Loading...
Port of Dubuque Parking Ramp Concrete Cracking Repair Project°T®: The Honorable Mayor and City Council Members FR®Il~: Michael C. Van Milligen, City Manager SUBJECT: Port of Dubuque Parking Ramp -Concrete Cracking Repair and Concrete Sealer Project - CIP #360-1957 ®A1°E: September 2, 2009 Parking System Supervisor Tim Horsfield recommends initiation of the bidding process for the Port of Dubuque Parking Ramp -Concrete Cracking Repair and Concrete Sealer Project, and further recommends that a public hearing be set for September 21, 2009. I concur with the recommendation and respectfully request Mayor and City Council approval. ~~ Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Tim Horsfield, Parking System Supervisor Jonathan Swain, Chief Operating Officer, Peninsula Gaming August 26, 2009 To: Michael C. Van Milligen, City Manager From: Tim Horsfield, Parking System Supervisor v Subject: Port of Dubuque Parking Ramp -Concrete Cracking R air and Concrete Sealer Project - CIP 360-1957 INTRODUCTION The purpose of this memorandum is to request the City Council initiate the bidding process for concrete work in the Port of Dubuque parking ramp. DISCUSSION This project provides for approximately 13,000 feet of concrete cracking repair on level one of the parking ramp. This includes actual routing of the cracks and subsequent caulking of the cracks to prevent water penetration into the concrete slab. We are estimating the project cost to be approximately $700,000.00. This project also provides for the surface preparation and application of a concrete sealer on approximately 500,000 square feet of surface on all four levels of the ramp. The schedule for the project is as follows: City Council initiates bidding process September 8, 2009 Notice to bidders September 9, 2009 Notice of Public Hearing September 11, 2009 Receipt of Bids September 17, 2009 Public Hearing/Award of Contract September 21, 2009 ~-CTION STEP The action requested is for the City Council to adopt the attached resolutions giving preliminary approval of plans and specifications, ordering bids and setting the date of public hearing and award of contract. cc: David Heiar, Economic Development Director RESOLUTION NO. 330-09 CITY OF DUBUQUE, IOWA PORT OF DUBUQUE PARKING RAMP CRACK REPAIR AND CONCRETE SEALING PROJECT PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATES COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the crack repair on the first level of the Port of Dubuque Parking Ramp and the concrete deck preparation and sealing of the entire ramp, in the estimated amount of $700,000.00, are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 21St day of September, 2009 at 6:30 P.M. in the Historic Federal Building Council Chambers at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, and interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. The CITY OF DUBUQUE, IOWA PORT OF DUBUQUE PARKING RAMP CRACK REPAIR AND CONCRETE SEALING PROJECT is hereby ordered to be advertised for bids. The amount of security to accompany each bid shall be in an amount which shall. conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four but not more than forty-five days before the date for filing bids before 2:00 p.m. on the 17t" day of September, 2009. Bids shall be opened and read by the City Clerk at 2:00 p.m. and will be submitted to the City Council for final action at the public hearing at 6:30 p.m. on the 21St day of September, 2009, in the Historic Federal Building Council Chambers (Second Floor), 350 West 6t" Street, Dubuque, Iowa. Passed, adopted and approved thls 8th day of September , 2009. '~ ~~ ~',~~~ . Roy D. B~uol, Mayor Attest d'eanne Schneider, CMC, City Clerk CI U !J 11E, I A RT F l1 lJ U PARKING A P AK R PAI AN® NCR T S ALIN P ