aggregates: ASTM C33. 3. Proportions of all ingredients including all admixtures added either at time of batching or at job site. 4. Water- cement ratio. 5. Slump: ASTM C143. 6. Certification of chloride content of ad 7. Air content of freshly mixed concrete 8. Unit weight of concrete: ASTM C138 9. Strength at 3 and 28 days. 10. Water soluble chloride ion content of mixtures. by pressure method, ASTM C231. concrete per ASTM C1218. C. Contractor: At pre- concrete meeting, submit procedures to protect fresh concrete from rain and hot and cold weather conditions. D. Testing Agency: Promptly report all concrete test results to Engineer, Contractor and concrete supplier. Include following information: E. F. G. 1. See Article "Quality Assurance," paragraph "Testing Agency shall submit...." 2. Weight of concrete, ASTM C138. 3. Slump, ASTM C143. 4. Air content of freshly mixed concrete by pressure method, ASTM C231 or volumetric method, ASTM C173. 5. Concrete temperature (at placement time). 6. Air temperature (at placement time). 7. Strength determined in accordance with ASTM C39. Concrete batched on -site shall be placed and finished within 30 minutes of adding water to mixture. See requirements of Division 1 Section, "Submittal Procedures," "Submittal Procedures," for limits to resubmittals. See requirements of Division 1 Section, "Submittal Procedures," "Requests for Information," for RFI constraints. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR Part 1 heading, Part 2 heading, 037000 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregates (ACI 301, Article 4.2.1): 1. Normal weight concrete aggregates: a. Coarse aggregate: Crushed and graded limestone or approved equivalent conforming to ASTM C33, Class Designation 5S. b. Fine aggregate: Natural sand conforming to ASTM C33 and having preferred grading shown for normal weight aggregate in ACI 302.1 R, Table 4.2.1. 2. Coarse aggregate: Nominal sizes indicated below, conforming to ASTM C33, Table 2: a. 0.375 in. for patch cavities 0.75 to 1.5 in. deep. b. 0.5 in. for patch cavities greater than 1.5 in. deep and overlay work. For overlays limit maximum size of aggregates to one -third nominal thickness of overlay. 3. Chloride Ion Level: Chloride ion content of aggregates shall be tested by laboratory making trial mixes. Also, total water soluble chloride ion content of mix including all constituents shall not exceed 0.06% chloride ions by weight of cement for prestressed concrete, and 0.15% chloride ions by weight of cement for reinforced concrete. Test to determine chloride ion content shall conform to Test Method ASTM C1218. B. Cement (ACI 301, 4.2.1.1): 1. Portland cement, Type I, ASTM C150. Use 1 cement clinker source throughout project. No change in brand without prior written approval from Engineer. C. Water (ACI 301, 4.2.1.3): 1. ASTM C94. D. Latex Emulsion: 1. "Dow Reichhold Modifier A/NA, Dow Reichhold Specialty Latex LLC, Research Triangle Park, N.C. 2. "Styrofan 1186," BASF Corporation, Chattanooga, TN. E. Admixtures (ACI 301, 4.2.1.4): 1. Only admixtures listed shall be acceptable. Do not submit alternates. 2. Concrete supplier and manufacturer shall certify compatibility of all ingredients in each mix design. 3. Use admixtures in strict accordance with manufacturer's recommendations. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 4. Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 0.5% chloride ions, by weight of admixture, are not permitted. Additionally, each admixture shall not contribute more than 5 ppm, by weight, of chloride ions to total concrete constituents. F. Storage of Materials (ACI 301, 4.1.4). 2.2 CONCRETE MIX DESIGN A. Selection of concrete proportions shall be in accordance with ACI 301, 4.2.3.1. Before any concrete is placed for project, Contractor shall submit to Engineer data showing method used for determining proposed concrete mix design, including fine and coarse aggregate gradations, proportions of all ingredients, water- cement ratio, slump, air content, cylinder breaks and other required data specified in Article "Submittals," second para, for each different concrete type specified. Mix design shall meet following minimum requirements: Compressive Strength Water- Cement Ratio Latex Content Per Sack of Cement Slump* Cement Content Air Content 4500 psi @ 28 days (2500 psi @ 3 days) 0.25 to 0.35 3.5 gal. 4 in. ± 2 in. 658 -800 Ib. /c.y. 3% or less *For concrete placed by vibratory screeds, slump shall not exceed 4 in. at point of deposit. B. Chloride Ion Level: See Article "Materials," paragraph "Chloride Ion Level." C. Bonding Grout: Bonding grout shall consist of sand, cement, and latex emulsion in proportions similar to mortar in concrete with sufficient water to form stiff slurry to achieve consistency of "pancake batter." 2.3 PREBAGGED LATEX MODIFIED CONCRETE A. The following product is an approved pre- bagged latex modified concrete: 1. "LM -S10" by King Packaged Materials Company, Burlington, Ontario. 800 -461- 0566 2. Any proposed substitution must meet this 037000 Specification. PART 3 - EXECUTION 3.1 PRODUCTION OF MORTAR OR CONCRETE A. Production of latex modified mortar or concrete shall be in accordance with requirements of ACI 301, 4.3.1, except as otherwise specified herein. B. Concrete or mortar, mixed at site, shall be proportioned by continuous mixer used in conjunction with volumetric proportioning. Volumetric batching /continuous mixers shall ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 conform to ASTM C685. In addition, self- contained, mobile, continuous type mixing equipment shall comply with following: 1. Mixer shall be capable of producing batches of not less than 6 cu yds. 2. Mixer shall be capable of positive measurement of cement being introduced into mix. Recording meter visible at all times and equipped with ticket printout shall indicate this quantity. 3. Mixer shall provide positive control of flow of water into mixing chamber. Water flow shall be indicated by flowmeter and shall be readily adjustable to provide for minor variations in aggregate moisture. 4. Mixer shall be capable of being calibrated to automatically proportion and blend all components of indicated composition on continuous or intermittent basis, as required by finishing operation, and shall discharge mixed material through conventional chute into transporting device or directly in front of finishing machine. Sufficient mixing capacity of mixers shall be provided to permit intended pour to be placed without interruption. 5. Mixer shall be calibrated to accurately proportion specified mix. Yield is required to be within tolerance of 1.0 %. C. On -site mortar or concrete batching in mixer of at least 0.125 cu yd capacity shall be permitted only with approval of Engineer. On -site concrete batching and mixing shall comply with requirements of ACI 301, 4.3.1. 3.2 PREPARATION (ACI 301, 5.3.1) A. Cavity surfaces shall be clean and dry prior to commencement of patch or overlay installation. Preparation of surfaces to receive new concrete shall be in accordance with Section "Surface Preparation for Patching" and /or "Surface Preparation for Overlay." B. Bonding Grout: 1. Bonding grout shall be applied to damp (but not saturated) concrete surface in uniform thickness of 0.0625 in. to 0.125 in. over all surfaces to receive patching or overlay. 2. Grout shall not be allowed to dry or dust prior to placement of patch or overlay material. If concrete placement is delayed and the coating dries, cavity or surface shall not be patched or overlaid until it has been recleaned and prepared as specified in Section "Surface Preparation for Patching" or "Surface Preparation for Overlay." Grout shall not be applied to more area than can be patched or overlaid within 0.5 hr by available manpower. C. Receive Owner's and Engineer's written approval of concrete surface finish used on flatwork before beginning of construction. 3.3 INSTALLATION A. Placing (ACI 301, 5.3.2): 1. Do not place concrete when temperature of surrounding patch area or air is less than 50° F. unless following conditions are met: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. Place concrete only when temperature of surrounding air is expected to be above 45° F. for at least 36 hours. b. When above conditions are not met, concrete may be placed only if insulation or heating enclosures are provided in accordance with ACI 306, "Recommended Practice for Cold Weather Concreting." Submit proposed protective measures in writing for Engineer's review prior to concrete placement. c. Cost for precautionary measures required shall be borne by Contractor. 2. Concrete shall be manipulated and struck off slightly above final grade. Concrete shall then be consolidated and finished to final grade with internal and surface vibration devices. Proposed consolidation method shall be submitted for Engineer's review prior to concrete placement. a. Do not place concrete if mix temperature exceeds 85° F. b. Do not place concrete under hot weather conditions. Hot weather is defined as air temperature which exceeds 80° F. or any combination of high temperature, low humidity and high wind velocity which causes evaporation rates in excess of 0.10 psf per hr as determined by ACI 305R, Figure 2.1.5. 3. Fresh concrete 3 in. or more in thickness shall be vibrated internally in addition to surface vibration. 4. Concrete shall be deposited as close to its final position as possible. All concrete shall be placed in continuous operation and terminated only at bulkheads or designated control or construction joints. 5. On ramps with greater than 5 % slope, all concreting shall begin at low point and end at high point. Contractor shall make any necessary adjustment to slump or equipment to provide wearing surface without any irregularities or roughness. 6. For overlays concrete consolidation shall be by vibrating screeds meeting following requirements: a. Placing and finishing equipment shall not exceed maximum weight of 6,000 Ibs or 3,000 Ibs per axle. b. Screed shall be designed to consolidate concrete to 98% of unit weight determined in Section 2.04.A in accordance with ASTM C138. Sufficient number of identical vibrators shall be effectively installed such that at least 1 vibrator is provided for each 5 ft of screed length. c. Bottom face of screeds shall not be less than 4 in. wide and shall be metal covered with turned -up or rounded leading edge to minimize tearing of surface of plastic concrete. d. Screed shall be capable of forward and reverse movement under positive control. Screed shall be provided with positive control of vertical position and angle of tilt. e. Screed shall be capable of vibrating at controlled rate, adjustable to between 3,000 and 6,000 vpm. B. Finishing (ACI 301, 5.3): 1. Flatwork (BROOM Finish, 5.3.4.2.d): a. When tight and uniform concrete surface has been achieved by screeding and finishing operation, give slab surface coarse transverse scored texture ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 8 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 by drawing broom across surface. Texture shall be accepted by Owner and Engineer from sample panels. b. Finishing tolerance: ACI 301, 5.3.4.2; Class B tolerance. c. Finish all concrete surfaces to proper elevations to insure that all surface moisture will drain freely to floor drains, and that no puddle areas exist. Contractor shall bear cost of any corrections to provide for positive drainage. d. Before installation of overlay and after submittal, review, and approval of concrete mix design, Contractor shall fabricate 2 acceptable test areas simulating finishing techniques and final appearance to be expected and used on Project. Test overlay area shall be minimum of 200 sq ft and shall be cast to thickness of typical wearing surface in Project. Test overlay areas shall be cast from concrete supplied and batched in accordance with project specifications. Contractor shall finish test areas following requirements of items a and b above, and shall adjust finishing techniques to duplicate appearance of concrete surface of each test area. Finished overlay areas (1 or both) may be rejected by Owner or Engineer, in which case Contractor shall repeat procedure until Owner or Engineer acceptance is obtained. Accepted test overlay areas shall be cured in accordance with Specifications. Accepted test areas shall serve as basis for acceptance /rejection of final finished surfaces of all flatwork. C. Joints in Concrete (ACI 301, 2.2.2.5): 1. Construction, control and isolation joints are located and detailed on Drawings: a. Tool joints at time of finishing. Sawcut joints are prohibited. b. Isolation joints - interrupt structural continuity resulting from bond, reinforcement or keyway. c. Coordinate configuration of tooled joints with control joint sealants. D. Curing: 1. Latex modified mortar and concrete shall be cured according to latex manufacturer's recommendations and according to following minimum requirements: a. Surface shall be covered with single layer of clean, wet burlap as soon as surface will support it without deformation. Cover burlap with continuous single thickness of polyethylene film for 24 hours. b. After 24 hours remove polyethylene film and allow burlap to dry slowly for an additional 24 to 48 hours. c. Remove burlap and allow concrete to air dry for an additional 48 hours. d. Curing time shall be extended, as Engineer directs, when curing temperature falls below 50° F. E. Repair of Defects (ACI 301, 5.3.7): 1. Repair all surface defects exceeding 0.25 in. width or depth. 2. Match color of concrete to be repaired. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 9 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. Submit samples of materials and relevant literature and test data on proprietary compounds and procedures used for adhesion or patching ingredients to Engineer for its review before patching concrete. 4. Receive written approval of Engineer of method and materials prior to making repairs to concrete. 3.4 FIELD QUALITY CONTROL BY TESTING AGENCY (ACI 301, 1.6) A. Air Content: 1. Sample freshly -mixed concrete per ASTM C172 and conduct 1 air content test per ASTM C231 or ASTM C173 for each 10 cu yds of concrete placed or each day's production, whichever is less. B. Concrete Compressive Strength: 1. Mold test cylinders in accordance with ASTM C31 and test in accordance with ASTM C31 as follows: a. Take minimum of 6 cylinders for each 25 cu yds or fraction thereof, of each mix design of concrete placed in any 1 day. Use of 4 in. x 8 in. cylinders in lieu of standard cylinders is acceptable. b. Additional 2 cylinders shall be taken and field cured under conditions of cold weather concreting, and when directed by Engineer. 2. Cover specimens properly, immediately after finishing. Protect outside surfaces of cardboard molds, if used, from contact with sources of water for first 24 hours after molding. 3. Fabricate and cure test cylinders per ASTM C31, except as follows: a. To verify compressive strength, test cylinders required due to cold weather concreting conditions: 1) Store test specimens on structure as near to point of sampling as possible and protect from elements in same manner as that given to portion of structure as specimen represents. 2) Transport to test laboratory no more than 4 hours before testing. Remove molds from specimens immediately before testing. b. To verify 28 -day compressive strength: 1) During first 24 hours after molding, store test specimens under condi- tions that maintain temperature immediately adjacent to specimens in range of 60 to 80° F. and prevent loss of moisture from specimens. 2) Remove test specimens from molds at end of 20 ±4 hours and store at 73 ±3° F., 50 ±4% relative humidity in laboratory until moment of test. 4. Compression tests: a. Test 2 cylinders at 3 days. b. Test 2 cylinders at 28 days. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 10 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 c. Hold 2 cylinders in reserve for use as Engineer directs. 5. Unless notified by Engineer, reserve cylinders may be discarded without being tested after 56 days. C. Slump Test: 1. Conduct 1 slump test in accordance with ASTM C143 for each 10 yards of concrete placed, or each day's production, whichever is less. D. Yield and Proportioning Tests (ASTM C685): 1. When concrete placements involve more than 100 cu yds, accuracy of on -site batching equipment output indicators shall be verified at 50 cu yd intervals. 2. Accuracy of on -site batching equipment proportioning of concrete mixture shall be verified at 100 cu yd intervals. E. Evaluation and Acceptance of Concrete (ACI 301, 1.6.7 and ACI 318, 4.7): 1. Concrete compression tests will be evaluated by Engineer in accordance with ACI 301, 1.6.7. If number of tests conducted is inadequate for evaluation of concrete or test results for any type of concrete fail to meet specified strength requirements, core tests may be required as directed by Engineer. 2. Core tests, when required, per ACI 301, 1.6.7.3. 3. Should tested hardened concrete meet these specifications, Owner will pay for coring and testing of hardened concrete. Should tested hardened concrete not meet these specifications, concrete contractor will pay for coring and testing of hardened concrete and for any corrective action required for unaccepted concrete. F. Acceptance of Structure (ACI 301,1.7): 1. Acceptance of completed concrete Work will be according to provisions of ACI 301, 1.7. 2. Patched and overlaid areas shall be sounded by Contractor with chain drag after curing for 7 days. Contractor shall repair all hollowness detected by removing and replacing patch or affected area at no extra cost to Owner. 3. If shrinkage cracks appear in overlay when initial 24 hours curing period is completed, overlay shall be considered defective, and it shall be removed and replaced by Contractor at no extra cost. END OF SECTION 037000 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 11 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 MIX DESIGN SUBMITTAL FORM LATEX MODIFIED CONCRETE Submit separate form for each mix design Construction Documents July 2013 I. GENERAL INFORMATION Mix Design Based on (Check one): Project: City: General Contractor: Density: pcf; Mix Design Identification No.: Cement: Use (Describe)('): (1) Overlay, Floor Patching, Beam Repairs, etc. II. MIX DESIGN PREPARATION: Mix Design Based on (Check one): Standard Deviation Analysis: or Trial Mix Test Data: Design Characteris- tics: Density: pcf; Air: % Cement: Strength: psi (28 day); Slump in. Other(s): Latex Manufacturer Approval Name Title: Date: WALKER ACCEPTANCE STAMP III. MATERIALS: Aggregates: (size; type; source; gradation report; specification) Coarse: Fine: Other Materials: Type Product - Manufacturer (Source) Cement: Latex Admixture: Other(s): ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 12 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 Construction Documents July 2013 IV. MIX PROPORTIONS (per yd3) Water (4) _ WEIGHT (Ibs.) ABSOLUTE VOL. (cu. ft.) Cement: Fine Aqq. _ Ib. Fine Aggregate: (1) Ib. Coarse Aggregate: (1) Latex: (2) Water: (3) Other(s): TOTALS: NOTES: (1) Based on saturated surface dry weights of aggregates. (2) Include only weight of solids portion of latex admixture. Confirm with manufacturer actual percentages of solids and water in suspension and coordinate with Note 3. (3) Includes ALL WATER, including added water, free water contained on aggregates, and water suspension portion of latex admixture. V. RATIOS Water (4) _ Ib. Cement Ib. Fine Aqq. _ Ib. Total Agg Ib. VI. SPECIFIC GRAVITIES Fine Aggregate Coarse Aggregate ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 13 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 VII. ADMIXTURES I Yes I N/A Air Entraining Agent (A.E.A.): oz. per 100# ce- ment _ Water Reducer oz. per 100# ce- ment Trial Mix #2 Latex Emulsion gal per sack ce- ment _ Other(s) July 2013 VIII. STANDARD DEVIATION ANALYSIS: I Yes I N/A (Complete this section only if mix design was developed using standard deviation analysis of previous project test results. If other method was used, check "N /A ".) Number of Test Cylinders Evaluated: I Standard Deviation: Trial Mix #2 Mix Designs Proportioned to Achieve f'cr = cc + psi (comp. str.) NOTE: Mix designs shall be proportioned to achieve fcr equal to or greater than the larger of f'cr = f'c + 1.34s [s= calculated standard deviation] or f'cr = f'c + 2.33s - 500 (Refer to ACI 301 for increased deviation factor when less than 30 tests are available.) IX. TRIAL MIXTURE TEST DATA: 1 Yes 1 N/A (Complete this section only if mix design is based on data from trial test mixture(s) batched by testing agency or Contractor. If other method was used, check "N /A ".) Age da S Trial Mix #1 Trial Mix #2 Trial Mix #3 (comp. str.) (comp. str.) (comp. str.) 7 7 28 28 28 day average compressive strength: psi ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 -14 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 Construction Documents July 2013 DESIGN MIX CHARACTERISTICS Slump = in. Air Content = % Unit Wet Wt. = pcf Unit Dry Wt. = pcf Mix Design Proportioned to Achieve: f'c+ 1200 psi (1200 psi increases to 1400 psi when f'c > 5000 psi) ACTUAL MIX CHARACTERISTICS Initial Slump = in. Final Slump in. Unit Wet Wt.= pcf. Unit Dry Wt. = pcf Air Content = % X. OTHER REQUIRED TESTS Soluble Chloride Ion Content of mix. (Water soluble by ASTM 1218 OR AASHTO T260) % by weight of cement XI. Remarks: Submitted by: Latex Modified Concrete Supplier Name: Address: Phone Number: Date: My signature below certifies that I have read, understood, and will comply with the requirements of this Section. Signature Typed or Printed Name _ ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 15 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 Construction Documents July 2013 REQUIRED ATTACHMENTS Coarse aggregate grading report Fine aggregate grading report Concrete compressive strength data used for standard deviation calcula- tions Chloride ion data and related calculations Admixture compatibility certification letter INSTRUCTIONS: 1. Fill in all blank spaces. Use -0- (Zero) or N.A. (Not Applicable) where appropriate. See "De- sign and Control of Concrete Mixtures: 13th Edition by Portland Cement Association, for as- sistance in completing this form. 2. Provide the necessary documentation to support any laboratory test results or compliance to standard ASTM test methods or specifications referenced in the mix design submittal form. 3. If mix design utilizes multiple aggregate material sources, submit chloride ion content test data of each component from material suppliers. Test data shall be not more than 1 yr old. Attach letter of certification that all admixtures, including latex admixture, are compatible for this mix design. © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. LATEX MODIFIED CONCRETE AND MORTAR 037000 - 16 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 037200 - TROWEL APPLIED MORTAR PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes the provision of all labor, materials, supervision and incidentals necessary to prepare deteriorated or damaged concrete surfaces and install patches to overhead and vertical surfaces to restore original surface condition and integrity. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 2 Section "Surface Preparation for Patching." 1.3 QUALITY ASSURANCE A. Work shall conform to requirements of ACI 301 as applicable except where more stringent requirements are shown on Drawings or specified in this Section. B. Testing Agency: 1. Independent testing laboratory employed by Owner and acceptable to Engineer. 2. Accredited by AASHTO under ASTM C1077. Testing laboratory shall submit documented proof of ability to perform required tests. C. Sampling and testing of mortar shall be performed by ACI certified Concrete Field Technicians Grade I. Certification shall be no more than three years old. D. Testing Agency is responsible for conducting, monitoring and reporting results of all tests required under this Section. Testing Agency has authority to reject mortar not meeting Specifications. E. Testing Agency shall submit following information for Field Testing of Concrete unless modified in writing by Engineer: 1. Project name and location. 2. Contractor's name. 3. Testing Agency's name, address and phone number. 4. Mortar manufacturer. 5. Date of report. 6. Testing Agency technician's name (sampling and testing). 7. Placement location within structure. ©2013, Walker Parking Consultants /Engineer /Architects, Inc. All rights reserved. TROWEL APPLIED MORTAR 037200 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 8. Weather data: a. Air temperatures. b. Weather. c. Wind speed. 9. Date, time, and place of test. 10. Compressive test data: a. Cube number. b. Age of mortar when tested. c. Date and time of cube test. d. Compressive strength. 1.4 REFERENCES A. "Standard Specification for Structural Concrete" (ACI 301) by American Concrete Institute, herein referred to as ACI 301, is included in total as specification for this structure except as otherwise specified herein. B. Comply with provisions of following codes, specifications and standards except where more stringent requirements are shown on Drawings or specified herein: 1. "Building Code Requirements for Structural Concrete" (ACI 318), American Concrete Institute, herein referred to as ACI 318. 2. "Hot Weather Concreting" reported by ACI Committee 305. 3. "Cold Weather Concreting" reported by ACI Committee 306. C. Contractor shall have following ACI publications at Project construction site at all times: 1. "Standard Specifications for Structural Concrete (ACI 301) with Selected ACI and ASTM References," ACI Field Reference Manual, SP15. 2. "Hot Weather Concreting" reported by ACI Committee 305. 3. "Cold Weather Concreting" reported by ACI Committee 306. D. American Society for Testing and Materials (ASTM): 1. ASTM C109, "Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. or 50 -mm Cube Specimens)." 1.5 SUBMITTALS A. Make submittals in accordance with requirements of Division 1 and as specified in this Section. B. Contractor: At preconcrete meeting, submit procedures to protect fresh patches from severe weather conditions. ©2013, Walker Parking Consultants /Engineer /Architects, Inc. All rights reserved. TROWEL APPLIED MORTAR 037200 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. Testing Agency: Promptly report all mortar test results to Engineer and Contractor. Include following information: 1. See Article "Quality Assurance," paragraph "Testing Agency shall submit...." 2. Strength determined in accordance with ASTM C109. D. See requirements of Division 1 Section, "Submittal Procedures," Part 1 heading, "Submittal Procedures," for limits to resubmittals. E. See requirements of Division 1 Section, "Submittal Procedures," Part 2 heading, "Requests for Information," for RFI constraints. PART 2 - PRODUCTS 2.1 MATERIALS A. Acceptable materials shall have minimum 3 day compressive strength of 3,000 psi and 5,000 psi at 28 days as certified by manufacturer. B. Acceptable materials for this Work are: 1. "Structurite with Acryl 60," Thoro, A Division of Degussa Building Systems, Shakopee, MN. 2. "Renderoc HB2 or HBA," Thoroc, a Division of Degussa Building Systems, Shakopee, MN. 3. "SikaRepair 223 with Latex R, SikaRepair 224, SikaRepair SHB, or SikaRepair SHA," Sika Corporation, Lyndhurst, New Jersey. 4. "Verticoat or SR -93," by Euclid Chemical Co. 5. "Emaco R Series," by T. Protection & Repair, a Division of Degussa Building Systems, Shakopee, MN. 6. Other types may be used only with Engineer's approval in writing prior to bidding. C. Repair material with Corrosion Inhibitor. 1. Repair Mortar must have Independent Test Data showing that the Corrosion Inhibitor can prevent the onset of incipient anodes. 2. Acceptable materials for this work are: a. "SikaTop 123 Plus," Sika Corporation, Lyndhurst, New Jersey. b. Other types may be used only with Engineer's approval in writing prior to bidding. Incipient anode prevention documentation must be presented for product approval. ©2013, Walker Parking Consultants /Engineer /Architects, Inc. All rights reserved. TROWEL APPLIED MORTAR 037200 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 PART 3 - EXECUTION 3.1 PREPARATION A. Surface Preparation: Cavity surfaces shall be clean and dry prior to commencement of patch installation. Preparation of cavity to receive new mortar shall be in accordance with Section "Surface Preparation for Patching" and manufacturer's instructions. 3.2 INSTALLATION A. Bonding Grout: 1. Apply bonding grout in strict accordance with manufacturer's recommendations. 2. If bonding grout dries, cavity shall not be patched until it has been recleaned and prepared as specified in Section "Surface Preparation for Patching." Grout shall not be applied to more cavities than can be patched within 0.25 hr by available manpower. B. Placement: Patching materials shall be placed immediately following grout application in strict accordance with manufacturer's instructions. Properly proportioned and mixed patch material shall be placed using trowels to consolidate patch so that no voids exist within new material and continuous contact with base concrete is achieved. Supplemental wire mesh shall be required for delamination and spall repairs greater than two inches in depth. Fresh bonding grout is required between successive lifts of patching material. 3.3 CURING A. Initial Curing: Immediately after finishing, keep patch material continually moist for at least 24 hours by misting, sprinkling, or using absorptive mat or fabric covering kept continually moist. B. Final Curing: Curing compounds complying with ASTM C309 may be used in accordance with recommendations of ACI 506.7, "Specification for Concrete." Provide additional curing immediately following initial curing and before patch material has dried. Use one of following materials or methods: 1. Continue method used in initial curing. 2. Material conforming to ASTM C171. 3. Curing compounds conforming to ASTM C309. 4. Other moisture retaining covering as approved by Engineer. 5. Duration of Curing: Continue curing for first 7 days after patch placement. During initial and final curing periods maintain patch material above 50° F. 6. Prevent rapid drying at end of curing period. 7. Provide additional curing as required or recommended by manufacturer. ©2013, Walker Parking Consultants /Engineer /Architects, Inc. All rights reserved. TROWEL APPLIED MORTAR 037200 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3.4 FIELD QUALITY CONTROL BY TESTING AGENCY A. Concrete Compressive Strength: 1. Mold test cubes in accordance with ASTM C -109 as follows: a. Take minimum of six cubes for each 10 cu ft, or fraction thereof, of each repair mortar placed in any one day. Use 2 in. x 2 in. cubes. b. Additional 2 cubes shall be taken and field cured under conditions of cold weather concreting, and when directed by Engineer. 2. Cover specimens properly, immediately after finishing. Protect molds from contact with sources of water for first 24 hours after molding. 3. Fabricate and cure test cubes per ASTM C -109, except as follows: a. Do not remove specimens from molds before 24 hours. b. To verify 7 and 28 -day compressive strengths: 1) During first 24 hours after molding, store test specimens under conditions that maintain temperature immediately adjacent to specimens in range of 60 to 80° F. and prevent loss of moisture from specimens. 2) Remove test specimens from molds at end of 24 hours and air dry in laboratory until moment of test. c. To verify compressive strength of test cubes required due to cold weather concreting conditions: 1) Store test specimens on structure as near to point of sampling as possible and protect from elements in same manner as that given to portion of structure as specimen represents. 2) Transport to test laboratory no more than 4 hours before testing. Remove molds from specimens immediately before testing. 4. Compression Test: a. Test 3 cubes at 3 days. b. Test 3 cubes at 7 days. c. Test 3 cubes at 28 days. d. Hold 3 cubes in reserve for use as Engineer directs. 5. Unless notified by Engineer, reserve cubes may be discarded without being tested after 56 days. 3.5 EVALUATION AND ACCEPTANCE OF TROWEL APPLIED MORTAR REPAIRS A. Acceptance of Repairs (ACI 301): 1. Acceptance of completed concrete Work will be according to provisions of ACI 301. ©2013, Walker Parking Consultants /Engineer /Architects, Inc. All rights reserved. TROWEL APPLIED MORTAR 037200 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 2. Patched areas shall be sounded by Engineer and Contractor with hammer or rod after curing for 72 hours. Contractor shall repair all hollowness detected by removing and replacing patch or affected area at no extra cost to Owner. 3. If shrinkage cracks appear in patch area when initial curing period is completed, patch shall be considered defective, and it shall be removed and replaced by Contractor at no extra cost. END OF SECTION 037200 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineer, Inc. ©2013, Walker Parking Consultants /Engineer /Architects, Inc. All rights reserved. TROWEL APPLIED MORTAR 037200 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 037300 - SILICA MODIFIED CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes the provision of all materials, labor, equipment and supervision to furnish and install cast -in -place microsilica concrete topping. B. Related Sections: Following Sections contain requirements that relate to this Section: 1. Division 2 Section "Surface Preparation for Patching." 2. Division 7 Section "Traffic Coatings." 3. Division 9 Section "Pavement Marking." 1.3 QUALITY ASSURANCE A. Work shall conform to requirements of ACI 301 and ACI 318 except where more stringent requirements are shown on Drawings or specified in this Section. B. Testing Agency: 1. Independent testing laboratory employed by Owner and acceptable to Engineer. 2. Accredited by AASHTO under ASTM C1077. Testing laboratory shall submit documented proof of ability to perform required tests. C. Sampling and testing of concrete shall be performed by ACI certified Concrete Field Technicians Grade I. Certification shall be no more than 3 years old. D. Testing Agency is responsible for conducting, monitoring and reporting results of all tests required under this Section. Testing Agency has authority to reject concrete not meeting Specifications. E. Proportioning, production, placement, and finishing of microsilica concrete shall be reviewed by, and have approval of, microsilica manufacturer. F. Microsilica admixture supplier must make available qualified individual, experienced in placement of microsilica concrete, to aid Contractor. Qualification of supplier's representative shall be acceptable to Engineer. Supplier's representative must attend preconstruction meeting and must be present for all trial placements, initial startup and then as required by Engineer. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 G. Submit following information for field testing of concrete unless modified in writing by Engineer: 1. Project name and location. 2. Contractor's name. 3. Testing Agency's name, address and phone number. 4. Concrete supplier. 5. Date of report. 6. Testing Agency technician's name (sampling and testing). 7. Placement location within structure. 8. Elapsed time from batching at plant to discharge from truck at site. 9. Concrete mix data (quantity and type): a. Cement. b. Fine aggregates @ SSD. c. Coarse aggregates @ SSD. d. Water. e. Water /cementitious material ratio. f. Air entraining admixtures. g. Water- reducing admixture and high -range water- reducing admixture. h. Microsilica admixtures. i. Other admixtures. 10. Weather data: a. Air temperatures. b. Weather. c. Wind speed. d. Relative humidity. 11. Field test data: a. Date, time and place of test. b. Slump. c. Air content. d. Unit weight. e. Concrete temperature. 12. Compressive strength test data: a. Cylinder number. b. Age of concrete when tested. c. Date and time of cylinder test. d. Curing time (field and lab). e. Compressive strength. f. Type of break. 13. Rapid chloride permeability test results: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.4 REFERENCES A. American Concrete Institute (ACI): 1. ACI 214, "Recommended Practice for Evaluation of Strength Test Results of Concrete." 2. ACI 301, "Standard Specifications for Structural Concrete." 3. ACI 302.1 R, "Guide for Concrete Floor and Slab Construction." 4. ACI 305R, "Hot Weather Concreting." 5. ACI 306R, "Cold Weather Concreting." 6. ACI 306.1, "Standard Specification for Cold Weather Concreting." 7. ACI 308, "Standard Practice for Curing Concrete." 8. ACI 318, "Building Code Requirements for Reinforced Concrete." 9. ACI 347, "Recommended Practice for Concrete Formwork." B. American Society for Testing and Materials (ASTM): 1. ASTM C31, "Method of Making and Curing Concrete Test Specimens in the Field." 2. ASTM C33, "Specification for Concrete Aggregates." 3. ASTM C39, "Test Method for Compressive Strength of Cylindrical Concrete Specimens." 4. ASTM C94, "Specification for Ready -Mixed Concrete." 5. ASTM C109, "Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. or 50 -mm Cube Specimens)." 6. ASTM C138, "Test Method for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete." 7. ASTM C143, "Test Method for Slump of Portland Cement Concrete." 8. ASTM C150, "Specification for Portland Cement." 9. ASTM C172, "Method of Sampling Freshly Mixed Concrete." 10. ASTM C173, "Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method." 11. ASTM C231, "Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method." 12. ASTM C260, "Specification for Air - Entraining Admixtures for Concrete." 13. ASTM C457, "Practice for Microscopical Determination of Air -Void Content and Parameters of the Air -Void System in Hardened Concrete." 14. ASTM C494, "Specification for Chemical Admixtures for Concrete." 15. ASTM C666, 'Test for Resistance of Concrete to Rapid Freezing and Thawing." 16. ASTM C685, "Specification for Concrete Made by Volumetric Batching and Continuous Mixing." 17. ASTM C1040, "Standard Test Method for Density of Unhardened and Hardened Concrete by Nuclear Methods." 18. ASTM C1077, "Standard Practice for Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation." 19. ASTM C1116, "Standard Specification for Fiber - Reinforced Concrete and Shotcrete." 20. ASTM C1152, "Sampling and Testing for Total Chloride Ion in Concrete and Concrete Raw Materials." ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 21. ASTM C1202, "Test Method for Electrical Indication of Concrete's Ability to Resist Chloride Ion Penetration." 22. ASTM C1240, "Standard Specification for Silica Fume for Use in Hydraulic - Cement Concrete and Mortar." C. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI MSP, "Manual of Standard Practice." D. Contractor shall have following ACI publications at Project construction site: 1. ACI SP -15, "Standard Specifications for Structural Concrete. ACI 301 with selected ACI and ASTM References." 2. ACI 302.1 R, "Guide for Concrete Floor and Slab Construction." 1.5 SUBMITTALS A. Make submittals in accordance with requirements of Division 1 of this Specification, and as herein specified. B. Contractor shall submit concrete mix design to Engineer 2 weeks prior to placing concrete. Proportion mix designs as defined in ACI 301 4.2.3. Use mix design submittal form included at end of this Section. Mix design shall be reviewed by microsilica manufacturer prior to submitting to Engineer. Include following information for each concrete mix design: 1. Method used to determine proposed mix design (per ACI 301 4.2.3). 2. Gradation of fine and coarse aggregates: ASTM C33. 3. Proportions of all ingredients including all admixtures added either at time of batching and at job site. 4. Water /cementitious material ratio. 5. Slump: ASTM C143. 6. Certification of chloride content of admixtures. 7. Rapid chloride permeability test results. 8. Air Content: a. Of freshly mixed concrete by pressure method, ASTM C231, or volumetric method, ASTM C173. b. Of hardened concrete by microscopical determination, including parameters of air -void system, ASTM C457. 9. Unit weight of concrete, ASTM C138. 10. Strength at 7 and 28 days, ASTM C39. 11. Water soluble chloride ion content of concrete per AASHTO Method T260. 12. Mill Test Report of Silica Fume Admixture: Provide report for each 400 cu. yd. or fraction thereof, of concrete placed on project. Provide to Engineer from independent testing lab showing chemical analysis in percent by weight of silica fume solids supplied and used. a. Silica fume concrete admixture shall comply with ASTM C1240 and following additional requirements: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1) Silicon dioxide content: 90% minimum. 2) LOI: 6% maximum. C. Contractor: 1. Submit microsilica concrete mix proportions and batching, transporting, handling, placing, finish and curing procedures one week prior to preconcrete meeting. 2. At preconcrete meeting, submit procedures to protect fresh concrete from rain and hot and cold weather conditions. D. Testing Agency: Report all concrete test results to Engineer, concrete supplier, Contractor and Owner during construction. Include following information: 1. See Article "Quality Assurance," paragraph "Microsilica admixture supplier...." 2. Unit weight of concrete, ASTM C138. 3. Slump, ASTM C143. 4. Air content of freshly mixed concrete by pressure method, ASTM C231 or volumetric method, ASTM C173. 5. Air content and parameters of air -void system by microscopical determination, ASTM C457. 6. Concrete temperature (at placement time). 7. Air temperature (at placement time). 8. Strength determined in accordance with ASTM C39 at 7 and 28 days. 9. Rapid chloride permeability test of core samples in accordance with Test Method ASTM C1202, as and when directed by Specifications. 10. Freeze -thaw resistance, ASTM C457 and C666: If concrete cannot meet hardened air content requirements of Article "Concrete Mix Design," paragraph "Target Value for Air Entrainment," submit laboratory results of specimens with concrete mix similar to proposed mix for project. Report air void parameters (spacing factor and specific surface area) of specimens in accordance with ASTM C457. Test specimens shall contain specified entrained air content, silica fume admixture and superplasticizer. E. See requirements of Division 1 Section, "Submittal "Submittal Procedures," for limits to resubmittals. F. See requirements of Division 1 Section, "Submittal "Requests for Information," for RFI constraints. 1.6 TRANSPORTATION AND DISCHARGE Procedures," Part 1 heading, Procedures," Part 2 heading, A. Concrete transported by truck mixer or agitator, when required by project specifications or accepted by Engineer, shall be completely discharged within 1 hr after water has been added to cement or cement has been added to aggregates. During hot weather concreting, discharge time shall be limited to 45 minutes. B. When concrete is batched on site by mobile mixer used in conjunction with continuous volumetric proportioning, time between addition of water to mixture and finishing of overlay shall not exceed 30 minutes. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregates (ACI 301, 4.2.1.2): 1. For normal weight concrete aggregates: a. Coarse aggregate: Crushed and graded limestone or approved equivalent conforming to ASTM C33, Class Designation 5S. b. Fine aggregate: Natural sand conforming to ASTM C33 and having preferred grading shown for normal weight aggregate in ACI 302.1 R, Table 4.2.1. 2. Coarse aggregate: Use 0.75 in. nominal size conforming to ASTM C33, Table 2. 3. Chloride Ion Level: Chloride ion content of aggregates shall be tested by laboratory making trial mixes. Water soluble chloride ion content of concrete shall not exceed 0.06% by weight of cement for pre- stressed concrete and 0.15% for reinforced concrete. (ACI 318 Chapter 4 Table "Maximum Chloride Ion Content for Corrosion Protection of Reinforcement ") Test to determine chloride ion content shall conform to ASTM C 1218. B. Cementitious Materials (ACI 301, 4.2.1.2): 1. Portland cement, Type I, ASTM C150. Use one brand throughout project. No change in brand without prior written approval by Engineer. 2. Use of microsilica: See Article "Materials," paragraph "Admixtures." C. Water (ACI 301, 4.2.1.3): 1. ASTM C94. D. Admixtures (ACI 301, 4.2.1.4): 1. Microsilica admixture shall be: a. "FORCE 10,000" or "EMSAC," by W.R. Grace & Co., Cambridge, MA. b. "Rheomac #SF 110 Slurry," Master Builders, Cleveland, OH. 2. Use of any admixtures must be approved in writing by Engineer prior to its use. 3. Use approved admixtures in strict accordance with manufacturer's recommendations. 4. Air entraining admixture - ASTM C260. 5. Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 1% chloride ions, by weight of admixture, are not permitted. Additionally, each admixture shall not contribute more than 5 ppm, by weight, of chloride ions to total concrete constituents. 6. Water- reducing admixtures: ASTM C494, Type A. 7. High - range, water- reducing admixture (superplasticizer): ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. ASTM C494, Type F or G. b. Use shall not change requirements for: 1) Maximum water /cement ratios. 2) Concrete strength. 3) Air content of placed concrete. 4) Minimum cement content. 8. Non - corrosive, non - chloride accelerator: a. ASTM C494, Type C or E. b. Acceptable manufacturers are: 1) "Accelguard 80," Euclid Chemical Co. 2) "Polarset," W.R. Grace. 3) "Pozzolith NC 534" or "Pozzutec 20," Master Builders. c. Admixture manufacturer must have long -term non - corrosive test data from an independent testing laboratory (of at least a year's duration) using an acceptable accelerated corrosion test method such as that using electrical potential measures. 9. Use shall not change water requirement of mix. 10. Conform to manufacturer's recommendations for amount of fiber. 11. See Drawings for locations of use. 12. Fiber manufacturer or approved distributor: Provide services of qualified person at preconstruction meeting, preconcrete meeting and at first fibrous reinforced concrete placement. E. Storage of Materials (ACI 301, 4.1.4). 2.2 CONCRETE MIX DESIGN (ACI 318, CHAPTER 4) A. Selection of concrete proportions shall be in accordance with ACI 301, 4.2.3. Before any concrete is placed for project, Contractor shall submit to Engineer data showing method used for determining proposed concrete mix design, including fine and coarse aggregate gradations, proportions of all ingredients, water - cementitious material ratio, slump, air content, cylinder breaks and other required data specified in Article "Submittals," second paragraph for each different concrete type specified. Mix design shall meet following minimum requirements: Compressive Strength (28 days) Water /(cement + silica fume) ratio Microsilica content Slump (maximum)* Cement content Maximum size of aggregate Air content 6,000 psi 0.35 to 0.40 7.5% by wt. of cement 6 in. 610 lb/cu yd 0.75 in. 7.5% ± 2% For consolidation with vibratory screeds, concrete slump at point of placement shall be limited to 4 in. maximum. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. When desired mix properties are achieved, two 12 in. x 12 in. x 4 in. slabs shall be prepared for each mix design drilling four 4 in. diameter cores. Drilled cores shall be tested for rapid chloride permeability in accordance with Test Method ASTM C1202. Slab shall be moist cured for 28 days and cores removed and kept at 50% relative humidity until testing at 35 to 42 days. Concrete mix design submitted shall have average chloride permeability result of less than 800 coulombs for four cores tested, with no single test result exceeding 1000 coulombs. C. Chloride Ion Level: See Article "Materials," paragraph "Chloride Ion Level." D. Target Value for Air Entrainment: 1. Hardened concrete shall have air void system spacing factor of 0.0080 in. maximum as determined by ASTM C457. For concrete with higher than 0.0080 in. spacing factor, additional laboratory test data acceptable to Engineer must be provided to verify that concrete mixture is durable for intended use when subjected to freezing and thawing. E. All concrete containing high -range water- reducing admixture (superplasticizer) shall have 6 in. maximum placement slump with range 4.5 in. ± 1 -1/2 in. Concrete shall arrive at job site at 4 in. maximum slump, be verified, then high -range water- reducing admixture added to increase slump to approved level for placement. 1. Before permission for plant addition of superplasticizer to be granted by Engineer, fulfill following requirements: a. Submit letter from testing laboratory which developed original mix design(s), for each superplasticized mix design, certifying volume of mix water which will produce specified slump and water /cement ratio, taking into account aggregate moisture content. b. Submit plant computer printout of mix contents for each truckload of superplasticized concrete with delivery of that truckload. Mix water volume greater than that certified shall be cause for concrete rejection. c. Over retarding or crusting of flatwork surface shall be cause for concrete rejection and /or concrete placement to be halted. d. Segregation or too short superplasticizer life due to underdosing shall be cause for concrete rejection. F. Bonding grout shall consist of sand, cement, and microsilica in proportions similar to mortar in concrete to form stiff slurry. Consistency shall be such that it can be applied to old concrete in thin, even coat using stiff broom or brush without running or puddling. 2.3 PREBAGGED SILICA MODIFIED CONCRETE A. The following product is an approved pre- bagged silica modified concrete: 1. "MS -S10" by King Packaged Materials Company, Burlington, Ontario. 800 -461- 0566 2. Or Engineer approved equivalent. PART 3 - EXECUTION ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 8 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3.1 PRODUCTION OF CONCRETE (ACI 301, 4.3.1) A. Concrete shall be produced by on -site volumetric batching or ready -mixed concrete batched at Contractor's option. B. Proportioning and Mixing Equipment: 1. Silica modified concrete, mixed at site, shall be proportioned by continuous mixer used in conjunction with volumetric proportioning. Volumetric batching /continuous mixers shall conform to ASTM C685. In addition, self - contained mobile, continuous type mixing equipment shall comply with following: a. Mixer shall be capable of producing batches of not less than 6 cu yd. b. Mixer shall be capable of positive measurement of cement being introduced into mix. Recording meter visible at all times and equipped with ticket printout shall indicate this quantity. c. Mixer shall provide positive control of flow of water into mixing chamber. Water flow shall be indicated by flowmeter and shall be readily adjustable to provide for minor variations in aggregate moisture. d. Mixer shall be capable of being calibrated to automatically proportion and blend all components of indicated composition on continuous or intermittent basis, as required by finishing operation, and shall discharge mixed material through conventional chute into transporting device or directly in front of finishing machine. Sufficient mixing capacity or mixers shall be provided to permit intended pour to be placed without interruption. e. Mixer shall be calibrated to accurately proportion specified mix. Yield is required to be within tolerance of 1.0 %. C. At Contractor's option, silica modified concrete may be ready -mixed concrete batched, mixed and transported in accordance with ASTM C94. In addition, following requirements shall also apply: 1. Volume of concrete in truck mixer shall not exceed 63% of total volume of drum. 2. No water shall be added to concrete batch at site. Addition of high -range water reducers (superplasticizer) at site shall be as directed by concrete manufacturer and approved by microsilica manufacturer. Truck shall be equipped with admixture dispenser or other auxiliary dispensing equipment, capable of adjustment for variation of dosage, calibration and accurate measurement. 3. Sequence and method of charging mixer shall be as recommended and approved by microsilica manufacturer. Engineer may request mixer evaluation as specified in ASTM C94 to verify uniformity of concrete mix. 4. Comply with discharge requirements stated in Article "Transportation and Discharge." If concrete consistently meets requirements of specification, Engineer may extend discharge time to comply with requirements of ASTM C94. D. Placing and Finishing Equipment: 1. Placing and finishing equipment shall include adequate mechanized and hand tools for placement of plastic concrete and for working down to approximately correct grade for striking off with vibrating screed. 3.2 PREPARATION ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 9 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 A. Cavity surfaces shall be clean and dry prior to commencement of overlay installation. Preparation of surfaces to receive new concrete shall be in accordance with Section "Surface Preparation for Patching." B. Bonding Grout: 1. Bonding grout shall be applied to damp (but not saturated) concrete surfaces and cavities on floor. Slurry shall be applied to all surfaces to receive overlay. Apply grout evenly to uniform thickness 0.0625 in. to 0.125 in. throughout. Grout shall not be allowed to dry or dust prior to placement of overlay material. 2. If overlayment is delayed and coat of grout dries, surface shall not be patched until it has been recleaned and prepared as specified in Section "Surface Preparation for Patching." Grout shall not be applied to more surface area than can be overlaid within 0.5 hr by available manpower. C. Receive Owner's and Engineer's written approval of concrete surface finish used on flatwork before beginning construction. 3.3 INSTALLATION A. Placing (ACI 301, 5.3.2): 1. Do not place concrete when temperature of surrounding concrete or air is less than 50° F. unless following conditions are met: a. Place concrete only when temperature of surrounding air is expected to be above 40° F. and rising and expected to be above 45° F. for at least 36 hours. b. When above conditions are not met, concrete may be placed only if insulation or heating enclosures are provided in accordance with ACI 306, "Recommended Practice for Cold Weather Concreting." Submit proposed protective measures in writing for Engineer's review prior to concrete placement. c. Costs for precautionary measures required shall be borne by Contractor. 2. For hot weather concrete placements, the following conditions shall apply: a. Do not place concrete if mix temperature exceeds 90° F. b. Do not place concrete under hot weather conditions. Hot weather is defined as air temperature which exceeds 80° F. or any combination of high temperature, low humidity and high wind velocity which causes evaporation rate in excess of 0.10 lb per sq ft per hr as determined by ACI 305R, Figure 2.1.5. 3. Concrete shall be manipulated and struck off slightly above final grade. Concrete shall then be consolidated and finished to final grade with internal and surface vibration devices. Proposed consolidation method used shall be submitted for Engineer's review prior to concrete placement. 4. Fresh concrete 3 in. or more in thickness shall be vibrated internally in addition to surface vibration. 5. For overlays, vibrating device shall consist of vibrating screeds meeting following requirements: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 10 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. Placing and finishing equipment shall not exceed maximum weight of 6,000 Ib or 3,000 Ib per axle. b. Screed shall be designed to consolidate concrete to 98% of unit weight determined in Article "Concrete Mix Design," first paragraph in accordance with ASTM C138. Sufficient number of identical vibrators shall be effectively installed such that at least one vibrator is provided for each 5 ft of screed length. c. Bottom face of screeds shall not be less than 4 in. wide and shall be metal covered with turned up or rounded leading edge to minimize tearing of surface of plastic concrete. d. Screed shall be capable of forward and reverse movement under positive control. Screed shall be provided with positive control of vertical position and angle of tilt. e. Screed shall be capable of vibrating at controlled rate, adjustable to between 3,000 to 6,000 vpm. 6. Concrete shall be deposited as close to its final position as possible. All concrete shall be placed in continuous operation and terminated only at bulkheads or designated control or construction joints. 7. On ramps with greater than 5% slope, all concreting shall begin at low point and end at high point. Contractor shall make any necessary adjustment to slump or equipment to provide wearing surface without any irregularities or roughness. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 11 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Finishing (ACI 301, 5.3.3 & 5.3.4): 1. Flatwork (Broom Finish ACI 301, 5.3.4.2d): a. All flatwork finishers shall hold current ACI Concrete Flatwork Finishers certification. b. Contractor shall adequately protect concrete surfaces after concrete placement and between initial and final finishing operations to minimize moisture loss from surface by misting and use of approved evaporation retardant. Protection materials and equipment must be in place, ready to use, prior to beginning of placement. 1) No spraying of water directly on flatwork will be allowed. Fogging is not to be used to lubricate surface for finishing purposes. 2) Fogging shall continue after finishing operation until covered by wet burlap cure. c. Screed and bullfloat surface of concrete to desired elevation. d. Immediately after bullfloating, give slab surfaces coarse transverse scored texture by drawing broom across surface. Texture shall be as approved by Owner and Engineer from sample panels. e. Other finishing operations may be accepted by Owner and Engineer based on demonstration of procedures with sample panels. f. Finishing tolerance: ACI 301, 5.3.4.2: Class B tolerance. g. Before installation of overlay and after submittal, review, and approval of concrete mix design, Contractor shall fabricate two acceptable test panels simulating finishing techniques and final appearance to be expected and used on Project. Test panels shall be minimum of 200 sq ft in area and shall be reinforced and cast to thickness of typical wearing surface in Project. Test panels shall be cast from concrete supplied and batched in accordance with project Specifications. Intent of test panels is to simulate both high and low workability mixes, with approximate slump at time of casting of test panels to be 6 in. and 3 in., respectively. Contractor shall finish panels following requirements of items a, b, c, and e above, and shall adjust finishing techniques to duplicate appearance of concrete surface of each panel. Finished panels (one or both) may be rejected by Owner or Engineer, in which case Contractor shall repeat procedure on rejected panel(s) until Owner or Engineer acceptance is obtained. Accepted test panels shall be cured in accordance with Specifications and may be incorporated into Project. Accepted test panels shall serve as basis for acceptance /rejection of final finished surfaces of all flatwork. h. Finish all concrete slabs to proper elevations to insure that all surface moisture will drain freely to floor drains, and that no puddle areas exist. Contractor shall bear cost of any corrections to provide for positive drainage. C. Joints in Concrete (ACI 301, 5.3): 1. Construction, control and isolation joints are located and detailed on Drawings: a. Tool joints at time of finishing. Sawcut joints are prohibited. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 12 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 b. Isolation joints - interrupt structural continuity resulting from bond, reinforcement or keyway. D. Curing: 1. Microsilica concrete shall be cured in accordance with Section "Cast -in -Place Concrete." In addition, following requirements shall also apply: a. Surface shall be covered with single layer of clean, wet burlap as soon as surface will support it without deformation. Cover burlap with continuous single thickness of 4 mil polyethylene film. Maintain burlap in moist condition for 7 days. b. Curing time shall be extended, as Engineer directs, when curing temperature falls below 50° F. c. Curing compounds are prohibited. d. Protect microsilica concrete from surface drying and plastic shrinkage by: 1) Continuous water fogging over slab area between finishing operations as outlined in Article "Installation," paragraph "Finishing." 2) Use of evaporative retardants immediately after screeding in accordance with manufacturer's recommendations. E. Repair of Surface Defects (ACI 301, 5.3.7): 1. Repair all defects exceeding 0.25 in. width or depth. 2. Match color of concrete to be repaired. 3. Submit samples of materials and relevant literature and test data on proprietary compounds used for adhesion or patching ingredients to Engineer for his review before patching concrete. 4. Receive written approval of Engineer of method and materials prior to making repairs to concrete. 3.4 FIELD QUALITY CONTROL BY TESTING AGENCY (ACI 301, 1.6) A. Air Content: 1. Sample freshly -mixed concrete per ASTM C172 and conduct one air content test per ASTM C231 or ASTM C173 for each truck of ready -mix, air - entrained concrete delivered to Project. For concrete produced on site by volumetric batching and continuous mixing, air content test shall be conducted for every 10 cu. yd. of concrete produced. 2. Sample fresh concrete immediately following placement and screeding and conduct air content tests per ASTM C231 or ASTM C173 at rate of one per every 10 truck loads of ready -mix, air - entrained concrete delivered to Project. For concrete produced on site by volumetric batching and continuous mixing, air content test shall be performed for every 100 cu. yds. of concrete produced. 3. Core and test hardened concrete topping for air content per ASTM C457 at rate of one core per 15,000 sq ft of topping or structural slab, unless directed otherwise by Engineer. 4. If concrete consistently meets requirements of this Specification and concrete mix design and placement procedures remain unchanged, Engineer may waive requirement for testing of hardened concrete. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 13 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 5. Contractor shall patch holes resulting from concrete coring. Use patching materials which meet requirements of this Specification. B. Compressive Strength: 1. Mold test cylinders in accordance with ASTM C31 and test in accordance with ASTM C31 as follows: a. Take minimum of 6 cylinders for each 30 cu yds, or fraction thereof, of each mix design of concrete placed in any 1 day. Use of 4 in. x 8 in. cylinders in lieu of standard cylinders is acceptable. b. Additional 2 cylinders shall be taken under conditions of cold weather concreting, and when directed by Engineer. 2. Sample plastic concrete for testing, at point where it is finally placed, in accordance with ASTM C172 -82. Prior to placement, Engineer will select sampling locations which may include points where plastic concrete has already been screeded and floated. 3. Cover specimens properly, immediately after finishing. Protect outside surfaces of cardboard molds, if used, from contact with sources of water for first 24 hours after molding. 4. Cure test cylinders per ASTM C31 as follows: a. To verify compressive strength of test cylinders required due to cold weather concreting conditions: 1) Store test specimens on structure as near to point of sampling as possible and protect from elements in same manner as that given to portion of structure as specimen represents. 2) Transport to test laboratory no more than 4 hours before testing. Remove molds from specimens immediately before testing. b. To verify 28 -day compressive strength: 1) During first 24 hours after molding, store test specimens under conditions that maintain temperature immediately adjacent to specimens in range of 60 to 80° F. and prevent loss of moisture from specimens. 2) Remove test specimens from molds at end of 20 ± 4 hours and store in moist condition at 73.4 ± 3 F. until moment of test. Laboratory moist rooms shall meet requirements of ASTM C511. 5. Compression tests: a. Test 2 cylinders at 7 days. b. Test 2 cylinders at 28 days. c. Hold 2 cylinders in reserve for use as Engineer directs. 6. Unless notified by Engineer, reserve cylinders may be discarded without being tested after 56 days. C. Slump Test: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 14 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1. Conduct one slump test in accordance with ASTM C143 per truck load or 10 cu yd of concrete delivered to Project. 2. When high -range water- reducing admixture (superplasticizer) is added at job site, initial slump must be verified by Testing Agency. D. Chloride Permeability: 1. Mold two 4 in. diameter cylinders for every 20,000 sq ft of overlay, unless directed otherwise by Engineer. Mold cylinders in accordance with ASTM C31. 2. Cylinders shall be cured and tested in accordance with requirements stated in Article "Concrete Mix Design" and results reported to Engineer. E. Yield and Proportioning Tests (ASTM C685): 1. When concrete placements involve more than 100 cu yds, accuracy of on -site batching equipment output indicators shall be verified at 50 cu yd intervals. 2. Accuracy of on -site batching equipment proportioning of concrete mixture shall be verified at 100 cu yd intervals. F. Evaluation and Acceptance of Concrete (ACI 301, 1.7 and ACI 318, Article 4.7): 1. Concrete compression tests will be evaluated by Engineer in accordance with ACI 301, 1.7. If number of tests conducted is inadequate for evaluation of concrete or test results for any type of concrete fail to meet specified strength requirements, core tests may be required as directed by Engineer. Air content and parameters of air -void system shall meet requirements of this Section. 2. Core tests, when required, per ACI 301, Article 1.7.4.2. 3. Should tested hardened concrete meet these specifications, Owner will pay for coring and testing of hardened concrete. Should tested hardened concrete not meet these specifications, concrete contractor will pay for coring and testing of hardened concrete and for any corrective action required for unaccepted concrete. G. Acceptance of Structure (ACI 301, 1.7): 1. Acceptance of completed concrete Work will be according to provisions of ACI 301, 1.7. 2. Patched and overlaid areas shall be sounded by Contractor with chain drag after 7 days cure and any hollowness detected shall be corrected by removing and replacing unsound areas at no extra cost to Owner. 3. If plastic or early drying shrinkage cracks appear in overlay within first 72 hours of curing period, overlay shall be considered defective. Contractor will remove and replace defective overlay at no extra cost. 4. Concrete rejected due to entrained air content below specified limit will be accepted if any of following conditions are met: a. ASTM C457: Three concrete specimens tested in accordance with ASTM C457 meet air void parameters of Article "Concrete Mix Design," paragraph "Target Value for Air Entrainment" (spacing factor of 0.008 in. and specific surface area of 600 in2 per cu in. of air void volume). ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 15 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 b. ASTM C457: Three concrete specimens tested in accordance with ASTM C457 meet air void parameters of concrete reported in Article "Submittals," paragraph "Freeze -thaw resistance." c. ASTM C666: Test 3 concrete specimens removed from structure. END OF SECTION 037300 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 16 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 Construction Documents July 2013 SILICA MODIFIED CONCRETE MIX DESIGN SUBMITTAL FORM (Submit separate form for each mix design) Project: City: General Contractor: Mix Design No.: Concrete Grade: Use (Describe)1: MIX DESIGN PREPARATION: Based on Standard Deviation Analysis: _ or Trial Mix Test Data: _ Design Characteristics - Density: pcf: Strength: psi (28 day); Slump _ in. BEFORE adding superplasticizer Slump _ in. AFTER adding superplasticizer Air: Materials: Aggregates: (size; type; source; gradation; specification) Coarse: Fine: Other Materials: Type Product - Manufacturer (Source) Cement: Flyash: Silica Fume: Other: Admixtures: Water Reducer: WALKER ACCEPTANCE STAMP: ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 17 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 Construction Documents July 2013 SILICA MODIFIED CONCRETE MIX DESIGN SUBMITTAL FORM (Submit separate form for each mix design) Air Entraining Agent: High -Range Water- Reducing Admixture (HRWR) (superplasticizer): Non - Corrosive Accelerator: Other: B. FINAL MIX DESIGN DATA: RATIOS Waters Ib. = (Cementitious Ib. = Material) Fine Agg. Total Agg. Ib. = Ib. = SPECIFIC GRAVITIES Fine Agg. Coarse Agg. Other ADMIXTURES HRWR _ oz. per 100# cement Non - Corrosive Accelerator _ oz. per 100# cement W.R. _ oz. per 100# cement A.E.A. _ oz. per 100# cement oz. per 100# cement PLASTIC CONCRETE Initial Slump = _ in. Final Slump = _ in. Unit Wet Wt. = _ pcf cement: fine4 aggregate: coarse4 aggregate: water: entrained air: other: TOTALS: MIX PROPORTIONS2 WEIGHT ABSOLUTE VOL. (Ibs) (cu ft) Footings, interior flatwork, columns, etc. 2 Proportions per cubic yard. 3 Includes free water contained on aggregates. ° Saturated surface dry weights. Air Content = Unit Dry Wt. =_pcf ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 18 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 Construction Documents July 2013 SILICA MODIFIED CONCRETE MIX DESIGN SUBMITTAL FORM (Submit separate form for each mix design) STANDARD DEVIATION ANALYSIS (FROM EXPERIENCE RECORDS): Number of Test Cylinders Evaluated: _ Standard Deviation: flu = f'c +1.34sorfcr= + 2.33s - 500 (Refer to ACI 301 for increased deviation factor when less than 30 tests are available.) Mix # Job Name TRIAL MIXTURE TEST DATA: Age Mix #1 Mix #2 Mix #3 (days) (comp. str.) (comp. str.) (comp. str.) 7 7 28 28 28 day average compressive strength: _ psi Slump = in. Air Content = Unit Wet Wt. = pcf Unit Dry Wt. = Mix Design Proportioned to Achieve: cc + _ psi = _ psi (1200 psi increases to 1400 psi when f'c > 5000 psi) Initial Slump = in. Final Slump = _ in. Air Content = Unit Wet Wt. = _ pcf, Unit Dry Wt.= _ pcf Water Soluble Chloride Ion Content: Test Method: Shrinkage (Length Change, Average) Pd % @4 days % @7days % @14 days % @21 days % @ 28 days ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 19 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 Construction Documents July 2013 SILICA MODIFIED CONCRETE MIX DESIGN SUBMITTAL FORM (Submit separate form for each mix design) Rapid Chloride Permeability Results: Coulombs @_ days Average Coulombs Coulombs @_ days Coulombs @_ days Coulombs @_ days ASTM C457 Results Remarks: Main Plant Location Miles From Project Estimated Transit Time Secondary or Backup Plant Location Miles From Project Estimated Transit Time NOTE: Fill in all blank spaces. Use -0- (Zero) or N.A. (Not Applicable) where appropriate. See "Design and Control of Concrete Mixtures: 13th Edition, by Portland Cement Association, for assistance in completing this form. Mix # Job Name ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 20 Iowa and Locust Street Parking Repair Projects 21- 3847.10/21- 3848.10 Construction Documents July 2013 SILICA MODIFIED CONCRETE MIX DESIGN SUBMITTAL FORM (Submit separate form for each mix design) Attach letter of certification that all admixtures, including silica fume, are compatible for this mix design. Submitted by: Ready -Mix Supplier: Name Address Phone Number Silica Fume Manufacturer: Mix # Date Name Address Phone Number Date Job Name © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. SILICA MODIFIED CONCRETE 037300 - 21 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 039810 — CHEMICAL GROUT INJECTION SYSTEMS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes provision of all labor, materials, equipment, supervision and incidentals necessary to prepare cracks in structural concrete members and inject them with a chemical grout resin system. 1.3 QUALITY ASSURANCE A. Testing Agency will be independent testing laboratory employed by Owner and approved by Engineer. B. Testing Agency is responsible for conducting, monitoring and reporting to Owner results of all field tests of chemical grout resin injection and installation required under this Section with copy of all reports to Engineer and Contractor. C. Submit following information for Field Testing of Chemical Grout Injection Installation unless modified in writing by Engineer: 1. Project name and location. 2. Contractor's name. 3. Testing Agency's name, address and phone number. 4. Chemical grout material supplier. 5. Date of report. 6. Testing Agency technician's name (sampling and testing). 7. Placement location within structure. 8. Chemical grout material data: a. Resin type. b. Port type. c. Width of cracks injected Of applicable). d. Crack conditions (dry or wet). e. Injection port spacing. f. Initial and Of different) constant injection pressures. g. Use rate of chemical grout. h. Crack and port sealing patching material and application methods. 9. Weather data: a. Air temperatures. b. Weather. c. Wind speed. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. CHEMICAL GROUT INJECTION SYSTEMS 039810 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 10. Field test data: a. Date, time and place of test. b. Thickness of resin in crack or void. 1.4 REFERENCES A. "Standard Specifications for Structural Concrete," (ACI 301) by American Concrete Institute, herein referred to as ACI 301, is included in total as specification for this structure except as otherwise specified herein. B. Comply with provisions of following codes, specifications and standards except where more stringent requirements are shown on Drawings or specified herein: 1. "Building Code Requirements for Reinforced Concrete," (ACI 318), American Concrete Institute, herein referred to as ACI 318. 1.5 SUBMITTALS A. Contractor: Submit manufacturer's product data sheets, technical sheets, recommended application procedures and information on chemical grout injection equipment. B. Testing Agency: Promptly report all test results to Engineer and Contractor. Include following information: 1. See Article "Quality Assurance," paragraph "Submit following information for Field Testing...." 2. Visual examination of grout resin penetration. 1.6 WARRANTY A. System manufacturer and Contractor shall furnish Owner written single source performance guarantee that chemical grout injection system will be free of defects related to design, workmanship or material deficiency for 3 -year period from date of acceptance of Work required under this Section against leakage or bond failure of patching materials. B. Any repair under this guarantee shall be done at no cost to Owner. Guarantee shall be provided by Contractor and manufacturer of system. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Hydrophobic Chemical grout injection system shall be one of following: 1. "Mountain Grout" as manufactured by Green Mountain International, Inc., 235 Pigeon Street, Waynesville, NC 28786. 2. "Hydro Active Cut" as manufactured by De Neef Construction Chemicals (U.S.) Inc., P.O. Box 1219, Waller, Texas 77484. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. CHEMICAL GROUT INJECTION SYSTEMS 039810 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Equipment: 1. Equipment used to inject grout shall be capable of following: a. High pressure range of 2000 to 2500 psi by positive displacement. b. Injection of grout system at constant pressures as required by manufacturer. PART 3 - EXECUTION 3.1 PREPARATION A. Crack Identification: 1. All cracks 0.03 in. wide or greater that are designated by Engineer, and not coincident with principal delamination, shall be injected. Cracks that occur coincident with principal delaminations shall not be injected, unless authorized by Engineer. 2. All cracks shall be located by Contractor at time of construction and marked with chalk. Cracks to be injected are to be verified and approved by Engineer prior to crack preparation. B. Crack Preparation for Injection: 1. Surface of concrete adjacent to crack must be free of all laitance, efflorescence, dirt or foreign particles. 2. Cracks are to be prepared according to Drawings and Work Item Details. 3. Cracks may be damp or dry as per injection material manufacturer's recommended installation procedures. 4. Drill hole at 45 degree angle, beginning at a distance away from crack so that drilled hole intercepts crack at approximately one half thickness of concrete. If repairing a vertical concrete face, drill first hole at bottom of crack and work upwards. 5. Stagger holes either side of crack with a 12 in. maximum spacing. 6. Insert grout port into drilled hole and tighten according to manufactures recommendations. 7. Flush crack with water prior to grouting. 3.2 INSTALLATION A. Chemical Grout Injection: 1. Flush crack with clean water, where this will indicate how crack will behave during grout injection and will prime crack for chemical reaction to occur. 2. For injecting ceiling cracks, follow manufacture installation guidelines and recommendations. 3. After determining crack is not leaking, clean crack surface flush; remove ports after resin is set and patch injection holes. 4. Contractor shall adhere to all limitations and cautions for chemical grout injection material per manufacturer's current printed literature. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. CHEMICAL GROUT INJECTION SYSTEMS 039810 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 5. Contractor shall adhere to all Federal, State and Local regulations for use and disposal of all products. B. Cleaning: 1. Contractor shall leave work area in clean condition when injection work is completed. Any chemical grout resin materials shall be cleaned off adjacent areas. Any painted surfaces are to be returned to original condition. 3.3 FIELD QUALITY CONTROL BY TESTING AGENCY A. Evaluation and Acceptance of Chemical Grout Injection: 1. Results by visual examination will be reviewed by Engineer for lack of leaking water. 2. If leakage continues in part of crack, it shall be re- injected with no additional quantity as a pay item. 3. Port holes shall be filled with non - shrink grout material. Finish, texture and color to match existing surface. END OF SECTION 039810 ©Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. CHEMICAL GROUT INJECTION SYSTEMS 039810 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. CHEMICAL GROUT INJECTION SYSTEMS 039810 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 040140 - STONE REPAIR GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Repairing stone masonry, including replacing whole units. 2. Installing supplemental anchorages. 3. Painting steel uncovered during the work. 4. Stone removal and re- installation /salvage. 5. Crack injection. 6. Patching stone units. 1.3 UNIT PRICES A. Work of this Section is affected by unit prices specified in Section 012200 "Unit Prices." 1. Unit prices apply to authorized work covered by estimated quantities. 2. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. 1.4 DEFINITIONS A. Low - Pressure Spray: 100 to 400 psi, 4 to 6 gpm. B. Rebuilding (Setting) Mortar: Mortar used to set and anchor masonry in a structure, distinct from pointing mortar installed after masonry is set in place. C. Rift: The most pronounced direction of splitting or cleavage of a stone. D. Stone Terminology: ASTM C 119. 1.5 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to stone repair including, but not limited to, the following: ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. Verify stone repair specialist's personnel, equipment, and facilities needed to make progress and avoid delays. b. Materials, material application, sequencing, tolerances, and required clearances. c. Quality - control program. d. Coordination with building occupants. 1.6 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. 2. Include recommendations for product application and use. Include test data substantiating that products comply with requirements. B. Samples for Initial Selection: For the following: 1. Colored Mortar: Submit sets of mortar that will be left exposed in the form of sample mortar strips, 6 inches long by 1/4 inch wide, set in aluminum or plastic channels. a. Have each set contain a close color range of at least three Samples of different mixes of colored sands and cements that produce a mortar matching the existing, cleaned mortar when cured and dry. b. Submit with precise measurements on ingredients, proportions, gradations, and source of colored sands from which each Sample was made. 2. Sand Types Used for Mortar: Minimum 8 oz. of each in plastic screw -top jars. 3. Patching Compound: Submit sets of patching compound Samples in the form of plugs (patches in drilled holes) in sample units of stone representative of the range of stone colors on the building. a. Have each set contain a close color range of at least three Samples of different mixes of patching compound that matches the variations in existing stone when cured and dry. 4. Include similar Samples of accessories involving color selection. C. Samples for Verification: For the following: 1. Each type of replacement stone. Include sets of Samples to show full range of color, texture, grain, veining, and finish to be expected. 2. Samples in first subparagraph below are of limited value because they are not cured under same conditions as patching compound used in actual work. A mockup provides a better sample. 3. Each type of patching compound in form of briquettes, at least 3 inches long by 1 -1/2 inches wide. Document each Sample with manufacturer and stock number or other information necessary to order additional material. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 4. Each type of adhesive. 5. Accessories: Each type of anchor, accessory, and miscellaneous support. 1.7 QUALITY ASSURANCE A. Stone Repair Specialist Qualifications: Engage an experienced stone repair firm to perform work of this Section. Firm shall have completed work similar in material, design, and extent to that indicated for this Project with a record of successful in- service performance. Experience in only installing standard unit masonry or new stone masonry is insufficient experience for stone repair work. 1. Field Supervision: Stone repair specialist firms shall maintain experienced full - time supervisors on Project site during times that stone repair work is in progress. 2. Stone Repair Worker Qualifications: When stone units are being patched, assign at least one worker per crew who is trained and certified by manufacturer of patching compound to apply its products. B. Mockups: Prepare mockups of stone repair to demonstrate aesthetic effects and to set quality standards for materials and execution and for fabrication and installation. 1. Stone Repair: Prepare sample areas for each type of stone indicated to have repair work performed. If not otherwise indicated, size each mockup not smaller than two adjacent whole units or approximately 48 inches in least dimension. Construct sample areas in locations in existing walls where directed by Architect unless otherwise indicated. Demonstrate quality of materials, workmanship, and blending with existing work. Include the following as a minimum: 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver stone units to Project site strapped together in suitable packs or pallets or in heavy -duty crates and protected against impact and chipping. B. Deliver each piece of stone with code mark or setting number on unexposed face, corresponding to Shop Drawings, using nonstaining paint. C. Deliver packaged materials to Project site in manufacturer's original and unopened containers, labeled with manufacturer's name and type of products. D. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. E. Store hydrated lime in manufacturer's original and unopened containers. Discard lime if containers have been damaged or have been opened for more than two days. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 F. Store sand where grading and other required characteristics can be maintained and contamination avoided. G. Handle stone to prevent overstressing, chipping, defacement, and other damage. 1.9 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit stone repair work to be performed according to product manufacturers' written instructions and specified requirements. B. Temperature Limits, General: Repair stone units only when air temperature is between 40 and 90 deg F and is predicted to remain so for at least seven days after completion of the Work unless otherwise indicated. C. Cold- Weather Requirements: Comply with the following procedures for stone repair unless otherwise indicated: 1. When air temperature is below 40 deg F, heat mortar ingredients, repair materials, and existing stone to produce temperatures between 40 and 120 deg F. 2. When mean daily air temperature is below 40 deg F, provide enclosure and heat to maintain temperatures above 32 deg F within the enclosure for seven days after repair. D. Hot - Weather Requirements: Protect stone repairs when temperature and humidity conditions produce excessive evaporation of water from mortar and patching materials. Provide artificial shade and wind breaks, and use cooled materials as required to minimize evaporation. Do not apply mortar to substrates with temperatures of 90 deg F and above unless otherwise indicated. E. For manufactured repair materials, perform work within the environmental limits set by each manufacturer. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Source Limitations: Obtain each type of material for repairing stone (stone, cement, sand, etc.) from single source with resources to provide materials of consistent quality in appearance and physical properties. 2.2 STONE MATERIALS A. Stone Matching Existing: Natural building stone of variety, color, texture, grain, veining, finish, size, and shape that match existing stone and with physical properties ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1. For existing stone that exhibits a range of colors, texture, grain, veining, finishes, sizes, or shapes, provide stone that proportionally matches that range rather than stone that matches an individual color, texture, grain, veining, finish, size, or shape within that range. B. Cutting New Stone: Cut each new stone so that, when it is set in final position, the rift or natural bedding planes will match the rift orientation of existing stones. 2.3 MORTAR MATERIALS A. Portland Cement: ASTM C 150 /C 150M, Type I or Type II, except Type III may be used for cold - weather construction; white or gray, or both where required for color matching of mortar. 1. Provide cement containing not more than 0.60 percent total alkali when tested according to ASTM C 114. B. Hydrated Lime: ASTM C 207, Type S. C. Masonry Cement: ASTM C 91/C 91M. D. Mortar Sand: ASTM C 144. 1. Exposed Mortar: Match size, texture, and gradation of existing mortar sand as closely as possible. Blend several sands if necessary to achieve suitable match. 2. Colored Mortar: Natural sand or ground marble, granite, or other sound stone of color necessary to produce required mortar color. E. Mortar Pigments: ASTM C 979/C 979M, compounded for use in mortar mixes, and having a record of satisfactory performance in stone mortars. F. Water: Potable. 2.4 MANUFACTURED REPAIR MATERIALS A. Stone Patching Compound: Factory -mixed cementitious product that is custom manufactured for patching stone. 1. Products: Subject to compliance with requirements, provide one of the following: a. Cathedral Stone Products, Inc.• Jahn M70 Limestone and Sandstone Repair Mortar. b. Conproco Corporation Matrix. c. Edison Coatings, Inc.• Custom System 45 2. Use formulation that is vapor and water permeable (equal to or more than the stone), exhibits low shrinkage, has lower modulus of elasticity than stone units being repaired, and develops high bond strength to all types of stone. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. Use formulation having working qualities and retardation control to permit forming and sculpturing where necessary. 4. Formulate patching compound in colors, textures, and grain to match stone being patched. B. Stone -to -Stone Adhesive: Two -part polyester or epoxy -resin stone adhesive with a 15- to 45- minute cure at 70 deg F, recommended in writing by adhesive manufacturer for type of stone repair indicated, and matching stone color. 1. Products: Subject to compliance with requirements, provide one of the following: a. Bonstone Materials Corporation Fast Set 41. b. Edison Coatings, Inc.• Flexi -Weld 520T. 2.5 ACCESSORY MATERIALS A. Stone Repair Anchors and Pins: Mechanical fasteners and pins of Type 316 stainless steel; designed for stone stabilization and pinning stone pieces; matching shape and size of existing anchors unless otherwise indicated. B. Adhesive anchors and screens: Stainless steel, Type 316. Threaded rod and screen compatible with the adhesive manufacturer's materials. Acceptable Adhesives: 1. Products: Subject to compliance with requirements, products that meet requirements include: a. Powers Fasteners: AC -100+ Gold C. Setting Buttons and Shims: Resilient plastic, nonstaining to stone, sized to suit joint thicknesses and bed depths of stone units, less the required depth of pointing materials unless removed before pointing. D. Masking Tape: Nonstaining, nonabsorbent material; compatible with mortar, joint primers, sealants, and surfaces adjacent to joints; and that easily comes off entirely, including adhesive. E. Antirust Coating: Fast - curing, lead- and chromate -free, self- curing, universal modified - alkyd primer according to anticorrosive metal primer. 1. Surface Preparation: Use coating requiring no better than SSPC -SP 3, "Power Tool Cleaning surface preparation according to manufacturer's literature or certified statement. F. Other Products: Select materials and methods of use based on the following, subject to approval of a mockup: 1. Previous effectiveness in performing the work involved. 2. Minimal possibility of damaging exposed surfaces. 3. Consistency of each application. 4. Uniformity of the resulting overall appearance. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 5. Do not use products or tools that could leave residue on surfaces. 2.6 MORTAR MIXES A. Measurement and Mixing: Measure cementitious materials and sand in a dry condition by volume or equivalent weight. Do not measure by shovel; use known measure. Mix materials in a clean, mechanical batch mixer. B. Colored Mortar: Produce mortar of color required by using specified ingredients. Do not alter specified proportions without Architect's approval. 1. Mortar Pigments: Where mortar pigments are indicated, do not add pigment exceeding 10 percent by weight of the cementitious or binder materials, except for carbon black which is limited to 2 percent, unless otherwise demonstrated by a satisfactory history of performance. C. Do not use admixtures in mortar unless otherwise indicated. D. Mixes: Mix mortar materials in the following proportions: 1. Rebuilding (Setting) Mortar by Volume: 1 part Portland Cement, 1 part lime, and 6 parts sand. 2. Rebuilding (Setting) Mortar by Type: ASTM C 270, Proportion Specification, Type N unless otherwise indicated, with cementitious material limited to Portland Cement and lime. 3. Pigmented, Colored Mortar: Add mortar pigments to produce exposed, setting (rebuilding) mortar of colors required. PART 3 - EXECUTION 3.1 PROTECTION A. Prevent mortar from staining face of surrounding stone and other surfaces. 1. Cover sills, ledges, and other projecting items to protect them from mortar droppings. 2. Keep wall area wet below rebuilding and repair work to discourage mortar from adhering. 3. Immediately remove mortar splatters in contact with exposed stone and other surfaces. 3.2 STONE REPAIR, GENERAL A. Appearance Standard: Repaired surfaces are to have a uniform appearance as viewed from 20 feet away by Architect. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3.3 STONE REMOVAL AND REPLACEMENT A. At locations indicated, remove stone that has deteriorated or is damaged beyond repair or is to be reused. Carefully remove entire units from joint to joint, without damaging surrounding stone, in a manner that permits replacement with full -size units. B. Support and protect remaining stonework that surrounds removal area. C. Maintain flashing, reinforcement, lintels, and adjoining construction in an undamaged condition. Coordinate with new flashing, reinforcement, and lintels, which are specified in other Sections] D. Notify Architect of unforeseen detrimental conditions including voids, cracks, bulges, and loose units in existing stone or unit masonry backup, rotted wood, rusted metal, and other deteriorated items. E. Remove in an undamaged condition as many whole stone units as possible. 1. Remove mortar, loose particles, and soil from stone by cleaning with hand chisels, brushes, and water. 2. Remove sealants by cutting close to stone with utility knife and cleaning with solvents. 3. Store stone for reuse. Store off ground, on skids, and protected from weather. 4. Deliver cleaned stone not required for reuse to Owner unless otherwise indicated. F. Clean stone surrounding removal areas by removing mortar, dust, and loose particles in preparation for stone replacement. G. Replace removed damaged stone with other removed stone in good condition, where possible, or with new stone matching existing stone, including direction of rift or natural bedding planes. Do not use broken units unless they can be cut to usable size. H. Install replacement stone into bonding and coursing pattern of existing stone. If cutting is required, use a motor - driven saw designed to cut stone with clean, sharp, unchipped edges. Finish edges to blend with appearance of edges of existing stone. 1. Maintain joint width for replacement stone to match existing joints. 2. Use setting buttons or shims to set stone accurately spaced with uniform joints. Set replacement stone with rebuilding (setting) mortar and with completely filled bed, head, and collar joints. Butter vertical joints for full width before setting, and set units in full bed of mortar unless otherwise indicated. Replace existing anchors with new anchors matching existing configuration. 1. Tool exposed mortar joints in repaired areas to match joints of surrounding existing stonework. 2. Rake out mortar used for laying stone before mortar sets according to Section 040141 "Stone Repointing." Point at same time as repointing of surrounding area. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 8 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. When mortar is hard enough to support units, remove shims and other devices interfering with pointing of joints. J. Curing: Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours, including weekends and holidays. 1. Hairline cracking within the mortar or mortar separation at edge of a joint is unacceptable. Completely remove such mortar and repoint. 3.4 PAINTING STEEL UNCOVERED DURING THE WORK A. Notify Architect if steel is exposed during stone removal. Where Architect determines that steel is structural, or for other reasons cannot be totally removed, prepare and paint it as follows: 1. Surface Preparation: Remove paint, rust, and other contaminants according to SSPC -SP 3, "Power Tool Cleaning, as applicable to comply with paint manufacturer's recommended preparation. 2. Antirust Coating: Immediately paint exposed steel with two coats of antirust coating, following coating manufacturer's written instructions and without exceeding manufacturer's recommended rate of application (dry film thickness per coat). B. If on inspection and rust removal, the thickness of a steel member is found to be reduced from rust by more than 1/16 inch, notify Architect before proceeding. 3.5 CRACK INJECTION A. General: Comply with cementitious crack - filler manufacturer's written instructions. B. Drill 1/8 -inch diameter injection holes as follows: 1. Transverse Cracks Less Than 3/8 inch Wide: Drill holes through center of crack at 12 to 18 inches o.c. 2. Drill holes 1 inch deep. C. Clean out drill holes and cracks with compressed air and water. Remove dirt and organic matter, loose material, sealants, and failed crack repair materials. D. Place plastic injection ports in drilled holes and seal face of cracks between injection ports with clay or other nonstaining, removable plugging material. Leave openings at upper ends of cracks for air release. E. Inject cementitious crack filler through ports sequentially, beginning at one end of area and working to opposite end; where possible, begin at lower end of injection area and work upward. Inject filler until it extrudes from adjacent ports. After port has been injected, plug with clay or other suitable material and begin injecting filler at adjacent port, repeating process until all ports have been injected. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 9 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 F. Clean cementitious crack filler from face of stone before it sets by scrubbing with water. G. After cementitious crack filler has set, remove injection ports, plugging material, and excess filler. Patch injection holes and surface of cracks as specified in "Stone Patching" Article. 3.6 STONE PATCHING A. Patch the following stone units unless another type of repair or replacement is indicated: 1. Units indicated to be patched. 2. Units with holes. 3. Units with chipped edges or corners B. Remove and replace existing patches where indicated. C. Remove deteriorated material and remove adjacent material that has begun to deteriorate. Carefully remove additional material so patch does not have feathered edges but has square or slightly undercut edges on area to be patched and is at least 1/2 inch thick, but not less than recommended in writing by patching compound manufacturer. D. Mask adjacent mortar joint or rake out for repointing if patch extends to edge of stone unit. E. Mix patching compound in individual batches to match each stone unit being patched. Combine one or more colors of patching compound, as needed, to produce exact match. F. Brush -coat stone surfaces with slurry coat of patching compound according to manufacturer's written instructions. G. Place patching compound in layers as recommended in writing by patching compound manufacturer, but not less than 1/4 inch or more than 2 inches thick. Roughen surface of each layer to provide a key for next layer. 1. Simple Details: Trowel, scrape, or carve surface of patch to match texture and surrounding surface plane or contour of the stone. Shape and finish surface before or after curing, as determined by testing, to best match existing stone. 2. Carved Details: Build patch up 1/4 inch above surrounding stone, and carve surface to match adjoining stone after patching compound has hardened. H. Keep each layer damp for 72 hours or until patching compound has set. I. Remove and replace patches with hairline cracks or that show separation from stone at edges, and those that do not match adjoining stone in color or texture. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 10 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3.7 FINAL CLEANING A. After mortar has fully hardened, thoroughly clean exposed stone surfaces of excess mortar and foreign matter; use wood scrapers, stiff -nylon or -fiber brushes, and clean water, applied by low- pressure spray. 1. Do not use metal scrapers or brushes. 2. Do not use acidic or alkaline cleaners. B. Clean adjacent nonstone surfaces. Use detergent and soft brushes or cloths. C. Clean mortar and debris from roof; remove debris from gutters and downspouts. Rinse off roof and flush gutters and downspouts. D. Remove masking materials, leaving no residues that could trap dirt. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. Allow inspectors use of lift devices and scaffolding, as needed, to perform inspections. B. Notify Architect in advance of times when lift devices and scaffolding will be relocated. Do not relocate lift devices and scaffolding until Architect has had reasonable opportunity to make inspections and observations of work areas at lift device or scaffold location. 3.9 STONE WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess stone materials are Contractor's property. B. Stone Waste: Remove stone waste and legally dispose of off Owner's property. END OF SECTION 040140 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Restoration Consultants. ©2013, Walker Restoration Consultants. All rights reserved. STONE REPAIR 040140 - 11 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 071800 — TRAFFIC COATINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 01 Specification Sections apply to this Section. 1.2 SUMMARY A. A single installer shall be responsible for providing complete water proofing system including all products specified in following Sections: 1. Division 07 Section, "Concrete Joint Sealants" B. This Section includes traffic topping: Fluid applied, waterproofing, traffic - bearing elastomeric membrane with integral wearing surface, where surface to which membrane is to be applied as indicated on plan. C. Materials shall be compatible with materials or related Work with which they come into contact, and with materials covered by this Section. 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Materials shall be compatible with materials or related Work with which they come into contact, and with materials covered by this Section. 2. Distribute reviewed submittals to all others whose Work is related. B. Pre - installation Conference: Meet at project site well in advance of time scheduled for Work to proceed to review requirements for Work and conditions that could interfere with successful topping performance. Require every party concerned with topping Work, or required to coordinate with it or protect it thereafter, to attend. Include manufacturer's technical representative and warranty officer. 1.4 ACTION SUBMITTALS A. Product Data: For each system indicated at least 60 days prior to application. 1. Product description, technical data, appropriate applications and limitations. 2. Primer type and application rate 3. Material, and wet mils required to obtain specified dry thickness for each coat. 4. Type, gradation and aggregate loading required within each coat. B. Samples: 1. One 4 in. by 4 in. stepped sample showing each component for each system indicated. C. Sample Warranty: For each system indicated. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. TRAFFIC COATINGS 071800 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.5 INFORMATION SUBMITTALS A. Certificates 1. Certification that products and installation comply with applicable federal, state of Minnesota and local EPA, OSHA and VOC requirements regarding health and safety hazards. 2. Evidence of applicator's being certified by manufacturer. Evidence shall include complete copy of manufacturer's licensing /certification document, spelling out repair responsibility for warranty claims. 3. Certification from Manufacturer that finishes as specified are acceptable for system to be installed at least 1 month before placement of any concrete which will receive traffic topping. 4. Certification stating static coefficient of friction meets minimum requirements of Americans with Disabilities Act (ADA). 5. Certification stating materials have been tested and listed for UL 790 Class "A" rated materials /system by UL for traffic topping application specified on project. Containers shall bear UL labels. 6. Certification from manufacturer confirming compatibility with existing underlying coatings and /or substrate. B. Manufacturer's Instructions: for each system indicated. 1. Crack treatment and surface preparation method and acceptance criteria. 2. Method of application of each coat. 3. Maximum and minimum allowable times between coats. 4. Final cure time before resumption of parking and /or paint striping. 5. Any other special instructions required to ensure proper installation. C. Field Quality Control: 1. Quality Control Plan as defined in Part 3. 2. Two copies each of manufacturer's technical representative's log for each visit. 3. Testing agency field reports. D. Qualification Statements 1. Manufacturer's qualifications as defined in "Quality Assurance" article. 2. Installer's qualifications as defined in "Quality Assurance" article. 3. Signed statement from applicator certifying that applicator has read, understood, and shall comply with all requirements of this Section. 1.6 CLOSEOUT SUBMITTALS A. Three copies of System Maintenance Manual. B. Five copies of snow removal guidelines for areas covered by Warranty. C. Final executed Warranty. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. TRAFFIC COATINGS 071800 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1.7 QUALITY ASSURANCE A. Manufacturer's Qualifications: Owner retains right to reject any manufacturer. 1. Evidence of acceptable previous work on WALKER- designed projects. If none, so state. 2. Evidence of financial stability acceptable to Engineer. 3. Listing of 20 or more projects completed with submitted system, to include: a. Name and location of project. b. Type of system applied. c. On -Site contact with phone number. B. Manufacturer's technical representative, acceptable to Engineer, shall be on site during surface preparation and initial stages of installation. C. Installer's Qualifications: Owner retains right to reject any manufacturer. 1. Evidence of compliance with Summary article paragraph "A single installer..." 2. Evidence that installer has successfully performed or has qualified staff who have successfully performed at least 5 verifiable years of installations similar to those involved in this Contract, and minimum 10 projects with submitted system. 3. Listing of 5 or more installations in climate and size similar to this Project performed by installer's superintendent. D. Testing Agency: Independent testing laboratory employed by Owner and acceptable to Engineer. E. Certifications 1. Traffic Topping shall satisfy current National Volatile Organic Compound (VOC) Emission Standards for Architectural Coatings. 2. Licensing /certification document from manufacturer that confirms system installer is a licensed /certified applicator for manufacturer and is legally licensed to perform work in State of Minnesota. 3. Licensing /certification agreement shall include following information: a. Applicator's financial responsibility for warranty burden under agreement terms. b. Manufacturer's financial responsibility for warranty burden under agreement terms. c. Process for dispute settlement between manufacturer and applicator in case of system failures where cause is not evident or cannot be assigned. d. Authorized signatures for both Applicator Company and Manufacturer. e. Commencement date of agreement and expiration date Of applicable). 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver all materials to site in original, unopened containers, bearing following information: 1. Name of product. 2. Name of manufacturer. 3. Date of preparation. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. TRAFFIC COATINGS 071800 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 4. Lot or batch number. B. Store materials under cover and protect from weather. Replace packages or materials showing any signs of damage with new material at no additional cost to Owner. 1.9 FIELD CONDITIONS A. Weather and Substrate Conditions: Proceed with work only when existing and forecast weather and temperature of concrete substrate will permit work in accordance with manufacturer's recommendations. 1.10 WARRANTY A. System Manufacturer New Application and Complete System Recoating: Furnish Owner with written total responsibility Joint and Several Warranty, detailing responsibilities of manufacturer and applicator with regard to warranty requirements (Joint and Several). Warranty shall provide that system will be free of defects, water penetration and chemical damage related to system design, workmanship or material deficiency, consisting of: 1. Any adhesive or cohesive failures. 2. Spelling surfaces. 3. Weathering. 4. Surface crazing (does not apply to traffic topping protection course). 5. Abrasion or tear failure resulting from normal traffic use. 6. Failure to bridge cracks less than 0.0625 in. or cracks existing at time of traffic topping installation on double tees only. B. If material surface shows any of defects listed above, supply labor and material to repair all defective areas and to repaint all damaged line stripes. C. Warranty period shall be a 5 year Joint and Several Warranty commencing with date of acceptance of work. D. Perform any repair under this warranty at no cost to Owner. E. Address following in terms of Warranty: length of warranty, change in value of warranty — if any- based on length of remaining warranty period, transferability of warranty, responsibilities of each party, notification procedures, dispute resolution procedures, and limitations of liability for direct and consequential damages. F. Snowplows, vandalism, and abnormally abrasive maintenance equipment are not normal traffic use and are exempted from warranty. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturer: Subject to compliance with requirements, provide products of 1 of following, only where specifically named in product category: 1. Advanced Polymer Technology (APT), Harmony, PA 2. BASF Building Systems (BASF), Shakopee, MN. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. TRAFFIC COATINGS 071800 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. Lymtal International Inc. (Lymtal), Lake Orion, MI. 4. Neogard Division of Jones -Blair Company (Neogard), Dallas, TX. 5. Poly -Carb Inc. (Poly - Carb), Solon, OH. 6. Technical Barrier Systems, Inc. (TBS), Oakville, Ontario. 7. Tremco (Tremco), Cleveland, OH. 2.2 MATERIALS, TRAFFIC TOPPING A. Acceptable toppings are listed below: 1. VOC Compliant, Extreme Low Odor, High - Solids (100 %), Heavy Duty Coating System): a. AutoGard FC HD48, Neogard. b. Conipur II Deck Coating System, BASF. c. Flexodeck Mark 170.2, Poly -Carb. d. Iso -Flex 760 U HL AR and 760 U HL AL, Lymtal. e. Kelmar FCW III, exposure 2 or 3, TBS. f. Qualideck Heavy Vehicular 'HD -80' (152/252/372/512), APT g. Vulkem 360NF/950NF and 951 NF, Tremco. B. Recoating Partial System: Provide all wearing course components specified for new heavy -duty applications. C. Provide additional wear coat if specified on drawings. D. Provide ultraviolet screening for all traffic topping placed on this project. E. Wear coat shall be sand loaded to rejection. Minimum aggregate size shall be not less than 16/30. F. Finish top coat shall be colored grey. G. Substitutions: None for this project. Contact Engineer for consideration for future projects. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to receive Work and report immediately in writing to Engineer any deficiencies in surface which render it unsuitable for proper execution of Work. B. Coordinate and verify that related Work meets following requirements before beginning surface preparation and application: 1. Concrete surfaces are finished as acceptable for system to be installed. Correct all high points, ridges, and other defects in a manner acceptable to Engineer. 2. Curing compounds used on concrete surfaces are compatible with system to be installed. 3. Concrete surfaces have completed proper curing period for system selected. 4. Joint Sealants are compatible with traffic toppings. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. TRAFFIC COATINGS 071800 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3.2 PREPARATION A. Seal all openings to occupied space to prevent cleaning materials, solvents and fumes from infiltration. All protective measures and /or ventilating systems required to prevent infiltration are incidental to this Work. B. Acid etching is prohibited. C. Remove all laitance and surface contaminants, including oil, grease and dirt by shotblasting. Prepare by sandblasting all surfaces inaccessible to shotblast equipment. D. Before applying materials, apply system to small area to assure that it will adhere to substrate and joint sealants and dry properly and to evaluate appearance. E. All cracks on concrete surface shall be prepared in accordance with manufacturer's recommendations. F. All random cracks on concrete surface less than 0.03 in. wide and showing no evidence of water and /or salt water staining on ceiling below shall receive detail coat unless more complete treatment required in accordance with manufacturer's recommendations. Rout and seal random cracks, construction joints and control joints prior to installation of primer or base coat. Crack preparation including installation of joint sealant material, where required, is incidental to traffic topping work. G. Mask off adjoining surfaces not to receive traffic topping and mask off drains to prevent spillage and migration of liquid materials outside membrane area. Provide neat /straight lines at termination of traffic topping. 3.3 INSTALLATION /APPLICATION A. Do all Work in accordance with manufacturer's written instructions and specifications including, but not limited to, moisture content of substrate, atmospheric conditions (including relative humidity and temperature), coverage, mil thicknesses and texture, and as shown on Drawings. B. Installation shall include all of following steps: 1. Surface Preparation — to prepare concrete for system application. 2. Crack / Construction / Control and Cove Joint Detail — for crack bridging. 3. Primer Coat — To insure proper adhesion of membrane to substrate. 4. Base Coat — to provide crack spanning in conjunction with Detailing noted above in B.2. 5. Aggregate Coat — to hold aggregate in system, providing skid and wear close up resistance. 6. Aggregate — Correct size, shape, hardness and aggregate loaded to refusal to insure proper skid and wear resistance. 7. Second Aggregate Coat, if specified — to hold aggregate in system, providing skid and wear resistance. 8. Second Aggregate, if specified — Correct size, shape, hardness and aggregate loaded to refusal to insure proper skid and wear resistance. 9. Top Coat — to lock aggregate into place, provide a maintainable surface and provide resistance to ponding water and slippery conditions, UV degradation, color loss and chemical intrusion. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. TRAFFIC COATINGS 071800 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 C. A primer coat is required for all systems. No exception. D. Do not apply traffic topping material until concrete has been air dried at temperatures at or above 40 °F. for at least 30 days after curing period specified. E. Cease material installation under adverse weather conditions, or when temperatures are outside manufacturers recommended limitations for installation, or when temperature of work area or substrate are below 40 °F. F. All adjacent vertical surfaces shall be coated with traffic topping minimum of 4 in. above coated horizontal surface. Requirement includes, but is not limited to pipes, columns, walls, curbs (full height of vertical faces of all curbs) and islands. G. Complete all Work under this Section before painting line stripes. H. Clean off excess material and material smears adjacent to joints as work progresses using methods and materials approved by manufacturers. 3.4 FIELD QUALITY CONTROL A. Develop a quality control plan for assured specified uniform membrane thickness that utilizes grid system of sufficiently small size to designate coverage area of not more than 5 gallons at specified thickness. In addition, employ wet mil gauge to continuously monitor thickness during application. Average specified wet mil thickness shall be maintained within grid during application with minimum thickness of not less than 85% of average acceptable thickness. Immediately apply more material to any area not maintaining these standards. B. Testing Agency employ wet mil gauge to periodically monitor thickness during application. C. Install 1 trial section of topping system for each duty grade and /or recoat system specified. Do not proceed with further topping application until trial sections accepted in writing by Engineer. Remove and replace rejected trial sections with acceptable application. Trial section shall also be tested for: 1. Wet mil thickness application. 2. Adhesion to concrete substrate and /or existing coating(s). 3. Overall dry mil thickness. D. Use trial sections to determine adequacy of pre - application surface cleaning. Obtain Owner, Engineer and manufacturer acceptance of cleaning before proceeding with topping application. E. Determine overall topping system mil thickness: 1. Contractor shall provide 6 in. by 6 in. bond breaker (topping coupon) on concrete surface for each 25,000 sq ft, or fraction thereof, of topping to be placed as directed by Engineer and manufacturer. Dimensionally locate coupon for easy removal. 2. Contractor shall assist Testing Agency in removing topping coupons from concrete surface at completion of manufacturer- specified cure period. Contractor shall repair coupon area per topping manufacturer's instructions. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. TRAFFIC COATINGS 071800 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. Testing Agency shall determine dry mil thickness of completed Traffic Topping System, including bond breaker. Take 9 readings (minimum), 3 by 3 pattern at 2 in. on center. No reading shall be taken closer than 1 in. from coupon edge. Report individual readings and overall topping system average to Engineer. Readings shall be made with micrometer or optical comparator. END OF SECTION 071800 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. TRAFFIC COATINGS 071800 - 8 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 076200 - SHEET METAL FLASHING AND TRIM PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Formed Products: a. Formed flashing drip edges. b. Formed copings. B. Related Sections: 1. Division 4 Section "Stone Repairs" for flashing membranes 1.3 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies as indicated shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Thermal Movements: Provide sheet metal flashing and trim that allows for thermal movements from ambient and surface temperature changes. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. ©2013, Walker Restoration Consultants. All rights reserved. SHEET METAL FLASHING AND TRIM 076200 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Shop Drawings: Show fabrication and installation layouts of sheet metal flashing and trim, including plans, elevations, expansion -joint locations, and keyed details. Distinguish between shop- and field - assembled work. Include the following: 1. Identification of material, thickness, weight, and finish for each item and location in Project. 2. Details for forming sheet metal flashing and trim, including profiles, shapes, seams, and dimensions. 3. Details for joining, supporting, and securing sheet metal flashing and trim, including layout of fasteners, cleats, clips, and other attachments. Include pattern of seams. 4. Details of termination points and assemblies, including fixed points. 5. Details of expansion joints and expansion -joint covers, including showing direction of expansion and contraction. 6. Details of edge conditions, including eaves, ridges, valleys, rakes, crickets, and counterflashings as applicable. 7. Details of special conditions. 8. Details of connections to adjoining work. 9. Detail formed flashing and trim at a scale of not less than 1 -1/2 inches per 12 inches C. Samples for Initial Selection: For each type of sheet metal flashing, trim, and accessory indicated with factory- applied color finishes involving color selection. D. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: 1. Sheet Metal Flashing: 12 inches long by actual width of unit, including finished seam and in required profile. Include fasteners, cleats, clips, closures, and other attachments. 2. Accessories and Miscellaneous Materials: Full -size Sample. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: Shop that employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in- service performance. B. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. C. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for fabrication and installation. 1. Build mockup of coping and masonry flashing including supporting construction cleats, seams, attachments, underlayment, and accessories. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. ©2013, Walker Restoration Consultants. All rights reserved. SHEET METAL FLASHING AND TRIM 076200 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to the extent necessary for the period of sheet metal flashing and trim installation. 1.7 WARRANTY 1. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable, temporary protective film before shipping. B. Aluminum Sheet: ASTM B 209, alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required. 1. Finish: Two -Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2. Surface: Smooth, flat. C. Stainless -Steel Sheet: ASTM A 240 Type 304, dead soft, fully annealed; with smooth, flat surface. 2.2 UNDERLAYMENT MATERIALS A. Self- Adhering, High- Temperature Sheet: Minimum 40 mils thick, consisting of slip - resisting polyethylene -film top surface laminated to layer of butyl or SBS- modified asphalt adhesive, with release -paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. 1. Products: Subject to compliance with requirements, provide one of the following]: ©2013, Walker Restoration Consultants. All rights reserved. SHEET METAL FLASHING AND TRIM 076200 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. Grace Construction Products, W. R. Grace & Co. - Conn.; Perm -A- Barrier Wall Flashing. b. IPCO, ; Self- adhered Rubberized Asphalt Flashing c. Polyguard Products, Inc.; Polyguard 400. 2.3 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and recommended by manufacturer of primary sheet metal unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self- tapping screws, self - locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self - drilling screws, gasketed, with hex - washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory- applied coating. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. C. Sealant Tape: Pressure - sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. D. Elastomeric Sealant: ASTM C 920, elastomeric silicone polymer sealant; low modulus; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. 2.4 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, geometry, metal thickness, and other characteristics of item indicated. Fabricate items at the shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces exposed to view. ©2013, Walker Restoration Consultants. All rights reserved. SHEET METAL FLASHING AND TRIM 076200 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8 -inch offset of adjoining faces and of alignment of matching profiles. C. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant. D. Expansion Provisions: Where lapped expansion provisions cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with butyl sealant concealed within joints. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by SMACNA's "Architectural Sheet Metal Manual for application, but not less than thickness of metal being secured. G. Seams for Aluminum: Fabricate nonmoving seams with flat -lock seams. Form seams and seal sealant H. Do not use graphite pencils to mark metal surfaces. 2.5 WALL SHEET METAL FABRICATIONS A. Drip Flashing: Fabricate from the following materials: 1. Stainless Steel: 0.025 inch thick. B. Copings: Fabricate from the following materials: 1. Aluminum: 0.050 inch thick. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. B. Proceed with installation only after unsatisfactory conditions have been corrected. ©2013, Walker Restoration Consultants. All rights reserved. SHEET METAL FLASHING AND TRIM 076200 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 3.2 UNDERLAYMENT INSTALLATION A. Self- Adhering Sheet Underlayment: Install self- adhering sheet underlayment, wrinkle free. Apply primer if required by underlayment manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply in shingle fashion to shed water, with end laps of not less than 6 inches Roll laps with roller. Cover underlayment within 14 days. 3.3 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. 4. Install sealant tape where indicated. 5. Torch cutting of sheet metal flashing and trim is not permitted. 6. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by SMACNA. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. D. Fastener Sizes: Use fasteners of sizes that will penetrate [wood not less than 3/4 inch for wood screws. E. Seal joints as shown and as required for watertight construction. 1. Prepare joints and apply sealants to comply with requirements in Section 079200 "Joint Sealants." 3.4 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of masonry. ©2013, Walker Restoration Consultants. All rights reserved. SHEET METAL FLASHING AND TRIM 076200 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Drip Flashing: Installation of flashing is outlined on the Drawings. C. Coping: Installation of copings is outlined on the Drawings. 3.5 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8- inch offset of adjoining faces and of alignment of matching profiles. B. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." 3.6 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. C. Clean off excess sealants. D. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of installation, remove unused materials and clean finished surfaces. Maintain in a clean condition during construction. E. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 076200 ©Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Restoration Consultants. ©2013, Walker Restoration Consultants. All rights reserved. SHEET METAL FLASHING AND TRIM 076200 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 079230 — CONCRETE JOINT SEALANTS - BID PACKAGE #1 PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Owner provided Contract, including General and Supplementary Conditions and Division 01 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes crack, construction joints, control joints and cove sealants. 1.3 ACTION SUBMITTALS A. Product Data: For each system indicated at least 60 days prior to application. 1. Product description, technical data, appropriate applications and limitations. 2. Primer type and application rate B. Sample Warranty: For each system indicated. 1.4 INFORMATION SUBMITTALS A. Field Quality Control: 1. Two copies each of manufacturer's technical representative's log for each visit. 2. Testing agency field and test reports. 1.5 CLOSEOUT SUBMITTALS A. Three copies of System Maintenance Manual. B. Final executed Warranty. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver all materials to site in original, unopened containers, bearing following information: 1. Name of product. 2. Name of manufacturer. 3. Date of preparation. 4. Lot or batch number. B. Store materials under cover and protect from weather. Replace packages or materials showing any signs of damage with new material at no additional cost to Owner. 1.7 FIELD CONDITIONS A. Weather and Substrate Conditions: Proceed with work only when existing and forecast weather and temperature of concrete substrate will permit work in accordance with manufacturer's recommendations. 1.8 WARRANTY A. System Manufacturer: Furnish Owner with written total responsibility Joint and Several Warranty, detailing responsibilities of manufacturer and installer with regard to warranty ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. CONCRETE JOINT SEALANTS 079230 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 079230 —JOINT SEALANTS — BID PACKAGE #2 PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 01 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Exterior joints in the following horizontal /vertical non - traffic bearing surfaces: a. Joints between cast concrete and stone coping units and wall panels. b. Joints at door perimeters. B. Related Sections: Following Sections contain requirements that relate to this Section. 1. Division 04 Section, "Stone Repair." 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Materials shall be compatible with materials or related Work with which they come into contact, and with materials covered by this Section. 2. Distribute reviewed submittals to all others whose Work is related. 3. Coordinate layout of joint system and approve methods for providing joints with precast concrete and concrete contractors. 4. Inspect site and precast plant before precast production to insure proper joint configuration. B. Make submittals in accordance with requirements of Division 01 Section, "Submittal Procedures:" 1. See requirements of Division 01 Section, "Submittal Procedures," Part 1 heading, "Submittal Procedures," for limits to resubmittals. C. Submittals and Resubmittals: Engineer will review each of Contractor's shop drawings and /or submittal data the initial time and, should resubmittal be required, one additional time to verify that reasons for resubmittal have been addressed by Contractor and corrections made. Resubmittal changes /revisions /corrections shall be circled. Engineer will review only circled items and will not be responsible for non - circled changes /revisions /corrections and additions. Should additional resubmittals be ©2013, Walker Restoration Consultants. All rights reserved. JOINT SEALANTS 079233 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 079500 — EXPANSION JOINT ASSEMBLIES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. A single installer shall be responsible for providing complete water proofing system including all products specified in the following Sections: 1. Division 07 Section, "Traffic Coatings." B. This Section includes the following: 1. Standard expansion joint systems: a. Elastomeric concrete edged, extruded rubber joint system b. Adhered extruded rubber joint system 1.3 DEFINITIONS A. Maximum Joint Width: Widest linear gap a joint system tolerates and in which it performs its designed function without damaging its functional capabilities. B. Minimum Joint Width: Narrowest linear gap a joint system tolerates and in which it performs its designed function without damaging its functional capabilities. C. Movement Capability: Value obtained from the difference between widest and narrowest widths of a joint opening typically expressed in numerical values (mm or inches) or a percentage (plus or minus) of nominal value of joint width. Movement capability is to include anticipated movements from concrete shrinkage, concrete shortening and creep from post- tensioning or prestessing, cyclic thermal movements, and seismic movements. D. Nominal Joint Width: Width of linear opening specified in practice and in which joint system is installed. E. Nominal Form Width: Linear gap in joint system at time of forming or erection of structural elements bounding the expansion joint. F. Service Load Level: Defined level of load under which joint assembly remains elastic and fully functional. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 1 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 G. Fatigue Load Level: Defined level of load under which joint assembly remains elastic and fully functional, including all noise mitigation components, for the stated number of cycles. H. Collapse Load Level: Defined level of load under which joint assembly remains capable of bridging the gap, although plates may yield and components may break. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. General: a. Coordinate and furnish anchorages, setting drawings, and instructions for installing joint systems. Provide fasteners of metal, type, and size to suit type of construction indicated and to provide for secure attachment of joint systems. b. Coordinate requirements for transitions, tolerances, levelness, and plumbness to ensure the installed expansion joint system can perform with expected movement capabilities. c. Coordinate and assign responsibility for preparation of concrete surfaces adjacent to expansion joints. d. Expansion joint surface areas each side of joint gap shall have a vertical differential less than Yd' and meet requirements of expansion joint manufacturer. e. Minor surface defects shall be repaired according to manufacturer's recommendations. Repair materials shall be compatible with intended system materials and shall be approved by the Engineer prior to surface preparation and installation. f. Submit for approval repair products and procedures for all major defects. Repair description shall indicate materials, manufacturer's requirements, expected service life, and maintenance requirements. Take all precautions necessary to avoid damaging adjacent surfaces and embedded reinforcement or post tensioned anchors and tendons. Contractor is responsible for any damages. Concrete repairs shall be of rectangular configuration, with no feather -edged surfaces. Final surface preparation of all repairs shall be sandblasting, or approved equivalent. g. Coordinate layout of joint system and approval of methods for providing joints. 2. Joint Opening Width: a. Use temperature adjustment table to properly size joint gap at time of concrete pour and show that proposed joint system is capable of equal individual and combined movements in each direction when installed at designated temperature shown on drawings. b. Where installation temperature is other than specified temperature, perform calculations showing joint is capable of movement within design temperature range (Criteria on Drawings) for "other" temperature, and that design and installation follow manufacturer's recommendations. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 c. Expansion joint movement capability and the actual joint gap movement may not coincide. Construct actual joint gap in accordance with expansion design criteria. 3. Blockouts: a. Float expansion joint blockouts to remove all air pockets, voids and spells caused by form work. b. Blockouts shall be plumb with maximum tolerance per Manufacturer or not more than 0.125 inches deviation in 12 inches. Noncompliant blockouts shall be considered major defects. c. Blockouts shall be straight and true with maximum tolerance per Manufacturer or not more than 0.250 inches deviation in 10 lineal feet. Noncompliant blockouts shall be considered major defects. B. Preinstallation Meetings: Meet at project site well in advance of time scheduled for Work to proceed to review requirements for Work and conditions that could interfere with successful expansion joint system performance. Require every party concerned with concrete formwork, blockout, concrete placement, or others required to coordinate or protect the Work thereafter, to attend. Include Engineer of Record and manufacturer's technical representative and warranty officer. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product indicated: 1. Construction details, material descriptions, dimensions, and finishes. 2. Proposed method of preparation of concrete surface to receive expansion joint systems. 3. Proposed method and details for treatment of cracks, bugholes, or other potential concrete surface defects in areas to receive expansion joint systems. 4. Horizontal spacing between embedded metals and plates to allow for volume change due to thermal conditions. 5. Temperature adjustment table showing formed gap at the time of concrete placement calculated at 10 °F increments and a calculation showing joint system is capable of movement within the design temperature range. B. Shop Drawings: For each type of product indicated: 1. Placement Drawings: Show project conditions including, but not limited to, line diagrams showing plans, elevations, sections, details, splices, blockout requirement, and terminations. Provide isometric or clearly detailed drawings depicting how components interconnect. Include reviewed and approved details from others whose work is related. Other information required to define joint placement or installation. 2. Joint System Schedule: Prepared by or under the supervision of the supplier. Include the following information in tabular form: a. Manufacturer and model number for each joint system. b. Joint system location cross - referenced to Drawings. c. Form width. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 3 Iowa and Locust Street Parking Repair Projects Construction Documents 21-3847.10/21-3848.10 July 2013 d. Nominal joint width. e. Movement capability. f. Minimum and maximum joint width. g. Classification as thermal or seismic. h. Materials, colors, and finishes. i. Product options. j. Fire - resistance ratings. 3. Components and systems required to be designed by a professional engineer, shall bear such professional's written approval when submitted. C. Samples: 1. Samples for each type of joint system indicated. a. Submit [2] samples for each type. Full width by 6 inches (150 mm) long, for each system required. b. Field samples of premolded joint sealant. Width, thickness and durometer hardness of sealant shall be checked by Testing Agency. Upward buckling caused by joint gap closure shall be limited to a maximum of 1/4 inch per ADA Guidelines. 2. Develop mockups of concrete surface preparation for review and to establish a control for the application. D. Delegated Design Submittals: 1. Analysis performed by a licensed professional engineer in State of South Dakota indicating expansion joint system complies with expansion joint performance and design criteria of this specification and is suitable for use in conditions of this project. Provide a summary of design criteria used in design. E. Test and Evaluation Reports: 1. For premolded joints, Testing Agency shall check Shore A hardness of materials in accordance with ASTM D2240 and insure limited upward buckling of 1/4 inch or less. 2. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for current products. 1.6 INFORMATIONAL SUBMITTALS A. Certificates 1. Certification that products and installation comply with applicable federal, state of South Dakota, and local EPA, OSHA and VOC requirements regarding health and safety hazards. 2. ADA Certification: Prior to installation, submit written certification from manufacturer indicating that expansion joints conform to Americans with Disabilities Accessibility Guidelines for Buildings and Facilities, as published by U.S. Architectural & Transportation Barriers Compliance Board, 1331 F Street, N.W., Suite 1000, Washington, DC 20004 -1111. 1 -800- 872 -2253. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 4 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 a. Submit test reports from accredited laboratory attesting to joint systems' movement capability and ADA compliance. b. Static coefficient of friction shall meet minimum requirements of Americans with Disabilities Act (ADA). 3. Signed statement from installer /applicator certifying that installer /applicator has read, understood, and shall comply with all requirements of this Section. 4. Signed statement from manufacturer's representative that they have read, understood, and shall comply with all requirements of this section. B. Field Quality Control 1. Two copies each of manufacturer's technical representative's log for each visit. C. Qualification Statements 1. Manufacturer's qualifications as defined in the "Quality Assurance" article within 60 days of project award. 2. Installer's qualifications as defined in the "Quality Assurance" article. 3. Evidence of manufacturer's certification of installer /applicator. Evidence shall include complete copy of manufacturer's licensing /certification document, spelling out repair responsibility for warranty claims. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Contracts: 2 copies of Maintenance Program contracts. B. Operation and Maintenance Data 1. Maintenance Manual: 3 copies of System Maintenance Manual. 2. Five copies of snow removal guidelines for areas covered by warranty. C. Warranty Documentation: 2 executed copies of Labor and Material Warranty including all terms, conditions and maintenance requirements. 1.8 QUALITY ASSURANCE A. Manufacturer Qualifications: Owner retains right to reject any manufacturer. 1. Evidence of compliance with Experience Record and Qualifications paragraph below. 2. Evidence of acceptable previous work on WALKER- designed projects. If none, so state. 3. Copy of sample warranty that meets the requirements of the "Warranty" article in Section 1. 4. Evidence of financial stability acceptable to Owner or Engineer. 5. Evidence of compliance with "Single Installer" requirement. B. Experience Record and Qualifications: Verification of systems shall be established by either System Validation or Design Validation. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 5 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 1. System Validation: Submitted system for similar applications with minimum five (5) years experience and five (5) verified projects completed. Validation submittal shall include: a. Design calculations, including finite element analysis for all load carrying elements, using the design criteria listed in Part 2. b. Field history as defined below. c. Results of seismic load tests defined below for projects with a Seismic Design Category of C or higher. 2. Design Validation: Submitted system for similar application with less than five (5) years experience shall include a design validation submittal. Validation submittal shall include: a. Design calculations, including finite element analysis for all load carrying elements, using the design criteria listed in Part 2. b. Results of cyclic and seismic load tests defined below. 3. Acceptable field history consists of successful performance of five (5) installations in place over the previous five (5) years under similar project loads, traffic frequency, footprints, and joint sizes. Include sketches, photos, and references for each installation. Installations shall have experienced at least moderate levels of traffic. 4. Vertical and horizontal cyclic load tests shall be performed at an independent laboratory, and witnessed by a professional engineer who shall issue a stamped final report of the test results. Tests shall consist of cyclic load testing using the design criteria in Part 2 and project joint sizes. Tests shall meet the following criteria: a. Vertical load cycle counts shall be a minimum of 2, 1000, and 1,000,000 cycles for the collapse, service, and fatigue level loads respectively. b. Horizontal load cycle counts shall be a minimum of 1,000 and 25,000 cycles for the service and fatigue level loads respectively. No horizontal load test is required for the collapse level loads. c. The vertical service and fatigue load test shall consist of a rolling tire at specified load in order to gauge joint wear. Test specimen shall show no signs of yielding of load carrying elements. d. Observation and testing results of performance for noise mitigation elements shall be reported. e. Different specimens may be used for the tests if they are of the same size and design. Conditions adjacent to the joint, e.g. the blockout region, shall be in keeping with the system design. Test joints shall be not less than 4 feet per tire in length, and shall replicate typical field installed geometry. 5. Seismic load tests shall be performed by an independent laboratory and witnessed by a professional engineer who shall issue a stamped final report of the test results. Tests shall consist of harmonic cycle testing at seismic velocities and displacements. a. Test displacements shall not be less than 85% of the joint's design range, at a frequency not less than 0.5Hz, for not less than 10 cycles. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 6 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 b. Longitudinal displacements (parallel to the joint) shall be 10% of the transverse displacement (perpendicular to the joint), but not less than 1 ", for joints where only unidirectional movement is expected, and 50 %, but not less than 1 ", for joints in which bidirectional movement is anticipated. Longitudinal and transverse displacements shall be applied simultaneously with a vertical offset of Y" between opposite sides of the joint. c. Seismic testing is not required for small movement joints with seismic design displacements of less than 2" ( +1 -2 ", 4" total). C. Installer Qualifications: An employer of workers, including superintendent for this project, trained and approved by manufacturer. D. Testing Agency: Independent testing laboratory employed by Owner and acceptable to Engineer. E. Certifications 1. Provide reports to Owner detailing maintenance activities have been performed in accordance with written maintenance agreement for expansion joints. 2. Materials shall be compatible with materials or related Work with which they come into contact and the related materials sections. 3. Manufacturer /Applicator: Review and approve all details before construction. Confirm in writing to Owner. 1.9 DELIVERY, STORAGE AND HANDLING A. Deliver all materials to site in original, unopened containers, bearing following information: 1. Name of product. 2. Name of manufacturer. 3. Date of preparation. 4. Lot or batch number. B. Store materials under cover and protect from weather. Replace packages or materials showing any signs of damage with new material at no additional cost to Owner. 1.10 WARRANTY A. Warranty period shall be a five [5] year labor and materials warranty commencing with date of acceptance of work. B. Installation Requirements: Include a written plan of construction and coordination requirements, to allow joint system installation to proceed with specified warranty, that specifically addresses the following: 1. Block out acceptance criteria. 2. Surface preparation acceptance criteria. 3. Crack, surface defect, and detailing recommendations. 4. Method of protection of surrounding surfaces. 5. Method of expansion joint system installation description. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 7 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 6. Primer type and application rate. 7. Method of preparation of all glands and reinforced membranes. 8. Temperature, humidity and other weather constraints. Specify substrate moisture testing criteria, if any. 9. Final cure time before removal of protection, resumption of traffic, and /or paint striping. 10. Any other special instructions required to ensure proper installation. C. Quality Service Requirements: Show evidence of licensed /approved installer. List of names, addresses and phone numbers, with copies of certification /approval agreement with each, satisfies requirement. Licensing /certification agreement shall include following information: 1. Installer's financial responsibility for warranty burden under agreement terms. 2. Manufacturer's financial responsibility for warranty burden under agreement terms. 3. Process for dispute settlement between manufacturer and installer in case of system failures where cause is not evident or cannot be assigned. 4. Authorized signatures for both Installer Company and Manufacturer. 5. Commencement date of agreement and expiration date Of applicable). 6. Provide copy of contractor's field application quality control procedures. D. Warranty shall be jointly executed by Manufacturer and Installer for labor and materials. Detail responsibilities of General Contractor, manufacturer and installer with regard to warranty requirements, as outlined in the Manufacturer's warranty and related Licensing /Certification documents. Warranty shall provide that system shall be free of defects, water penetration and chemical damage related to system design, workmanship or material deficiency, consisting of: 1. Any water leakage through expansion joint system or leaking conditions of reinforced membrane, other waterproofing components, or glands. 2. Any adhesive or cohesive failures of the system. 3. Shifting of plates out of alignment due to system failure. 4. Loose plates, anchor blocks, bolts. 5. Metal to metal vibration causing noises during use. 6. Metal to non -metal vibration causing noises during use. 7. Tears, weathering, or degradation in gland from normal use. 8. Expansion joint glands are considered defective if they buckle upwards beyond the level of the floor surface after installation or downward in excess of Y inch below the floor surface. E. If expansion joint systems or components show any of defects listed above, supply labor and material to repair all defects at no cost to Owner. PART 2 - PRODUCTS 2.1 SYSTEM DESCRIPTION A. A single Installer shall be responsible for providing complete expansion joint system. Obtain all joint systems through one source from a single manufacturer. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 8 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 B. Drawings indicate size, profiles, and dimensional requirements of joint systems and are schematic for systems indicated. C. Do not modify intended aesthetic effects, as judged solely by, except with Engineer's approval. If modifications are proposed, submit comprehensive explanatory data to Engineer for review. 2.2 PERFORMANCE REQUIREMENTS A. Intent of this section is to insure that installed expansion joints allow pedestrian and vehicular traffic to pass in a smooth, quiet fashion with minimal maintenance required over a period of not less than 10 years. Expansion joints shall not only function as structural bridging elements, but must also accommodate structural expansions /contractions and minimize water leakage. B. Provide engineering of expansion joint for preparation of final details for fabrication and construction of all concrete openings, expansion joint elements and required accessories. An integral part of this project is engineering for the following: 1. Include engineering calculations for the size and forming of concrete openings to provide nominal joint width as indicated on drawings. Provide a summary of the design criteria used in the design. 2. Include engineering calculations for the appropriate size of expansion joint elements in accordance with the expansion joint assembly performance criteria. Include installation requirements of expansion joint assembly for specific project conditions and scheduling. Provide a summary of design criteria used in design. 3. Analysis shall be performed by a licensed professional engineer in State of South Dakota indicating joint system complies with criteria and requirements of this specification and is suitable for use in conditions of this project. 4. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Expansion joint design shall meet or exceed all expected movements shown on drawings. Total anticipated joint movement is 2 inches. D. Installation temperature range and estimated volume change movements are shown on drawings. Nominal form width shown on the drawings shall be adjusted for the ambient temperature at time of concrete placement and designer shall verify that width of joint at installation shall meet minimum installation requirements. E. Expansion joint systems shall be capable of resisting a differential vertical movement of % inch. F. Materials shall be supplied in lengths to minimize or eliminate the need to splice waterproofing components. 1. Waterproofing materials directly exposed to vehicular traffic shall be supplied with no joints in vehicle drive aisles. 2. All mitered splices shall be performed at the factory and provide sufficient gland length for butt splicing with field splicing equipment. 3. All Santoprene butt to butt splices shall be heat welded. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 9 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 4. Butt to butt splices with other materials shall be per manufacturer's recommendations. G. Design system for passenger vehicles traveling at speeds normally expected within a parking structure. H. Design system for passenger vehicles traveling at speeds higher than those expected in a parking structure. Fire - Test - Response Characteristics: Where indicated, provide expansion joint system and fire - barrier assemblies identical to those of assemblies tested for fire resistance per UL 2079 [or ASTM E 1966] by a testing and inspecting agency acceptable to authorities having jurisdiction. J. Walking Surfaces: Expansion joint assemblies at walking areas subject to pedestrian traffic shall provide a smooth, slip resistant walking surface for pedestrians with these minimum requirements: 1. Shall provide walking surfaces in accordance with ASTM — F 1637 Standard Practice for Safe Walking Surfaces. 2. Shall be designed to comply with "Americans with Disabilities Act (ADA), Accessibility Guidelines (ADAAG) ". Americans with Disabilities Accessibility Guidelines for Buildings and Facilities, as published by U.S. Architectural & Transportation Barriers Compliance Board, 1331 F Street, N.W., Suite 1000, Washington, DC 20004 -1111. 1- 800 - 872 -2253. 3. Adjoining walkway surfaces shall be flush and meet the following minimum requirements: a. Changes in level of less than 1/4 inch in height may be without edge treatment as shown in ADA Figure 303.2 and on the Drawings. b. Changes in Level between 1/4 inch and Y inch in height shall be beveled with a slope no greater than 1:2 as shown in ADA Figure 303.3 and on the Drawings. c. Changes in level greater than Y inch in height are not permitted unless they can be transitioned by means of a ramp as shown on Drawings. d. Openings in floor or ground surfaces shall not allow passage of a sphere more than Y inch diameter except as allowed for elevators and platform lifts as shown in ADA Figure 302.3 and on the Drawings. 2.3 MANUFACTURERS A. Subject to compliance with requirements, provide products from one of following manufacturers (listed in alphabetical order), only where specifically named in product categories: 1. Balco Inc., Wichita, KS (Balco). 2. Construction Specialties, Inc., Muncy, PA (C /S). 3. Dow Corning Corp., Midland, MI (Dow Corning). 4. Emseal Joint Systems, Westborough, MA (Emseal). 5. Erie Metal Specialties, Inc., Akron, NY (EMS). 6. Lymtal International Inc. Lake Orion, MI (Lymtal). 7. MM Systems Corporation, Atlanta, GA (MM). ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 10 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 8. Tremco, Cleveland, OH (Tremco). 9. Watson Bowman Acme Corporation, a Division of BASF Construction Chemicals NA, Amherst, NY (WBA). 2.4 PRODUCTS, STANDARD EXPANSION JOINT SYSTEMS A. Elastomeric concrete edged, extruded rubber expansion joint system. 1. DuraFlex Chambered Wing Seal CS and DCS Seris, Balco. 2. Iso -Flex Winged Joint System J Series, LymTal. 3. Lokcrete Membrane System (LMS) Series, MM. 4. Polycrete /Membrane System, Type CR Series, EMS. 5. Thermaflex Membrane /Nosing System, Type TM and TCR Series, Emseal. 6. Vulkem WF series Vehicular Expansion Joint System, Tremco. 7. Wabo®Crete II Membrane 201 System, WBA. 8. ZB 200/400 Series, C /S. B. Adhered extruded rubber expansion joint sealant system. 1. C/S Hybrid Compression Seal, Model HB, C /S. 2. Cebreg System, J or JP Series, EMS. 3. DuraFlexTM Elastic Seal ES Series, Balco. 4. Epoxy Bonded Sealing System, EBS Series, MM. 5. Iso -Flex Pressure Lok, Q Series, LymTal. 6. Jeene® Structural Sealing Joint System, WBA. 7. TechStar W -Seal; neoprene, TechStar. C. Substitutions: None for this project. Contact Engineer for consideration for future projects. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces and blockouts where expansion joint systems will be installed for installation tolerances and other conditions affecting performance of Work. B. Check elevations on each side of expansion joint gap to ensure flush slab -to -slab transition. C. Check anticipated or actual minimum and maximum joint openings. Compare to manufacturer's movement specifications and make joint sizing recommendations. D. Coordinate and verify that related Work meets following requirements: 1. Check adhesion to substrates and recommend appropriate preparatory measures. 2. Curing compounds used on concrete surfaces are compatible with Work to be installed. 3. Concrete surfaces have completed proper curing period for system selected. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 11 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 4. Coordinate expansion joint system with other related Work before installation of expansion joint. 5. Verify expansion joints are compatible with Joint Sealants and traffic toppings. E. Proceed with installation only after unsatisfactory conditions have been corrected. F. Cease installation if expansion joint blockouts and /or openings exhibit cracked edges, voids or spells. Repair with approved material prior to installation of expansion joint. G. Correct unsatisfactory conditions in manner acceptable to Manufacturer and Engineer before installing joint system. 3.2 PREPARATION A. Prepare for installation of expansion joint systems in accordance with manufacturer's recommendations B. Surface Preparation: 1. Acid etching: Prohibited. 2. Prepare substrates according to joint system manufacturer's written instructions. 3. Clean joints thoroughly in accordance with manufacturer's instructions to remove all laitance, unsound concrete and curing compounds which may interfere with adhesion. 3.3 INSTALLATION A. Comply with manufacturer's written instructions for storing, handling, and installing joint assemblies and materials unless more stringent requirements are indicated. B. Proceed with work only when existing and forecast weather and temperature of concrete substrate will permit work in accordance with manufacturer's recommendations. C. Cease material installation under adverse weather conditions, or when temperatures are outside manufacturers recommended limitations for installation, or when temperature of work area or substrate are below 40 °F. D. During months when historic mean daily temperature at Project is more than 19° F. colder than annual mean daily temperature, premolded sealant shall be installed on temporary basis to prevent hot weather buckling. Provide permanent installation during acceptable weather conditions. E. Terminate exposed ends of joint assemblies with field- or factory- fabricated termination devices. F. Seal all openings to occupied spaces to prevent cleaning materials, solvents and fumes from infiltration. All protective measures and /or ventilating systems required to prevent infiltration are incidental to this Work. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 12 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 G. Clean off excess material and material smears adjacent to joints as work progresses using methods and materials approved by manufacturer. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections: Prior to opening to traffic, test joint seal for leaks by maintaining continuously wet for 12 hours. Repair leaks revealed by examination of seal underside. Repeat test and repairs until all leaks stopped for full 12 hours. B. Manufacturer Services: Provide qualified manufacturer's technical representative for periodic inspection of Work at critical time of the installation, including but not limited to pre- concrete formwork and placement site meetings, block out inspection, surface defect repair, surface preparation, metal work, expansion gland installation and waterproofing system installation. 3.5 PROTECTION A. Do not remove protective covering until finish work in adjacent areas is complete. When protective covering is removed, clean exposed metal surfaces to comply with manufacturer's written instructions. B. Protect installation from damage by work of other Sections. Where necessary due to heavy construction traffic, remove and properly store cover plates or seals and install temporary protection over joints. Reinstall cover plates or seals prior to Substantial Completion of Work. 3.6 MAINTENANCE A. Provide separate line item bid price for 5 year maintenance program for vehicle rated seismic expansion joint system. The Maintenance Program includes observations, reports, and maintenance of all components for seismic expansion joint system. END OF SECTION 079500 © Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Consultants /Engineers, Inc. All rights reserved. EXPANSION JOINT ASSEMBLIES 079500 - 13 20 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SECTION 099140 - PAVEMENT MARKING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Contract Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section includes all labor, equipment and services to paint following items of types, patterns, sizes, and colors as shown on Contract Drawings: 1. Parking Stall Stripes 2. Traffic Arrows, crosswalks, accessible stall access aisles, walkways, symbols, stop bars, curb edges, words and other markings. 3. International Symbol of Accessibility. 4. Curbs and Curb Ramps. B. Related Work: 1. Pavement Marking Contractor shall verify compatibility with traffic topping, sealers, joint sealants, caulking and all other surface treatments. 1.3 SUBMITTALS A. Provide paint specifications data as follows: 1. Manufacturer's certification that the material complies with: a. Federal specifications where required in this Section. b. Acceptance by State and /or Local DOT for use on roads in vicinity of project where not required to meet a Federal Specification herein. 2. Intended paint use. 3. Pigment type and content. 4. Vehicle type and content. B. Submit list of similar projects (minimum of 5) where pavement- marking paint has been in use for a period of not less than 2 yrs. C. Material Safety: Contractor shall provide Engineer with Material Safety Data Sheets (MSDS) for all materials and supplies used. 1.4 QUALITY ASSURANCE A. Provide written 1 year warranty to Owner that pavement markings will be free of defects due to workmanship, inadequate surface preparation, and materials including, ©2013, Walker Parking Restoration. All rights reserved. PAVEMENT MARKING 099140 - 1 20 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 but not limited to, fading and /or loss of markings due to abrasion, peeling, bubbling and /or delamination. Excessive delamination, peeling, bubbling or abrasion loss shall be defined as more than 15% loss of marking material within one year of completion. With no additional cost to Owner, repair and /or recoat all pavement marking where defects develop or appear during warranty period and all damage to other Work due to such defects. PART 2 - PRODUCTS 2.1 MATERIALS A. All paint products shall have drying characteristics in accordance with the drying time performance requirements of Type I of Federal Standard TT- P- 1952D. B. Pavement marking materials shall meet Federal, State and Local environmental standards. C. Acceptable pavement marking paints: 1. Epoxy paint may be used for all markings, unless noted otherwise on the Drawings. Paint shall be a two - component system consisting of minimum 99 percent solids. The material shall be specifically formulated as a pavement marking material and shall be spray applied at ambient temperatures. The specific paint formulation shall be approved for use on highways by the state and /or local DOT where the project is located. 2. Chlorinated Rubber paint may be employed for white and yellow pavement markings and shall meet requirements of AASHTO M248 -91. D. Paint shall be manufactured and formulated from first grade raw materials and shall be free from defects or imperfections that might adversely affect product serviceability. E. Paints shall comply with the National Organic Compound Emission Standards for Architectural Coatings, Environmental Protection Agency, 40 CFR Part 59 (1998.) F. The product shall not contain mercury, lead, hexavalent chromium, or halogenated solvents. G. Color of paint shall match the existing color. H. White paint and daylight directional reflectance (without glass beads) shall not be less than 84% (relative to magnesium oxide) when tested in accordance with Federal Test Method Standard 141, Method 6121. Yellow paint shall match federal color chip No. 33538. Color shall have daylight directional reflectance (without glass beads) of not less than 50% (relative to magnesium oxide) when tested in accordance with Federal Test Method Standard 141, Method 6121. J. Pavement marking materials shall have a static coefficient of friction equal to 0.8 for markings on accessible ramps, curbs and curb ramps and a static coefficient of friction equal to 0.6 for all other markings. Silica sand and /or glass beads may be used to ©2013, Walker Parking Restoration. All rights reserved. PAVEMENT MARKING 099140 - 2 20 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 achieve the required coefficient of friction, in accordance with manufacturer's recommendations. K. International Symbol of Accessibility proportions shall be as shown in ANSI A117.1 -1992 and Americans with Disabilities Act (ADA) Accessibility Guidelines - 1991. PART 3 - EXECUTION 3.1 EXAMINATION A. Inspect surfaces to which paint will be applied and report immediately in writing to Engineer as required in General Conditions any conditions detrimental to proper execution of this Work. B. Do not proceed until unsatisfactory conditions are acceptably remedied. C. Striping shall not be placed until full cure of concrete slab, traffic topping, and sealer. 3.2 PREPARATION A. Before commencing work, make certain that Work to be painted is in proper condition to receive painting materials, that surfaces are clean, dry, smooth, and at proper temperature as recommended by paint manufacturer. B. Do not paint or finish any surface that is wet or damp. C. Clean all surfaces free of adhering foreign matter, dirt and dust. D. Lay out all striping using dimensions and details shown on Contractors field drawings, before painting. Report any discrepancies, interferences or changes in striping due to field conditions to Owner and Engineer prior to painting. Pavement Marking Contractor shall be required to remove paint, repair surface treatment and repaint stripes not applied in strict accordance with Contractors drawing. E. Work Areas: 1. Store, mix and prepare paints only in areas designated by Contractor for that purpose. 2. Provide clean cans and buckets required for mixing paints and for receiving rags and other waste materials associated with painting. Clean buckets regularly. At close of each day's Work, remove used rags and other waste materials associated with painting. 3. Take precautions to prevent fire in or around painting materials. Provide and maintain appropriate hand fire extinguisher near paint storage and mixing area. F. Mixing: 1. Do not intermix materials of different character or different manufacturer. 2. Do not thin material except as recommended by manufacturer. ©2013, Walker Parking Restoration. All rights reserved. PAVEMENT MARKING 099140 - 3 20 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 G. Disposal: 1. Contractor shall properly dispose of unused materials and containers in compliance with Federal Resource Conservation Recovery Act (RCRA) of 1976 as amended and all other applicable laws and regulations. 3.3 APPLICATION A. Apply paint in 2 -coat system; first coat shall be 50% of total 15 wet mil minimum thicknesses, not to exceed 8 mils. First coat shall be cured prior to installation of second coat. At Contractor's option, one coat may be applied before substantial completion, with a second coat delayed for 3 -6 months until weather conditions are appropriate and the concrete has cured sufficiently for proper adhesion. B. Apply painting and finishing materials in accordance with manufacturer's directions. Use applications and techniques best suited for material and surfaces to which applied. Minimum air shall be used to prevent overspray. Temperature during application shall be minimum of 40° F and rising, unless manufacturer requires higher minimum temperature. Maximum relative humidity shall be as required by manufacturer. C. All lines shall be straight, true, and sharp without fuzzy edges, overspray or non- uniform application. Corners shall be at right angles, unless shown otherwise, with no overlaps. Line width shall be uniform ( -0 %, +5% from specified width). No excessive humping (more material in middle than at edges or vice versa.) END OF SECTION 099140 ©Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. ©2013, Walker Parking Restoration. All rights reserved. PAVEMENT MARKING 099140 - 4 \\ MINNEAPOLIS \PROJECTDATA \21 - 3848- 10- LOCUST _ST_CDS _2013 \ACAD \REST \3848_R001.DWG 7/12/2013 12:56:06 PM SCHNEEMAN, CARL 2 3 4 5 6 7 8 LEGEND 0 A MATCH LINE NUMBER EXPANSION JOINT CONSTRUCTION JOINT FLOOR SPALL OR DELAMINATION CEILING SPALL OR DELAMINATIDN FLOOR DRAIN TRAFFIC TOPPING WORK ITEM NUMBER (SEE SPECIFICATIONS) WORK ITEM IDENTIFICATION SHEET INDEX BID PACKAGE #1 R -001 WORK ITEM SCHEDULE, SITE MAP, SHEET INDEX R -002 GENERAL RESTORATION NOTES R -100 - REPAIR DETAILS R -101 - REPAIR DETAILS R -102 - REPAIR DETAILS R -103 - REPAIR DETAILS LOCUST STREET RAMP R -110 - LEVEL 1 PLAN R -111 - LEVEL 2 PLAN R -112 - LEVEL 3 PLAN R -113 - NORTHEAST TOWER PLANS R -114 - SOUTHEAST TOWER PLANS R -115 - WEST TOWER PLANS IOWA STREET RAMP R -120 - LEVEL 2 NORTH PLAN R -121 - LEVEL 2 SOUTH PLAN R -122 - LEVEL 3 NORTH PLAN R -123 - LEVEL 3 SOUTH PLAN BID PACKAGE #2 LOCUST STREET RAMP R -200 - REPAIR DETAILS R -201 - REPAIR DETAILS R -202 - REPAIR DETAILS R -210 - ELEVATION REPAIRS R -211 - ELEVATION REPAIRS Copyright 2013. All rights reserved. No port of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. SCOPE OF WORK FOR 2013 Work far 2013 is limited to the work items and quantities on the bid form for Bid Package #1 and Bid Package #2. Location of work is graphically depicted on plan sheets. Owner reserves the right to increase or decrease bid quantities at the same unit price. All work items in Section 020010, details, and work items noted on plan sheets not on bid farm shall he ignored. SITE MAP IOWA STREET PARKING STRUCTURE IOWA STREET LOCUST STREET AIN STREET BLUFF STREET w LOCUST STREET PARKING STRUCTURE C: NORTH J n 31' ,1§ggI is gni co 0 7 cr 7 0 7 0 PROJECT NO: DRAWN BY: CHECKED BY: SHEET TIRE: SCHEDULE. SITE MAP, SHEET INDEX R -001 1 2 3 4 5 6 7 8 E D c 2 1 3 1 4 1 5 1 6 1 7 1 8 GENERAL RESTORATION NOTES A. Structural Description 1. Locust Street Structural System. Facility consists of precast/post- tensioned concrete single lee floor beam system %nth a cast -in- place post- teM1Oned lghtweght concrete Maine slab. TM precast single tee beam post - tensioned system is anchored into the conventionally reinforced precast columns. The five inch thick concrete topping slab is reinforced with multiple W Dia. P061. tensioned wires wtaefl are near the top Of me Stab over the single tons and near the bottom of slab at mid -span between single toes. The Supported hoer Surface is traffic topped YAM a heavy duty coating in the dente lanes and a standard duly coating in the parking stalls. 2. Iowa Sheet Structural System. Facility consists 01 conventionally reinforced cast -In -place mncrete pan and jaast floor system supported on conventionally reinforced beams and columns. The center speed ramps are wr.way conventionally rabbrced slabs. The supposed floor surface is traffic topped Mei a heavy duty coating in the drive lanes and a standard duty coating in the parking stalls. B. General 1. Drawings are based on Information from algal construction drawings pnviied by Chimer Original Roston Domingo and Repair Drawings are available for review Iran Owner. Contractor shall make such investigations as it deems necessary In advance of bidding. Contractor shall propety notify Owner/Engineer. in writing, of any discrepancies found between drawings and fold conditions during construction. 2. Contractor is responsible for determining actual extent and locations of repair areas in accordance with drawings and specifications: Work Items and butnlee shown on drawings Is shown only fo represent types a aetenoraaon and general location. Prior 10 IabncatIon of any material or placement of concrete. all Work Item quantities shall be marked and quantified by Contractor. Report quantities 10 Engineer. Contractor to receive written approval from Engineer prior to beginning work. Any work completed beyond approved quantities i3 at no cost 10 Owner. 3. Work Items are identified on Drawings. Specification Section 01112 is o summary of work for restoration. Section 02000 defines scope of mirk to he an,ampiighed. velwenend delalls. apprrwed motorists. referenced specification sections. and execution of work to be completed by a restoration contracor specializing in parking structure restoration. 4. Denensions shown on plans are based on original construction documents. Contractor is required to field verily all conditions for purpose of preparing bet and perormIng work. Do not scale drawings. 5. Construction shall be in accordance wan N applicable Federal, State of Iowa and Cry or Dubuque codes and ordinances, including Fire Codes. 6. Caution. Tendons are near floor surface at spells and delaminalions. Contractor shall exercise extreme caution during sawculling and removals 5o as not to damage existing tender, or tendon sheaths. Tendons may break with explosive force during removals or when cut. Chipping calm 15 Ib. hammers sham be used In lieu of sawcutting near shallow tendons. 7. Contractor is solely responsible for. a. Training and monitoring his work force concerning safety procedures to be employed in execution Of this work and protection Of public and property. b. Maintaining stability of structure and elements within structure during repair work. including but not limited 10 ins4Nation of shoring and tracing. Contractor shat submit sealed drawings and r:akuldduio rump quarried pIUW=skawl mti. lagasy registered in state of Iowa to perform such calculation and drawings. 8. All material properties shall be as noted in Specifications. C. Details and Symbols 1. Details with clarification detail number other than 0 and labeled (FOR CLARIFICATION ONLY) do not represent a separate price item. These details supplement basic detail to provide additional information. In some cases these details show venation of typical condition. 2. Where Work Item bubble is noted -TYP ", it means work item owns at all locations where applicable deterioration or designation symbol ocean on that plan. D. 3. Where TAR- (Typical As Required) is noted. it means there may be areas of this work in addition to particular designated areas. 4. Where two or more Work Item bubbles are grouped together, h means any or all designated Work hems may be applicable. Cnnrdinatinn M Wnrk Items is Cnnlradnes raspmcitiliy. 5. When 8 Week Item or 00134 Is listed as tcldental that work i3 nduded in pay unit of other work items and does not have a separate pa. 6. When a Detail Is labeled (FOR REFERENCE ONLY) it provides nformatlon about incidental work and does not have a pay uri. Concrete Protection for Reinforcement 1. kf umtm concrete cover for reinforcement Shat be per ACI, unless noted otherwise. a. b. d. e. Slab lop reinforcement Slab bottom reimor0emenl Beam top reinforcement Beam stirrups at sdes and bottom Deem slimNpa at lop of boom Column ties 1 -1f2' 3/4' 3' 1 -1/2' 2-1IS 1 -1Yt E. Epoxy Coating 1. Clean by sand blasting as steel to new wt*e and epoxy coat all eating reinforcement. steel. and electrical conduit in repair area to be 0351 in concrete. 2. MI new reinforcing steel shall be fusion bonded epoxy. 3. Anchoring system for reinforcing steel shall be HIli Hit HY -150'. or equivalent. F. Shoring and Bragg 1. 2. Contractor is solely responsory 10 prepare shop Drawing tor tracing and shorig members. Contractor hired professional engineer. registered in Stab of Iowa. shall submit sealed calculations and drawings to Engineer for re0ord. G. Existing Conditions, Services and Utilities 1. Following is incidental 10 all work. Al items that 310 existing and fixed to parking facility shall be protected or removed. stored, and reinstalled to original integrity. and contractor damaged items shall be repaired or replaced to original integrity at no cost to Ostler. Following are fixed items. but not limited o: Light and e41 fixtures, exposed electrical conduit, floor drain piping, standpipes. mechanical and electrical linos. utilities. pipe guards. signs, doors, elevators, entrance. Vesbbules. parking equipment. guardrails. guardrail capes. dc. 2. Contractor 511811 review 811 existing conditions to determine all electrical and mechanical services and utilities effected by repair work. Make necessary temporary connections to maintain existing services to an areas of parkig garage or other areas affected by work. Contractor shall submit methods and schedule of connections for Owner approval PM! to commencement of work. 3. Floor slabs have embedded elecnral Conduit. Some conduit may be abandoned and may not be functioning. Contractor shall contact Owner when electrical conduit b encountered. unless noted otherwise. Owner to determine d electrical con &m I3 tdnCtlonino. h not functioning. Contractor shall remove conduit from patch cavity. If functioning. Contractor shall repair conduit/ conductors as needed. H. Construction Phasrg, Seq.enra g and Traffic Maintenance Contractor shall provde 811 shoring, pacing. sheeting. etc. required for safety and proper execution of work as ioidental to work. unless noted otherwise. Copyright 2013. All rights reserved. No port of this document moy be reproduced in ony form or by eny mans •ithaut permission iron Welker Perking Ca.sultonts/Engineers, Inc. 1. Work sequence shall be coordinated with Owner's representative. 2. Owner will conboe to use parking facilities during rehabilitation. Contractor can take parking spaces out of service at any time and much phew and arrange work co as to maintain acoecc at d tin,oc to al parking areas that are not under construction for both vehicles and pedestrians. 3. Contractor is responsible for site protection during all phases of the project between construct on areas and parkin areas. drive lanes and pedestrian walk areas. Contractor shall meet mini num safety requirements for temporary Ioor openings, Will openings, stairways and other unprotected edges within construction areas. Abbreviations APPROX = RM = BOT • CIP = CJ = CLR • COL = CONC = CONT • DET = EA = EJ • EXIST = FD = FIN • FL = GALV = HORIZ • INCID = JT = KJ1 • LE • LMC = LS • MAX = MIN = N/A • NFD • OC = 011 - P/C = PR = PSI • REINF • REOD = RWC = SF = SIM = soG SPEC = ESS = SUPP = TAR = TYP = VERT UNO VIF = WI = WWR Approximately MITT Bottom Cast in Place Construction Joint/Control Joint Clearance Column Concrete Continuous Detail Each Expansion Joint Existing Flop Oran (Existing) Finished Floor Hot Dipped Galvanized Horizontal Incidental Joint rip Yer square mon Linear Foot Latex Modified Concrete Lump Stun Maximum Minimum Not Applicable New Floor Drain On Center Oveante l land Precest Post - tension (ad) (ing) Pounds Per Square loch Reinforcement Required Rain Water Collector (Horizontal or Vortical) Square Foot Similar Slab on Grade Speaficabon Existing Standpipe System (Horcontal or Vertical) Supported Typical as Required Typical Vertical Unless Noted Otherwise Verify in Field Work Item Welded Wrre Reinforcement 1 1 2 1 3 1 4 1 5 1 6 1 7 1 8 e ^. � {i' saw cv cr re fl E 0 oti Q 12 4 U ch1! g -- co 0 i RPM" IC 11-31.700M-3134814 Winer m1! LP alefirit cla set 1T1i' GENERAL RESTORATION NOTES R -002 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD\ REST \MINNY \DETAIL - COMBINED \3848_R100.DWG 7/11/2013 2:19:40 PM CRAMPTON, DON C B A STONE PANEL, FLASHING, AND CURB BEYOND REMOVE AND REPLACE DOOR THRESHOLD AT STORAGE ROOM 7 REMOVE AND REPLACE CURB, WI 3.8 NOTE: 1. SE DETAIL 3.8 FOR REMAINDER OF INFO. EJ EXISTING KT SLAB EXPANSION JOINT WITH VERTICAL RETURN FULL CURB HEIGHT AT CURB FACE PER W.I. 10.5 FLOOR REPAIR - DOOR THRESHOLD 5 1/4" /4" 2' -0" MIN. VARIES TO FULL CURB WIDTH REMOVE STONE PANEL, INSTALL SHELF ANGLE AND FLASHING, AND REINSTALL STONE PANEL. BID PACKAGE #2. re risa etaW TRAFFIC TOPPING, WI 16.1 SEALANT, WI 11.7 #3 REINF. BAR AND #3 BARS @ 12" OC DRILL AND EPDXY #3 12" O.C. E.W. 4 1/2" EMBEDMENT SEALANT, WI 11.2 CONTINUOUS SEALANT ALONG LENGTH AND SIDES OF TREAD ALUMINUM STAIR TREAD. REMOVE AND REPLACE, WI 41.2 LATEX MODIFIED CONCRETE FILL TRAFFIC TOPPING CONTINUOUS RISER AND BELOW ALUM STAIR TREAD - 7 3/4" SAW CUT 3/4" SAW CUT #3 BAR fg12" OC W /STD HOOK. EPDXY GROUT INTO CONCRETE FLOOR REPAIR STAIR TREAD LOCUST STREET REMOVE & REPLACE CURB EXISTING PIT SLAB EXISTING CURB TO REMAIN FLOOR REPAIR - CURB REPLACEMENT STAIR TREAD STEEL NOSING STAIR RISER SAWCUT PATCH PERIMETER 3/4" (TYP) EXIST SURFACE EXIST CONCRETE BEAM OR SLAB EXTENT OF REPAIR VARIES REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". RAIL POST REMOVE CONCRETE IN SECTION SHOWN CROSS- HATCHED TO A MIN. DEPTH OF 1 ". SEE W.I. 3.3 FOR ADDITIONAL INFORMATION. C.I.P. CONCRETE STAIRS INSTALL MIN. OF (2)1/4" ROUND ZINC PLATED CARBON STEEL SCREW. EMBED 3" INTO EXIST. CONCRETE. EXTEND MIN. 1" INTO REPAIR. FLOOR REPAIR - STAIR TREAD v lV SPALL OR DELAMINATION REMOVE CONCRETE WITHIN SECTION SHOWN FLOOR REPAIR - PARTIAL DEPTH OVER BEAM Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. SAWCUT PATCH PERIMETER 3/4" (TYP) EXIST CONCRETE SLAB REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". REMOVE CONCRETE WITHIN SECTIONS SHOWN SHADED FROM CENTER OF JOIST TO CENTER OF JOIST EXIST WWR NOTE 1 lkGRIND OR SAWCUT PATCH PERIMETER 1/2" (TYP) 6 NOTE: 1. NUMBER, TYPE AND LOCATION OF REINFORCEMENT SHOWN MAY DIFFER FROM ACTUAL FIELD CONDITIONS. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". FLOOR REPAIR - PAN JOIST LL SAWCUT PATCH PERIMETER 3/4" (TYP.) ORIGINAL SURFACE LL a EXIST. CONCRETE SLAB -ON -GRADE VARIES WWR (TYP.), LOCATIONS APPROXIMATE. CLEAN ALL EXPOSED WWR. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. IF BARS ARE PRESENT CLEAN AND APPLY CORROSION INHIBITOR TO BARS. v N REMOVE CONCRETE WITHIN SECTION SHOWN FLOOR REPAIR - SLAB -ON -GRADE SAWCUT PATCH PERIMETER 3/4" (TYP.) VARIES VARIES, 6" MIN. TO FULL CURB WIDTH REMOVE CONCRETE WITHIN SECTION SHOWN CROSS - HATCHED. PROVIDE RADIUS AND SLOPE TO MATCH EXISTING. EXIST FLOOR SLAB DRILL & EPDXY #3 DOWEL W/ STD. HOOK @ 12" O.C. EPDXY COATED, 6" EMBEDMENT REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". FLOOR REPAIR - CURB cn Cn n' L o_ c = ) U J Ct co 0 O 1 (a 4t t..3 CL ai O 0_ co O 0 0 0 z 0 0 U w 0 a) PROJECT NO: 21- 3847.10/21 - 3848.10 DRAWN BY: CHECKED BY: DLM SHEET TITLE: REPAIR DETAILS R -100 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD\ REST \MINNY \DETAIL - COMBINED \3848_R100.DWG 7/11/2013 2:19:40 PM CRAMPTON, DON C B A EXIST. COL. W/ HAUNCH ISOMETRIC SUPPLEMENTAL COLUMN PLATE 3/8 x 3 x 0' -5" W/ (2) - 1/4 "0 x 3" H.A.S. CAST IN SUPPLEMENTAL COLUMN PLATE 1/2 x 6 x 1' -6" W/ (3) - 3/8 "0 x 4" H.A.S. CAST IN SUPPLEMENTAL COLUMN L8x4x7 /16x1 "LONGER THAN STEEL GUARDRAIL; BOLT GUARDRAIL TO ANGLE 9" x 9" x 2" EXTRUDED RESILIENT EPDM RUBBER BUMPER, STYLE M -2, BY PAWLING CORP., PAWLING, NY OR EQUAL; ANCHOR W/ (2) - 1/2"0 EXPANSION ANCHORS CUT EXIST. PIPE RAILS AND GUARDRAIL AT SUPPLEMENTARY COLUMN NOTES: 1. SEE WORK ITEM SPECIFICATION, DETAILS 6.6.1 AND 6.6.2 FOR ADDITIONAL INFORMATION. 2. PAYUNIT =EA SUPPLEMENTAL COLUMN GRIND OR SAWCUT PATCH PERIMETER 3/4" (TYP) REPAIR CONCRETE SPALL OR DELAMINATION (TYP) REMOVE CONCRETE WITHIN SECTION SHOWN SHADED (TYP) REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". NOTES: 1. COLUMN TIES WHICH HAVE LOST MORE THAN 15% OF ORIGINAL CROSS ECTIONAL AREA SHALL BE SUPPLEMENTED AS ENGINEER DIRECTS. 2. NUMBER AND LOCATION OF REINFORCEMENT SHOWN MAY DIFFER FROM ACTUAL FIELD CONDITIONS. COLUMN REPAIR - PARTIAL DEPTH GRIND OR SAWCUT PATCH PERIMETER 1/2" (TYP) EXIST CONCRETE SLAB SPALL OR DELAMINATION EXIST WWR N REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". VIF REMOVE CONCRETE WITHIN SECTIONS SHOWN SHADED NOTE: 1. NUMBER, TYPE AND LOCATION OF REINFORCEMENT SHOWN MAY DIFFER FROM ACTUAL FIELD CONDITIONS. JOIST REPAIR - PARTIAL DEPTH SPALL OR DELAMINATION (TYP) REMOVAL LIMITS (TYP) GRIND OR SAWCUT PATCH PERIMETER 1/2" (TYP) REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". REMOVE CONCRETE WITHIN SECTIONS SHOWN SHADED (TYP) BEAM REPAIR - PARTIAL DEPTH EXIST CONCRETE SLAB GRIND OR SAWCUT PATCH PERIMETER 1/2" (TYP) REMOVE CONCRETE WITHIN SECTION SHOWN SHADED EXIST WWR (NOTE 1) VARIES JOISTS (TYP) NOTE: 1. NUMBER, TYPE AND LOCATION OF REINFORCEMENT SHOWN MAY DIFFER FROM ACTUAL FIELD CONDITIONS. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". 2. DETAIL AT IOWA STREET SHOWN. WORK ITEMS 4.4 AND 4.5 SIMILAR. L 3X3 CEILING REPAIR - PARTIAL DEPTH STONE PANEL, SHELF ANGLE, AND FLASHING BEYOND CONCRETE CURB BEYOND EXPANSION JOINT WITH VERTICAL RETURN AT CURB FACE PER W.I. 10.5 TRAFFIC TOPPING, WI 16.2 EXISTING P/T SLAB REMOVE AND REPLACE CURB, WI 3.8 EXPANSION JOINT FLOOR REPAIR - ENCLOSURE AT ELEVATOR DOOR rem L • AsAr REMOVE STONE PANEL, REMOVE EXIST SHELF ANGLE, INSTALL SHELF ANGLE AND FLASHING, RE- INSTALL STONE PANEL. BID PACKAGE #2 MODIFY HSS 4X4 POST, PRIME AND PAINT. WI 40.7 N EMBED PLATE 1/2 X 4 X 0' -4" W /HAS 1/2 X 0' -4" (GALV) REINF (2) #3 U - BARS X 1' -6" (EPDXY COATED) TRAFFIC TOPPING, WI 16.1 SEALANT, WI 11.7 Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. REMOVE AND REPLACE CONCRETE CURB, WI 3.8 NI/ EXISTING P/T SLAB #3 REINF BAR #3 REINF BAR AND #3 BAR X CONT. SET AT ANGLE TO MAXIMIZE CONCRETE COVER TO CURB FACE FLOOR REPAIR - BASE CONNECTION SHIM AS REQ'D SEALANT BOTH SIDES CONCRETE CURB x 6" WIDE #3 REINF. BAR AND (4) #3 BARS REINF. #3 (a) 12" O.C. E.W. 3/4" ARCHITECTURAL SILL MODIFICATION, WI 43.1, HSS 4x2x1/4 AND BAR STOCK 314x3/4 SEAM WELD EXTERIOR BAR AND BOLT INTERIOR BAR. REMOVE AND RE- INSTALL EXISTING GLASS. MATCH ELEVATION TOP OF HSS 4X8 TO BE REMOVED TRAFFIC TOPPING, WI 16.1 SEALANT, WI 11.7 REMOVE AND REPLACE CURB, WI 3.8 EXISTING P/T SLAB FLOOR REPAIR - ENCLOSURE BASE re 8 to 0 0 WET a zEit 2 O 1 7 m w ZO L N 0 N mi O-l010 W 12 ' ^ n' L o_ ce W •CD_ A- = N a = ) cuE J U CI c'15 co 0 _ O 1 (a 4t CL U M co co O 0_ N -0 co O 0 0 0 Z 0 0 U w 0 U PROJECT NO: 21- 3847.10/21 - 3848.10 DRAWN BY: CHECKED BY: DLM SHEET TITLE: REPAIR DETAILS R -101 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD\ REST \MINNY \DETAIL - COMBINED \3848_R100.DWG 7/11/2013 2:19:40 PM CRAMPTON, DON C B A REMOVE EXISTING SEALANT USING METHOD THAT DOES NOT WIDEN JOINT, PREPARE EDGE, AND FILL WITH FLEXIBLE SEALANT. INSTALL SEALANT EVENLY AND RECESS 1/16" BELOW SURFACE. DO NOT OVERFILL JOINT. BOND BREAKER TO SEPARATE SEALANT FROM CONCRETE AT BOTTOM OF JOINT 3/4" CONCRETE SLAB f0 EXISTING JOINT SEAL CONSTRUCTION /CONTROL JOINT 3 1/2" MIN REPLACE DAMAGED ELASTOMERIC CONCRETE HEADER (TYP). NOTE 1. EXIST CONCRETE (TYP) NOTE: 1. CONTRACTOR TO REMOVE DAMAGED AND DETERIORATED NOSING MATERIAL IN A WAY TO NOT DAMAGE GLAND. REPLACE NOSING MATERIAL WITH A COMPATIBLE PRODUCT. 2. REPAIR MAY BE ONE OR BOTH SIDES OF THE JOINT. EXPANSION JOINT - ELASTOMERIC CONCRETE EDGED NOSING REPAIR 2 "f L REMOVAL OF STONE PANELS, SHELF ANGLE AND CONNECTION HARDWARE PER BID PACKAGE #2 SILICONE SEALANT 3/4" SAWCUT BOND BREAKER BACKER ROD CURB EXISTING P/T SLAB EXP JT - SILICONE SEALANT EXIST CONCRETE VERTICAL SURFACE (IE: WALL, COLUMN) PREFORMED ELASTOMERIC SEAL GRIND EDGES AND RECESS GLAND (TYP) REMOVE ALL EXIST FORMWORK FROM JT ARIES (SEE NOTE 1) NON -SAG EPDXY ADHESIVE NOTES: 1. CONTRACTOR SHALL, WITH MANUFACTURER, VERIFY FIELD INSTALLATION WIDTH BASED ON TEMPERATURE CONDITIONS. TOTAL ANTICIPATED JOINT MOVEMENT = "_ ". 2. ALL INTERSECTIONS AND 90° CORNERS TO BE FIELD FABRICATED PER MANUFACTURER'S DETAILS AND WRITTEN INSTRUCTIONS. EXPANSION JOINT - ADHERED 8" WALL 3/4" CLEAR MIN. MATCH EXISTING GAP � ir 3/4" CHAMFER (TYP) I \ /j1 I 1 1 CONCRETE CURB EXISTING P/T SLAB (2) LAYERS 1/4" SLIDE BEARING KOROLATH PE 4" X CONT. SECURE WITH COUNTERSUNK STAINLESS STL SCREWS INTO CONCRETE FOR TOP AND BOTTOM SLIDE BEARING REMOVE CONCRETE WITHIN SECTION SHOWN CROSS - HATCHED REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". #4 @ 12" OC W /(2) #4 X CONT. FIELD VERIFY WALL REPAIR - HAUNCH SPALL OR DELAMINATION REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". 2" -4" EXIST FACE OF WALL INSTALL PATCH FLUSH WITH WALL SHOTCRETE OR FORM AND POUR MORTAR GRIND OR SAWCUT PATCH PERIMETER 1/2" (TYP) WALL REPAIR - PARTIAL DEPTH Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 1, -11" 0 CUT EXIST. PIPE RAILS AT SUPPLEMENTARY COLUMN; WELD TO PLATE CAST IN COLUMN PLATE 3/8" x 3" x 0' -5" W/ (2)- 1/4 "0 x 3" H.A.S. CAST IN SUPPLEMENTARY COLUMN ROUGHEN SURFACE 1/4 "AMPLITUDE BETWEEN DOWELS, FULL HEIGHT 1/4 V DRILL & EPDXY GROUT #4 DOWELS, 7 " EMBEDMENT SECTION NOTES: 1. SEE WORK ITEM SPECIFICATION, DETAILS 6.6.0 AND 6.6.1 FOR ADDITIONAL INFORMATION. SUPPLEMENTAL COLUMN EXIST. COLUMN 8.3 TEE STEM GROUT REPLACEMENT 11.6 EPDXY INJECTION TEE/ COLUMN GROUT 11.5 EPDXY INJECTION TEE STEMS a-- 5.1 BEAM REPAIR SORBTEX BEARING PAD 1/2" x 7" x 9 1/2" WI PLATE 1/2 "x8 "x10" AND 1" N.S.N.S. GROUT 7 " EMBEDMENT (TYP.) 1 1/2" #3 TIES Q 4" #4 DOWELS/TIE SET (414" #4 DOWELS/TIE SET Q12" 2#3 2 #5 W/ 2' -3" LAP (1)46 (a) CENTER W/ STD HOOK DRILL & EPDXY GROUT 7" INTO COLUMN ( EXCLUDING HAUNCH) SUPPLEMENTARY COLUMN W/ 6 #5 VERT. & DOWEL/TIE SETS SPACED AS INDICATED EXIST. PIPE RAILS EXIST. STEEL GUARDRAIL EXTRA #4 DOWELITIE SET @ 4" 3" SIDE VIEW RUBBER BUMPER. MATCH EXISTING 2 #5 W/ 2'-3" LAP 1 ) 3/4" CLEAR NOTES: 1. PROVIDE 3/4" CHAMFERS AT CORNERS AND ALONG HAUNCH INTERFACE. 2. SEE WORK ITEM SPECIFICATION, DETAILS 6.6 AND 6.6.2 FOR ADDITIONAL INFORMATION. SUPPLEMENTAL COLUMN 12 '^ L o_ W .Q = N a c = ) U = J Ct co 7 CO 4k t..3 CL ai o_ N m co 0 Cr 0 z O 0 U w 0 co PROJECT NO: 21- 3847.10/21 - 3848.10 DRAWN BY: CHECKED BY: DLM SHEET TITLE: REPAIR DETAILS R -102 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD\ REST \MINNY \DETAIL - COMBINED \3848_R100.DWG 7/11/2013 2:19:40 PM CRAMPTON, DON C B A EXIST MEMBRANE TO REMAIN REPAIR AREA REMOVE LOOSE MEMBRANE AFTER REMOVING ALL LOOSE MEMBRANE, GRIND EXIST TRAFFIC MEMBRANE AT PERIMETER OF PATCH AREA FLUSH WITH EXIST CONCRETE SUBSTRATE (TYP) 4" VARIES TRAFFIC TOPPING PATCH (TYP) EXIST TRAFFIC TOPPING (TYP) EXIST FLOOR SLAB NOTE: 1. COORDINATE TRAFFIC TOPPING REPAIR WITH TRAFFIC TOPPING - RECOAT. TRAFFIC TOPPING - REPAIR TRAFFIC TOPPING WI 16.2 , 3/4" 4 CURB VERTICAL SURFACE (WALL OR COLUMNS) LIMITS OF SURFACE PREPARATION CONTRACTOR TO PROVIDE STRAIGHT FINISHED LINE PROVIDE 4" WIDE DETAIL COAT CENTERED OVER ALL CRACKS LESS THAN 1/32" WIDE CONCRETE CURB REPAIR WI 3.1 COVE SEALANT WI 11.7 EXIST FINISHED FLOOR SURFACE PROVIDE 4" WIDE DETAIL COAT CENTERED OVER CRACK TRAFFIC TOPPING (FLOOR SURFACE OR CURB) HORIZ / VERT TRANSITION ISOMETRIC COVE SEALANT. SEE DETAIL 11.7 REMOVE AND REPLACE ALL EXIST CRACK/JOINT SEALANT. SEE DETAIL 11.2. NOTE: 1. QUANTITIES BASED ON HORIZONTAL APPLICATION AREA. VERTICAL DETAILING, ADDITIONAL DETAIL COAT OVER CRACKS, ROUTING AND SEALING CRACKS, INSTALLATION OF COVE SEALANT, AND REMOVAL AND REPLACEMENT OF EXISTING SEALANTS ARE INCIDENTAL TO THIS WORK. 2. SEE DETAIL 16.3 FOR TRAFFIC TOPPING REPAIR. 3. THIS DETAIL APPLIES TO ALL TRAFFIC TOPPING WORK. TRAFFIC TOPPING Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. SEALANT MATERIAL 1/2" MIN. THROAT NEW CURB FACE EXIST. FINISHED FLOOR SURFACE EXIST. WALL, COLUMN, OR EXIST CURB FACE EXIST. FINISHED FLOOR SURFACE SEALANT MATERIAL 1/2" MIN. THROAT SEE NOTE 1. NOTE: 1. REMOVE EXISTING COVE SEALANT MATERIAL IF PRESENT. PREPARE SURFACE PER SPECIFICATIONS. COVE SEALANT EXIST CRACK SECTION A -A THICKNESS OF WALL MID -POINT INJECTION PORT DRILLED AT 45° ANGLE TO CRACK SEE NOTE 3. (TYP) FLOOR LINE NOTES: 1. CLEAN SURFACE OF WALL TO IDENTIFY CRACK. DRILL INJECTION PORT AT A 45° ANGLE TO INTERSECTCRACK AT THE MID -DEPTH OF THE WALL. 2. STAGGER DRILL HOLES FROM ONE SIDE OF THE CRACK TO THE OTHER AT A MAXIMUM 12" OC SPACING. 3. FLUSH DRILL HOLES w /CLEAN WATER. SEE DETAIL 11.6.1 FOR ADDITIONAL INFORMATION. CHEMICAL GROUT INJECTION co 0 cu cr 0 0 z 0 0 U w 0 co PROJECT NO: 21- 3847.10/21 - 3848.10 DRAWN BY: CHECKED BY: DLM SHEET TITLE: REPAIR DETAILS R -103 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R110.DWG 7/11/2013 9:44:59 AM CRAMPTON, DON D 1 03 1 1 0 1 LEVEL 1 PLAN Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Ir1CNORTH 18'-0" 7 BAYS @ 22' -0" = 154' -0" 18'-0" A/ r m 1 0 31111133HS :A9 a3NO3HO 0 r :A9 NMtl21O r PROJECT NO: 21-3847.10/21-384810 MARK DATE DESCRIPTION ISSUE: City of Dubuque 2013 Parking Ramp Repairs Bid Package #1 - Iowa & Locust Street Repairs Dubuque Iowa WALKER RESTORATION CONSULTANTS 1660 South Highway 100 Suite 424 Minneapolis, MN 55416 952.595.9116 Ph 952.595.9518 Fax www.walkenestoration.com J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R111.DWG 7/11/2013 9:44:27 AM CRAMPTON, DON D 1 03 1 1 0 1 0 O U 0 .-F O_ W D tO Cr) 0 0 CD 1 L 0 0. z 0 -0 0 l rt O M N 0. O n C 3 O rt 3 0 Q 0 l 0 0. c n m 0. D 0 J 1< O 3 0 0 1< 0 3 m 0 D or 0 c_ v m 3 co 0 D NV1d Z 1BAB1 O 3 tip0 0 n 0 0 m to D co 5 ED m ur n z 0 O O O 0 0 O 0 O NV1d Z 13n31 31111133HS :A9 O3NO3HO 0 r :A9 NMtl21O 73 r PROJECT NO: 21-3847.10/21-384810 MARK DATE DESCRIPTION ISSUE: City of Dubuque 2013 Parking Ramp Repairs Bid Package #1 - Iowa & Locust Street Repairs Dubuque Iowa WALKER RESTORATION CONSULTANTS 1660 South Highway 100 Suite 424 Minneapolis, MN 55416 952.595.9116 Ph 952.595.9518 Fax www.walkenestoration.com 193' -7 1/2" — — 1 L t 181-0" 7 BAYS @ 22' -0" = 154' -0" 181-0" 1' -8" a !IIIIIII_j 1 � 1 1 T 1 l rn m 0 • ■ ■ ■ ■ ■ ■ qtr ■� a 4. 0) 1 249' -6" T _ I 0 I I I I I I I �1 1 I I I I is —s n v m X v c_ 1 O I it rn m 0 I irN4[ _ . • . � — - O 0 O NV1d Z 13n31 31111133HS :A9 O3NO3HO 0 r :A9 NMtl21O 73 r PROJECT NO: 21-3847.10/21-384810 MARK DATE DESCRIPTION ISSUE: City of Dubuque 2013 Parking Ramp Repairs Bid Package #1 - Iowa & Locust Street Repairs Dubuque Iowa WALKER RESTORATION CONSULTANTS 1660 South Highway 100 Suite 424 Minneapolis, MN 55416 952.595.9116 Ph 952.595.9518 Fax www.walkenestoration.com J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R112.DWG 7/11/2013 9:43:48 AM CRAMPTON, DON E D C B A KA6 114 249' -6" 61' -7" 61' -7" 61' -6" 0 o i7 CO } m 0 o i9 LEVEL 3 PLAN NKA6) R -1 SIGN NORTH Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 61' -7" 61' -7" yy� 1 _ u — • 1 lil • • • • • • • 0 0 I-1 i 1 I (-11 ( 1- �J • J --- i I' • I ■ I ■ 1 © © ■ 0 0 �hi I� A2 R -115 • • i9 LEVEL 3 PLAN NKA6) R -1 SIGN NORTH Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 7....\ b SIGN LEVEL 4 PLAN L o cp CU .0_ A- ce = 0_ N E 0 CI N cia co co O O Tim cts Ms 0 O N t, 'm (o O 0 0 0 DESCRIPTION 2 w 0) PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: RJL CHECKED BY: DLM SHEET TITLE: LEVEL 3 PLAN & LEVEL 4 PLAN R -112 61' -7" 61' -7" _ u — • lil • • • • • • • 0 0 I-1 i I �J • J 7....\ b SIGN LEVEL 4 PLAN L o cp CU .0_ A- ce = 0_ N E 0 CI N cia co co O O Tim cts Ms 0 O N t, 'm (o O 0 0 0 DESCRIPTION 2 w 0) PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: RJL CHECKED BY: DLM SHEET TITLE: LEVEL 3 PLAN & LEVEL 4 PLAN R -112 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R113.DWG 7/11/2013 9:43:12 AM CRAMPTON, DON E D C B A 45.4 2.6 TYP 16.2 3.7 TAR 41.2 11.7 4.5 41.15 TAR 41.14 TYP NOTE: 1. REMOVAL OF STONE PANELS, SHELF ANGLES AND CONNECTION HARDWARE PER BID PACKAGE #2 LEVEL 1 PLAN 2.6 TYP 16.2 LEVEL 2 PLAN Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 45.4 2.6 TYP 16.2 45.4 3.8 3.9 45.4 3.1 TAR 3.5 41.14 5.1 STAIR AND LANDING. SEE LEVEL 2 3.9 45.4 LEVEL 3 PLAN 3.8 le) NORTH . (13 ^ ♦ L U_ W .0- A- Ce cn = 0_ N E N 0 CI co co O _ O Ca CL co co r N O N t, (o O 0 0 0 DESCRIPTION re w CO CO PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: RJL CHECKED BY: JCL SHEET TITLE: SOUTHEAST TOWER PLANS R -113 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R114.DWG 7/11/2013 1:48:58 PM CRAMPTON, DON E D C B A 2.6 TYP NOTE: 1. REMOVAL OF STONE PANELS, SHELF ANGLES AND CONNECTION HARDWARE PER BID PACKAGE #2 LEVEL 1 PLAN 2.6 TYP 16.2 45.4 10.6 41.15 TAR 5.1 7.1 TAR 2.6 TYP 16.2 45.4 3.5 STAIR AND LANDING. SEE LEVEL 2 3.8 3.8 LEVEL 2 PLAN .„ LEVEL 3 PLAN Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 3.1 TAR le) NORTH 'cv ^ ♦ L o cp CU W •0_ A- Ce cn = 0_ N E 0 co co O O Ca CL co co r N O N -v (o O 0 0 0 DESCRIPTION re w CO CO PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: RJL CHECKED BY: JCL SHEET TITLE. NORTHEAST TOWER PLANS R -114 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R115.DWG 7/11/2013 9:47:28 AM CRAMPTON, DON E D c B A LEVEL 1 PLAN 45.4 • LEVEL 3 PLAN Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. • 3.7 TAR 41.2 11.7 LEVEL 2 PLAN STAIR AND LANDING. SEE LEVEL 3 LEVEL 4 PLAN 16.2 le) NORTH to ( os. 4) '0- cc Ce = 0_ N E N 0 CI co co O _ O ca CL co co r N o N t, ca 0 0 0 0 DESCRIPTION w 0) PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: RJL CHECKED BY: JCL SHEET TITLE: WEST TOWER PLANS R -115 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R120.DWG 7/10/2013 9:05:15 AM CRAMPTON, DON D 03 0 Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 1/R -101 1/R-102 r m r z T 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- T T T 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- 71- r II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I II II II II II II __11__11__11__ II II II I II II II II II II I I II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I Irr 1_ IL IL IL IL IL IL L IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IrL IL IrL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL I_ C IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC II II- II IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC IC ICI- I II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I II II II II II II �® —11-11-11— _11_11_11_ 0 11 11 11 11 11 11 _II_II_II_ - II-11-11- 11 11 11 II II II II II II II II II II II II II II II II II II II II II II II II II II I II II II II II II II II II II II II II II II II II II - L IL IL IL IL IL IL IL IL IL IL IL IL IL ILV I IL IL IL IL IL IL IL IL IL rL L rL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL I_ - C IC 11- IC 11- IC 11- IC 11- IC 11- IC 11- IC 11- I Ir IC 11- IC 11- IC 11- ICI1II II- II ii- ii- lr In 11- In 11- In 11- In 11- In 11- In 11- In 11- In I II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I M II II II 11 11 11 _II_II_II_ D II w -11 II X w 11 11 11 11 11 11 _11_11_11_ 71- II -II- 11 11 11 II II II I II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I L IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL I_ m 0 C IC IC IC IC IC IC IC IC IC IC IC IC IC IC IIfl IC IC IC IC IC IC IC IC IC 11 IL II Ir lr lrlr lr In IC IC IC IC IC IC IC IC IC IC IC ICI- I II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I II II II mD v a-, II II II w II_11_II_ m -II-II-11- 5 II II II m `� II II II m II II II 1 II II ii ii ii II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I IL I IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL i IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL I_ I II II II II II II II II III II 1_ IL IL IL IL IL IL IL IL IL IL C IC lc IC IC IC IC IC IC IC IC IC I,4 II 1� I�Ir II II II II II II II II Irlclrlclrlclrlclrlclrlclrlclrlclrl I II II II II II II II II II II II I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L IL ILILI L IL IL IL IL IL IL IL C IC IC IC ICI ICI IC IC 11- IC 11- IC 11- I1- ICI1- ICI1- ICI1- ICI1- 1L1L1LICICICICICICICICICICICICICICICICICICI- I II II II II II 1 II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I II II II _11_11_11_ 71- II -II- II II II II II II _11_11_11_ 71-11-II- II II II II II II 11 11 11 11 1 11 II II II II II II II II II II II II II II II II II II II II II II II II II II II 1 IL IL IL IL ..t ��������� 1L 1L 1L����_IL _IL _IL _IL _IL _IL _IL _IL _IL _IL _IL _IL _IL L II II II _II_II_II_ 71- II -II- II II II II II II _ 11_11 -11 - 71-11-II- II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL I IL IL IL IL IL IL IL IL IL IL IL IL IL IL IL I_ II II II 1 1_11 1 1 I_I I_I IJ m 0 0 II II IL IL rrrrrr11 m-rrrrrrrrflfrrr II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II I II II II II II II - II_II_I1 - II -II -11 II II II II - II_II_II- - II-11-11- II II II II II II II II I II II II II II II II IL IL L IL IL IL IL IL IL IL IL IL IL LIL IL IL IL IL IL ILI rrrrrrrrrrrr11r 1 1 1 II II II II II II II II II II II 1 II _IL IL IL IL I IL ILIL IL IL 1 IL II II II II II II II NI II II II II II II II II I IL IL IL IL IL IL IL IL I_ • • rr1 11 -0" era w cb \ 0 co cb \ w cb W y W 1/R -101 1/R -102 1 N 0 r m r IV 0 31111133HS :A9 a3NO3HO w w w :A9 NMVIJO 0 c0i PROJECT NO: 21-3847.10/21-384810 MARK DATE DESCRIPTION ISSUE: City of Dubuque 2013 Parking Ramp Repairs Bid Package #1 - Iowa & Locust Street Repairs Dubuque Iowa WALKER RESTORATION CONSULTANTS 1660 South Highway 100 Suite 424 Minneapolis, MN 55416 952.595.9116 Ph 952.595.9518 Fax www.walkenestoration.com J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R121.DWG 7/10/2013 9:05:00 AM CRAMPTON, DON 1 37' -9" 3' -2" — J =J 16.3 TAIL II J 562' -0" 22-4" 22-4" 3' -2" 37' -9" 37' -9" 37' -9" 27' -3" 3.2 TAR LOCATED ON SLAB -ON -GRAD NOT SHOWN ON PLANS L= J L= L= _J L L _J L L_ _J L L= J L= L- 5.7 _J L= L_ / _J L_ L _ TARI L L = (BELOW) ® = J L L= ® =J L L ® =J L L= 3.3 =J L 01.J L= -J L FD TAR J L_ rJA- J _J -J _J II II=J II II II II J II II II II = J L= L = JOISTS BELOW L =crP) L= L_ L _J L =J L J L L= L_ L_ L_ L= L_ L__ L= II ll=J L II II L II II__J L L II II__J L L = 11 11 _ J L= —J L 16.4 =J =J TYP = J J "L= L =J L L= J L= ® ...� L® L L II III —J L II II J L _J L =J L • J L =J L _J L =J L _J L • J L - J • J FD _ ® =J • J — J __J II II J L= L = 3.5 L TAR L_ L_ L= L_ L _J L =J L • J L L= L_ L_ L_ L_ L =® L= L _JrNL= �L= • J _J — J II 11 L_ L= L_ L TAR (BELOW) _ _I • J =J • J =J • J • J • J • J — J • J — J • J J • J • J — J 11 II 1I J II II J L II II J 11 L JOISTS BELOW ELEV +IR 1 - • J [F TYP 5.1 TAR (BELOW) TAR TAR (BELOW) 4.1 TAR (BELOW) Ea II 1I FD LEVEL 2 SOUTH PLAN II II J L II II J II II �sL 11 11 J L= II 11 _J L _ =J L • J L= ® -J L FD • J L= -J L _J ® =J L _J L- 3.3 - J L TAR _ J L= -J L =J L= -J L _J L_ -J - - -1 L _= L= _= L _= L= _= L _= L= _= L= _- L= _= L _= L= _= L _= L= _= L _= L= _= L _H❑ L= _= L _= L= _= L _= L= _= L ;iii; II L 11 Eo L -- II -- H _= _= L= TAR == = (BELOW) _ H L_ L= L_ L_ L_ L= L= L_ L II • J — J =J J 123 • J — J LEGEND ■ LEVEL 2S - FLOOR REPAIR (WI 33 OR WI 3.5) - CEILING REPAIR (WI 4.1). WILL BECOME WI 3.3 IF FULL DEPTH - JOIST REPAIR (WI 5.7) - TRAFFIC TOPPING RE -COAT AREA (WI 16.0) ® - EXISTING FLOOR DRAIN FD ALL WORK ITEMS DESIGNATED BELOW ARE LOCATED ON CEILING BELOW DESIGNATED FLOOR LEVEL. REPAIRS TO SLAB -ON -GRADE (WI 3.2) ARE NOT SHOWN ON PLANS. NORTH Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. J STAIR 9 NJ- 0 "cv W .� - = a) 23 - ce = 0_ N cti J ces co O c O CO it CL co O N 0 0 0 z 0 w U 0 PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: DPC CHECKED BY: BBB SHEET TITLE: LEVEL 2 SOUTH PLAN R -121 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R122.DWG 7/11/2013 2:05:05 PM CRAMPTON, DON n 0 0 I 0 r r 1 1 TAR (BELOW) TAR (BELOW) LEVEL 3 NORTH PLAN LEGEND 1Z1 r21 - FLOOR REPAIR (WI 3.3 OR WI 3.5) - CEILING REPAIR (WI 4.1). WILL BECOME WI 3.3 IF FULL DEPTH - JOIST REPAIR (WI 5.7) - TRAFFIC TOPPING RE -COAT AREA (WI 16.0) ® - EXISTING FLOOR DRAIN FD ALL WORK ITEMS DESIGNATED BELOW ARE LOCATED ON CEILING BELOW DESIGNATED FLOOR LEVEL. REPAIRS TO SLAB -ON -GRADE (WI 3.2) ARE NOT SHOWN ON PLANS. NORTH Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 00 TAR L "a — cu Ce cn = 0_ N E 0 CI 17 ots co O _ O 11. gir CO it CL Ms 0 r O 0_ N m co O 0 0 0 z 0 w U 0 PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: DPC CHECKED BY: BBB SHEET TITLE: LEVEL 3 NORTH PLAN R -122 1' -9" 1 2T -3" 37' -9" 37' -9" 37' -9" 37' -9" 37'-9" 3' -2" 37'-9" ° / / / / / / 1 4 v r = =_ r° r =_ r= __ r =_ r = = = r= __ ®-_ =_ __ __ __ 16.7 __ __ = = __ RFD _::. __ __ = = =_ __ _::. __ _J EI _ = = _ _ = __ __ _ = _= == (BELOW) =_ __ _= _= U _= __ __ __ _ _J =J _j = J ®FD =� 5.2 TAR ®FD =_ __ =_ =_ = = __ = =OC= __ = = __ (BELOW) __ TAR __ I /// =_ __ =gyp =_ __ == == _= _ __ __ II - _ 11 =_ __ __ __ __ 1 =_ 16.5 11.2 =_ ___ °J _ II , II / _ r r -= II__ = =___ r __ II_____ r II_ - -_ I= = =11 - -- r= __ r r =_ • r =_ = _ __ __ __ II II CJ =_I _= II TAR __ II __ _= II II 1 1 __ _= 1 II II II II _____ __ _= 1 I =_ _ — = 11 '*4 II __ 1r 1 II =_ 1 11 �_ I 1 11 =J J J -I-I- F __ - __ = 5.7 __ __ __ __ __ __ __ __ _ = 1 = = _= TAR =_ __ (BELOW) __ __ __ __ __ __ TAR (BELOW) =_ __ r r = = r = r= = = r= _- r= _ r= __ - r _ __ FD ® _- REMOVE AND =_ '= REPLACE CURB; 2 % == __ __ __ __ __ __ -- - __ _= __ __ =_ __ __ __ -- -- __ = = __ ® _= __ __ __ __ -- - __ _= __ FD =_ __ __ __ __ -- -- __ = = __ __ __ __ __ __ -- - __ _= __ __ __ __ __ __ -- -- __ = = __ ® _ _= FD =J __ _J ��__A _ = 1 C _ = _= 5.7 =_ ' =SLOPE LANDING °_ = =_ __ 3.1 =_ __A _= _ __ TAR =_ - = 16.6 -- SIM -- - -= QT11 _ — TYP =_ °_ = = � _ = = 1 SM == (BELOW) = J _,;, 11.7 1 -- - ._,� .n,� En - nm --- - ELEV STAIR TAR - STAIR o EXIST CANOPY 4.1 LEVEL 3N 5.1 I 11.5 TAR c„ I 6.1 TAR (BELOW) TAR (BELOW) LEVEL 3 NORTH PLAN LEGEND 1Z1 r21 - FLOOR REPAIR (WI 3.3 OR WI 3.5) - CEILING REPAIR (WI 4.1). WILL BECOME WI 3.3 IF FULL DEPTH - JOIST REPAIR (WI 5.7) - TRAFFIC TOPPING RE -COAT AREA (WI 16.0) ® - EXISTING FLOOR DRAIN FD ALL WORK ITEMS DESIGNATED BELOW ARE LOCATED ON CEILING BELOW DESIGNATED FLOOR LEVEL. REPAIRS TO SLAB -ON -GRADE (WI 3.2) ARE NOT SHOWN ON PLANS. NORTH Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 00 TAR L "a — cu Ce cn = 0_ N E 0 CI 17 ots co O _ O 11. gir CO it CL Ms 0 r O 0_ N m co O 0 0 0 z 0 w U 0 PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: DPC CHECKED BY: BBB SHEET TITLE: LEVEL 3 NORTH PLAN R -122 J: \21- 3847 -00 -IOWA_ STREET_ RAMP \ACAD \REST \MINNY \REST \3848_R123.DWG 7/10/2013 9:08:14 AM CRAMPTON, DON O I • O 3' -2" 37' -9" 562' -0" 22-4" 22-4" 3' -2" =1 =1 =1 =1 =1 =1 =1 =1 =1 =1 =1 _�O = 1 =1 =1 = 1 = 1 =1 =1 =1 =1 =1 =1 1 1 i 4.1 TAR 4 (BELOW) 1 5.7 TAR (BELOW) 1 •• • 16.4 TYP 3.5 TAR SIM ii= u ri 16.3 = = = = TAR == A FD \1R 1 O 0 6.1 ■■ llln , , IIII�III 1 12 3.2 4.1 STAIR SIM TAR TAR (BELOW) 5.1 TAR (BELOW) 7.1 TAR 6.1 TAR 1 TAR == 5.7 (BELOW) = = CJ - - 16.7 TYP 7.1 TAR 37' -9" 37' -9" 37' -9" 27' -3" FD 11.5 TAR II� 0 11.2 == IITAR == 5.7 TAR (BELOW) = = II II = = = = = = = =1 = = _= = _� II II 11 II it c.1 a fl i 6.1 TAR LEVEL 3 SOUTH PLAN FD II II 5.7 TAR (BELOW) • TAR -- -- (BELOW) - - - - LEVEL 3S LEGEND - FLOOR REPAIR (WI 3.3 OR WI 3.5) - CEILING REPAIR (WI 4.1). WILL BECOME WI 3.3 IF FULL DEPTH - JOIST REPAIR (WI 51) ' - TRAFFIC TOPPING RE -COAT AREA (WI 16.0) ® - EXISTING FLOOR DRAIN FD ALL WORK ITEMS DESIGNATED BELOW ARE LOCATED ON CEILING BELOW DESIGNATED FLOOR LEVEL. REPAIRS TO SLAB -ON -GRADE (WI 3.2) ARE NOT SHOWN ON PLANS. NORTH 11.5 TAR Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. 0 = II II II _= II =� = = _= = = FD __ = 1 6.1 TAR in o =1 =1 =J =1 =1 4.1 TAR 5.1 TAR 1 STAIR 3.6 TAR O co W =3 Xrn z LL T co op E jt g LO • Zol al g N L rn 3 m cnvorn F- C N o c- o) o) CO gir it CL co 0 r O 0_ N m 3 O 0 0 0 z 0 w 0 0 PROJECT NO: 21- 3847.1021- 384810 DRAWN BY: DPC CHECKED BY: BBB SHEET TITLE: LEVEL 3 SOUTH PLAN R -123 J: \21- 3848- 10- LOCUST_ST_CDS .2013 \ACAD \NEW FOLDER (2) \3848R- 200.DWG 7/11/2013 1:38:57 PM LEURQUIN, RONALD 72.2 SPALL OR DELAMINATION (TYP) REMOVAL LIMITS (TYP) GRIND OR SAWCUT PATCH PERIMETER 1/2" (TYP) REINFORCEMENT (TYP), LOCATIONS APPROXIMATE. CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF WHERE REQ'D AS SPECIFIED IN SECTION "SURFACE PREPARATION FOR PATCHING ". CONCRETE BEAM REPAIR - PARTIAL DEPTH REMOVE CONCRETE WITHIN SECTIONS SHOWN SHADED (TYP) REPAIR CONCRETE SEE WORK ITEM 72.0 SERIES 1" SOF ROD 40 MIL ADHERED MEMBRANE PREFORMED EXP. JT. EXIST. SUBSTRATE NOTES: COORDINATE WORK WITH BID PACKAGE #1. SHELF ANGLE /FLASHING @ STAIRTOWERS SEALANT TERM BAR, FASTEN © 12" O.C. EXIST. STONE - REMOVE & REINSTALL 1/2" 0 EXPANSION BOLT (4116" O.C. (4" EMB.) L5x31/2x3/8 " CONT. W /3/8 "0 BAR (CONT.) WELDED & HOT DIP GALV. (MATCH EXIST.) 26 GA. S.S. FLASHING W/ HEMMED EDGE FASTEN © 16" O.C. W/ ZAMAZ NAILIN NEW CURB SEALANT & BACKER ROD CLOSURE DETAIL EXIST. SLAB REMOVE EXIST. STONE AS INDICATED ZAMAC NAILIN © 12" O.C. 0.040" ALUM. (KYNAR COATED) 2" MIN. LAP EXIST. STONE TO REMAIN EXIST. SUBSTRATE LEVEL 3 EXIST SUBSTRATE BACKER ROD THROAT DEPTH 1/2 JOINT WIDTH SEALANT NOTES: 1. REMOVE ALL EXISTING SEALANT AND BACKER ROD AS REQUIRED TO EXPOSE BASE FACADE 2. CLEAN ALL DUST AND DEBRIS FROM JOINT, MAKE SURE JOINT IS CLEAN AND DRY. 3. PREPARE AND PRIME SEALANT CAVITY ACCORDING TO SEALANT MANUFACTURER'S RECOMMENDATIONS. ISOLATION JOINT REPAIR EXIST. PRECAST CONC. GRILL SEALANT ZAMAC NAILIN (nj 12" O.C. 0.050" KYNAR COATED FLASHING EXIST. CONC. SEALANT & BACKER ROD Z1 EXIST. P/C PANEL TOP LEVEL DECK FLASHING - @ P/C PANELS - TOP LEVEL (EAST ELEVATION) ISOLATION JOINT EXIST. STONE CLADDING EXTEND SEALANT UP EXTERIOR FACE, ACROSS TOP & DOWN INTERIOR FACE TO SLAB Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. EXISTING STEEL SHELF ANGLE EXIST FACADE MATERIAL BACKER ROD (OMIT AND INSTALL BOND BREAKER TAPE TO ANGLE TOE IF EXISTING SPACE DOES NOT ALLOW.) REMOVE EXISTING SEALANT AND INSTALL NEW SEALANT MAINTAIN SEALANT THROAT DEPTH 1/2" OF JOINT WIDTH. REMOVE ALL MATERIAL BETWEEN TOP OF MASONRY AND BOTTOM OF SHELF ANGLE ISOLATION JOINT SEALANT REPAIR - AT SHELF ANGLE co ti. iii t "I o o o — 4) .a - C:7 rr en = aN _a E as J U 0 oes co co 0 a o 1 /7 CO it b CL a, Ci5 M O ri = m p z 0 w U 0 PROJECT NO: 21- 3847.10/21 -3848. 0 DRAWN BY: EJG CHECKED BY: BAF SHEET TITLE: REPAIR DETAILS R -200 J: \21- 3848- 10- LOCUST_ST_CDS _2013 \ACAD \NEW FOLDER (2) \3848R- 201.DWG 7/11/2013 1:35:42 PM LEURQUIN, RONALD SEALANT (SEE NOTES) BACKER ROD MAINTAIN SEALANT THROAT DIMENSION 1/2 OF JOINT WIDTH. EXISTING MORTAR TO REMAIN. it_cL- VARIABLE JOINT WIDTH, 1/2" TYP EXIST CAPSTONE (TYP) GRIND BACK EXIST MORTAR 3/4 ", AS REQ'D NOTES: 1. REMOVE ALL EXISTING SEALANT AND BACKER MATERIAL (IF PRESENT). 2. USE NON - FLOWABLE SEALANT MATERIAL FOR VERTICAL SURFACES. 3. PRIME JOINT AS REQUIRED BY SEALANT MANUFACTURER. 4. INSTALL SEALANT EVENLY AND TOOL JOINT CONCAVE 1/16" BELOW EXISTING SURFACE. 5. DO NOT SEAL CAPSTONE BED JOINT. WET TOOLING WILL NOT BE ALLOWED. 6. SUBMIT COLOR SAMPLES FOR APPROVAL PRIOR TO START OF WORK. CAPSTONE JOINT REPAIR EXISTING MORTAR TO REMAIN. VARIABLE - JOINT WIDTH, 1/2" TYP .■ ■ ■ ■ ■Sp `M 1/16" GRIND BACK EXIST MORTAR 3/4 ", AS REQ'D BACKER ROD SEALANT (SEE NOTES) MAINTAIN SEALANT THROAT DIMENSION 1/2 OF JOINT WIDTH. EXIST STONE (TYP) NOTES: 1. REMOVE ALL EXISTING SEALANT AND BACKER MATERIAL (IF PRESENT). 2. USE NON - FLOWABLE SEALANT MATERIAL FOR VERTICAL SURFACES. 3. PRIME JOINT AS REQUIRED BY SEALANT MANUFACTURER. 4. INSTALL SEALANT EVENLY AND TOOL JOINT CONCAVE 1/16" BELOW EXISTING SURFACE. 5. DO NOT SEAL CAPSTONE BED JOINT. WET TOOLING WILL NOT BE ALLOWED. 6. SUBMIT COLOR SAMPLES FOR APPROVAL PRIOR TO START OF WORK. ROUT MORTAR & SEAL JOINTS 3/4" 3/8" X 3/8" TRIANGULAR BACKER ROD EXISTING FINISHED HORIZ OR VERT SURFACE SEALANT MATERIAL 1/2" MIN THROAT SEE NOTE 1. 3/4" ALT DETAIL 3/8" BOND BREAKER TAPE SEALANT NOTES: 1. REMOVE EXISTING COVE SEALANT MATERIAL IF PRESENT. PREPARE SURFACE PER SPECIFICATIONS. 2. BOND BREAKER REQUIRED AT INTERSECTION OF NON - MONOLITHIC MATERIALS. COVE SEALANT EXIST. STONE PANEL MORTAR EXIST. CONC. FRAME 3/8" 0 S.S. EPDXY ANCHOR W/ S.S. SCREEN (2 PER STONE) - 6" FROM TOP & BOTTOM EDGE PATCH W/ MORTAR SEALANT & BACKER ROD EXIST. PRECAST GRILL 1/2 EMBED. A 1 ANCHOR STONE Q EXIST. SUBSTRATE 1/2" 0 EXP. ANCHOR @ 16" O.C. L 5 x 3 1/2 x 3/8" (GALV) - MATCH EXIST. REMOVE & REINSTALL PANELS REMOVE & REPLACE SHELF ANGLE EXIST. STONE PANEL REMOVE EXIST. FERROUS STEEL CORRODED SHIMS & INSTALL NEW PLASTIC STRUCT. SHIM (3500PSI, MIN.) REPLACE MORTAR EXIST. CONCRETE CURB SHIM DETAIL Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Parking Consultants /Engineers, Inc. EXIST MASONRY TOOL CONCAVE JOINT REMOVE ALL UNSOUND OR DETERIORATED MORTAR IN HATCHED AREA AND PLACE NEW MORTAR, AS REQ'D. PLACE POINTING MORTAR IN 3 EVEN LIFTS NOTES: 1. REMOVE LOOSE MORTAR MATERIAL FROM JOINT. 2. FILL AND VOIDS IN JOINT BEYOND POINTING WORK DEPTH. 3. GRIND BRICK SURFACES CLEAN OF EXISTING MORTAR. DO NOT DAMAGE ADJACENT MASONRY. 4. INSTALL MORTAR IN THREE LIFTS, COMPACTING EACH LIFT. 5. TOOL MORTAR JOINT CONCAVE. TUCKPOINTING DRILL PORTS 6" TYP. FROM EDGE INJECT CRACK 6" FROM CRACK 3/8" 0 S.S. EPDXY ANCHOR W/ S.S. SCREEN (REFER TO W.I. 81.3 SIM.) NOTES: 1. DRILL INJECTION PORTS IN AT A DOWNWARD ANGLE. 2. USE NON - STAINING CLAY OR SEALANT TO COVER CRACK DURING INJECTION. 3. START AT LOWEST POINT & INJECT CRACK UNTIL GROUT EXITS NEXT PORT. 4. CLEAN ALL RUNS OR OVERFLOW IMMEDIATELY WITH CLEAN WATER. 5. LET GROUT DRY FOR 24 HOURS BEFORE REMOVING SEALANT. REPAIR BROKEN STONE (CRACKS 1/16" OR LESS) o 4) .CU cc = � a to- = 0_ N _a E J 1 co O _ O CNI CO it CL co M N O o co 0 0 0 0 z 0 U 0 w 7 PROJECT NO: 21- 3847.10/21 -3848. 0 DRAWN BY: EJG CHECKED BY: BAF SHEET TITLE: REPAIR DETAILS R -201 J : \21- 3848- 10- LOCUST_ST_CDS.2013 \ACAD \NEW FOLDER (2) \3848R- 202.DWG 7/11/2013 1 :35:09 PM LEURQUIN, RONALD E D c B A EXIST STONE EDGE SAWCUT 12' DEEP AT PATCH PERIMETER REMOVAL LIMIT DELAMINATEDISPALL BOUNDARY PATCH STONE TO MATCH ORIGINAL COLOR, SHAPE, AND SURFACE TEXTURE INSTALL STAINLESS STEEL WIVE CONNECTED SECURELY TO ANCHORS EXIST STONE FACE — INSTALL 3/16' IC STAINLESS STEEL SCREW ANCHORS IN PRE- DRILLED HOLES (MINIMUM 2 ANCHORS PER 12 SO FT) (NOTE 3) NOTES: 1. REMOVE ALL DELAMINATED, SOUND AND UNSOUND MATERIAL 2. INSTALL PATCH MATERIAL IN ACCORDANCE WITH MANUFACTURER RECOMMENDATIONS. 3. SS SCREWS SHALL BE HILT1 KWIK -GON II, EMBED MIN 1 ", OR 3118' DIA SS THREADED ROD (SET IN EPDXY), OR APPROVED EQUIVALENT. STONE PATCH CONT. ALUM. CLEAT (FASTEN @ 12' O.C.) 0.050' ALUM. COPING (KYNAR COATED) 4[ MILSELF- ADHERING -WATERPROOFING • - " MElyglI HE • ZAMAC'NAIL-IN •FASTENERS �12'O.C. . . c[ • EXIST. STONE EXTERIOR -•- :114 ` _y' ' ice • NOTES: 1. FASTENER MUST EPIEED INTO NAILER T(38MM) MINIMUM. FASTENERS MATERIAL MUST RESIST CORROSION INDUCED BY WOOD PRESERVATIVE 2. SEE SPECIFICATIONS FOR MINIMUM NAILER SECUREMENT REQUIREMENTS. 3. COPING SHALL SNAP INTO PLACE WITHOUT PENETRATIONS FOR FASTENER& 4. ALL LAPS, CORNERS TERMINATIONS, TRANSITIONS SHALL BE PER LATEST SMACNA ARCHITECTURAL SHEET METAL MANUAL EAST ELEVATION COPING (ALTERNATE) SPALL OR DELAMINATION 4 "4- W.I. 72 EXIST FACE OF WALL INSTALL PATCH FLUSH WITH WALL REINFORCEMENT (TYP), —" LOCATIONS APPROXIMATE J CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 314' CLEARANCE AROUND ALL EXPOSED REINF WHERE REQ'D AS SPECIFIED IN SECTION 'SURFACE PREPARATION FOR PATCHING'. GRIND OR SAWCIJT PATCH PERJMETER 1/2' (TYP) WALL REPAIR - PARTIAL DEPTH 40 MIL SELF ADHERING WATERPROOFING MEMBRANE REMOVE EXIS P COPING & - INSTALL 2 -2X . MAILERS (PRESS. TREi)t o. N © �: - 12'O.C. FASTEN et 12" O.0 1 EXIST. PIC PANEL t COPING A P/C PANELS (ALTERNATE) Copyright 2013. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Par ng Consultants /Engineers, Inc. REMOVE FAILED SEALANT, PREPARE JOINT SURFACES, AND INSTALL NEW SEALANT AND BACKER ROD. MAINTAIN THROAT DIMENSION, 112 OF JOINT WIDTH. SECTION WINDOW FRAME /FACADE JT. SCALE: 12' = 1[-0" CONT. ALUM. CLEAT (FASTEN @ 1210.C.) EXIST. STONE EXIST. CONIC. h— . a 40 MIL SELF - ADHERING WATERPROOFING MEMBRANE 0.050' ALUM. COPINQ ( KYNAR COATED) EXIST. STONE COPING FASTENER WI GASKETED WASHER 12' O.C. EXIST. ROOFING TO REMAIN 1 ir STAIR/ELEVATOR TOWER COPING (ALTERNATE) WH �; L §aal Q§ m� flag 1` lag a cri L O .� N Ce (1) �N/ 33 It Z3 _0 E 3 U J C oes cu CD o , c CL b m M� r O o = E 0 DESCRIPTION w PROJECT NO: 21-384710/21-384-8.10 DRAWN BY: EJG CHECKED BY: BAF SHEET TITLE. REPAIR DETAILS R -202 inn /cu v ImILIEWEREP Chr ear ■e. li aliporn• to. lb Ch v -�I 3g.. JU ITS L✓ 2-�' >' - 103•-l'G' ..... {� .II e.« �► auu� l� ° 1:: l0 107x■ Psi■■ ��i ■ ■Y■■`�e■■ ■ ■■ ■BISIM■■ing�■7 ■■■ °al®■■■■nilEi■i■i �i ii■■ i i113 EH le ttS1 I w E hmr -� ALT., I° u \1!!,.a San SL's Fr L d`- 5 uE o�:: I=: ■■■ ■1■■11t■ P' 5rc S, So 6 TYP ALV urn ,oR �A, ®; 14„ t m i F' . n o- r , _ ^:- TYP ALT._t A T^I TYA ' P /LP�ttA+L 4 I ■1 ■p1■ I eNSI111■i_rvr•ti ■P11III,9sv.�t�• 1■Ri11119 •vva ESIE■? ■11.■ 9 ''e°■1u ■ ■� , ' wr ESSEMSSIP SUESES ■rl ■ ■s� �1'I ®I■ ®rl ■■ 1 ■RI ■ ■�I �� ^ ■I■ Eta ■ S(�1 sE ,i■p�■ FAST t_ VATI u TYP. �E:--' 199111 � °°"��11 Cr rarm .� iV sJtz-,In. ®II ■ ■ +' r�iI�II ■ -, • • a'Q , •ItV ■■ <. ._ '..z 0eliliii® ■ ✓ ■1 ■ ■�� u�^. `��ii■iif9itJ MEIN MEN ii ■III o'd01�■i�E ®a irliio�ro,1�llPi�ffiU � TYP SIM pm ;INA era. NI ■PAI�•� ■■PS■ E E ■SEA i■■ A. ® 11 461 TYP. � EIMilir 1 b V f it t gek ■,4■■ a' -rsy ■1♦ ■ ■•� sisEn ■�■■ t' a ■ti'dS E ll`� d° O _ sarga" iac. Ailg ■■ ►d .. Od�t O, w•a (ERNE MEW v P ``'� a O,�P i■ s �Ir i � Q MIME MCI A • woman Q e O 0 CIO t.l y iIr-'1itI; i■. 0■1 ■■ ! ■F9 ■■ o �I M ■■ ih 1■■ ®k! ■ ■�o illi■ rte■■ ■ ■■■ NOME - ,■r�■ ■ f ® V rsva 14. �oe0 CO MIMI llII■i■ ■ n ■ ■■■ � � 1 ■ra■■ =MIN ELEVATION C� 1^e' c. I ¶41L.rig • _ rte. e mT.n- 4e)— 0 IR IK y- .p< AL BE. T I � L1 ��— LLB H CUT ec=uz wr. an- 7 hand-resaa N �m■■■ • ■ ■ 'AIM n so G is —T (•:S fir_ ■ ■ ■■ - _' i T T .III ■■ ■ ■� TVP. /vie . .0 ESTONE' 1 osetalminuomi Irilit..Wetwr I I I milmastainedmpia 111 Vlealdity" Copyright 2013. All rights reserved. No port of thls document mn, 6a ra,....di 1,.va I,.....,, r...m ,., ti,. 9 TYP. (-61 AT AL o..¢AT. -- H-1 11 url t I Iiy-i I TYP • TYP. [ue }eO 44"" a F4¢TIALu Fl WEST REV. _ PROJECT NO 11 -3114 .10/41- 36Id10 DRAWN BY: JAP CHECKED BY: BAF SHEETITIE ELEVATION REPAIRS P_91 n 1 3 4 1 5 6 7 •0 818 SEAL PANEL JOINTS IN VESTIBULE' PER WI 7E -- EXIST. V HOLE -SEAL I ALUNTERFACES TO ELEVATOR CLOSURE �Ufl \SAIIII �■s!r ■IIIII-2E1111� i P9 • E111 1111 t r R -. IR■ .V'/ DE PAN 1A` a``++.'iE ®ice 11 &MOM 1ii3®■ 1I II Iran■ wonI HIE•er El la tok ®E REPLACE WiSALVAISED STONE PEN. WIe1.1 isionnev FLIL. A TYP. ®SASE LS I Y w ■11014 Os III ■MI tycyr M41 WO ■®,�ri�i� vAdiatp Sims 411 P ■ul SI • �o SOUTHEAST TOWER !ON + SEC-F101 J ELEVATION - SECTION 1 STAIR. $s ®® ANEL JpIM51N SEAL VESTIBULE PER W.I. TB 4 P. ®® ALT SIM. SEAL AROUND PANEL (TOWER • 4 ANCHORS PER STONE ■■11•11■ Garia 1111 ■I, ■■ ■■M gra ■■■■■■I 1■■■■■ ••••• NORTHEAST TOWER ELEVATION + LCTION ELEVATION 3 SECTION ?E No• 2 STAIP TYP. 48 BASE OF PANELS 8 illi,WALKER RESTDPAMCNCONEULTONTS 1560 South Highway 100 Suite 424 Mlnneapalla, MN 55416 952.595.9116 P6 952.595.9510 Fan wwu.welkenestorzfan mm 2013 Parking Ramp Repairs Bid Package #2 - Iowa & Locust Street Repairs Dubuque Iowa OESCRIFTION ISSUE. PROJECT NO: 21 -301 .10/21- 384810 DRAWN BY: TAP CHECKED BY: RAF SHEET 111LE ELEVATION REPAIRS R -211 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 ADDENDUM #1 IOWA AND LOCUST STREET PARKING RAMP REPAIR PROJECT DUBUQUE, IOWA July 15, 2013 By: WALKER RESTORATION CONSULTANTS 1660 South Highway 100, Suite 424 Minneapolis, MN 55416 (952) 595 -9116 This Addendum No.1 is added to and shall become a part of the Bid Documents issued on July 15, 2013. The Contractor will be required to furnish or delete, as the case may be, all materials, labor, equipment, and supervision required to properly execute the Work described herein. The applicable provisions of the Bid Documents shall govern all Work included unless specifically noted otherwise in this Addendum. The Contractor and all subcontractors shall incorporate all items noted in the Addendum into the original drawings and specifications for this project. The Contractor shall acknowledge receipt of this addendum in its Bid Proposal to the Owner. This Addendum is dated July 15, 2013. The following is included: ITEM SPECIFICATION REVISIONS 1 -1 to 1 -3 Page 1 of 2 PAGE NUMBER Page 2 Iowa and Locust Street Parking Repair Projects Construction Documents 21- 3847.10/21- 3848.10 July 2013 SPECIFICATION REVISIONS ITEM SECTION DESCRIPTION 1 -1 Notice to Revise date of the Pre -Bid Conference to July 23, 2013 from July 16, 2013. Bidders Location of meeting remains unchanged: 10:00 AM on July 16, 2013 in Conference Room A, City Hall, 50 West 13th Street, Dubuque, Iowa. 1 -2 020010 Add Work Item WI 73.8: WI 73.8 SHELF ANGLES/WALL FLASHING AT STAIR TOWERS Refer to Work Item "Isolation Joint Sealant Repair at Shelf Angles" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 74.2 for specific requirements. 1 -3 020010 Add Work Item WI 74. WI 74.3 PRECAST PANEL CONTROL JOINTS A. Refer to Work Item "Rout Mortar & Seal Joints" for scope of Work, materials and procedure associated with this Work Item. Refer to Detail 76.42 for specific requirements. Page 2 of 2 CITY OF DUBUQUE, IOWA, OFFICIAL NOTICE NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE IOWA AND LOCUST PARK- ING RAMP REPAIR PROJECT NOTICE IS HEREBY GIVEN: The City Coun- cil of the City of Dubu- que, lowa'!will hold a public hearing on the proposed plans, speci- fications, form of con- tract and estimated cost for Iowa and Lo- cust Parking Ramp Re- pair Project, in accord - ance with the provi- sions of Chapter 26, Code of Iowa, at 6 :30 8th day of August, 2013, in the Office of the City Clerk, City Hall -First Floor, 50 West 13th Street, Du- buque, Iowa. Time And Place Sealed Proposals Will be Opened and Considered.. Sealed proposals will be opened and bids tabu- August 2.00 p.m. on August 8th, 2013, at City Hail- Conference Room B, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council (Coun- cil) at its meeting on August 19, 2013. The City of Dubuque, Iowa, reserves the right to any and all bids. Time for Com mencement'- and P.m., on the 5th tlay of Completion of Work.'`' August, 2013 in the His- Work shall be corn tone Federal Building menced within 10 days council Chambers after tel Notice to Pro - (second floor) 350 ceed has been issued West 6th Street, Dubu- and shall be fully com que, Iowa. Said pro- pleted no later than posed plans, specifics- December 1, 2013. tions, formof contract, Pre -Bid Conference.' >' and estimated cost are A pre -bid conference now on file in the office will be held at 10:00 of the City Clerk. At a.m. on July 23, 2013, in said hearing any inter Conference Room A, ested person may ap City Hall, 50 W. 13th pear and file objections Street, Dubuque, Iowa. thereto. Bid Security. Each! The scope ocf the Proj- bidder shall neWi 13a ect is as follows: ny its bid with a bid se This project includes curtty. The successful repair of concrete bidder w81 enter into a decking, concrete re- contract for "the work' pair in the stair towers, bid upon and will fur application of deck nish after the award of coatings, and or to contract a "corporate the facades of the surety bond, accepts ramp. ble to the governmen Any visual or hearing taf entity, for' the faith impaired persons ful- performance of the needing special assis- contract, in an amount tance or persons with equal to one hundred' special accessibility percent of the amount needs should contact of the contract. The bid the City Clerk's office security shall be in the at (5 63} 589 -4120 or amount of ten percent TDD at (563) 690 -6678 (10 %} of the amount of at least 48 hours prior the contract and shall to the meeting. be in the form of a Published by order of cashier's check or cer the City Council given tified check drawn on a on the 15th day of July, state - chartered or fed= 2013. erally chartered bank, Kevin S. Firnstahl, or a certified share CMC, City Clerk draft drawn on a state= NOTICE TO BIDDERS chartered or federally CITY OF DUBUQUE charted credit union, or PUBLIC the governmental enti- IMPROVEMENT ty may provide for a PROJECT bidder's bond with eor LOCUST & IOWA porate surety satisfac- PARKING RAMP ' tort' to the governmen- REPAIR PROJECT tal entity. The bid bond Time and Place for shall contain no condi- Filing Seated Propos- tions expected as pro: als, Sealed bids for the videtl in thissection. work comprising each Contact Docu- improvement as stated mensts. Copies of the below must be filed be- plans and ; specifica- fore 2:00 p.m. on the tions prepared by Walker Parking, may be obtained from Tri- State Blueprint, 696 Central Avenue, Dubu- que, Iowa, 52001, phone 563-556-3030. No plan deposit is re- quired: Pr Products a nd 'Labor. By virtue of statutory authority, preferencIowa will be given fop to prod- extent lawfuucts land provisions grown' and coal pro ducedswithin rence the State of Ioefewa, and to Iowa domestic labor,': to the lly re- quired' under Iowa stat- ues. Sates Tax. The bidder o incde sales tax in its bid. A sales tax exemption certificate not will be avail- lu able for a 1 material purchased for incorpo- ration in the project. General Nature of lic Improvnement. This Pub ;project icludes repair of concrete decking, concrete re pair in the stair towers, application of` deck coatings, and repair to the facade t 7/19 of the ramp. 1 STATE OF IOWA DUBUQUE COUNTY {SS: CERTIFICATION OF PUBLICATION I, Suzanne Pike, a Billing Clerk for Woodward Communications, Inc., an Iowa corporation, publisher of the Telegraph Herald,a newspaper of general circulation published in the City of Dubuque, County of Dubuque and State of Iowa; hereby certify that the attached notice was published in said newspaper on the following dates: July 19, 2013, and for which the charge is $59.20. Subscribed to before me Notary Public in and for Dubuque County, Iowa, this j day of\„ _ , 20 otary Public in and for Dubuque County, Iowa. JIAAY K, WES TERMS FR imttt tf Humber 154085 FG1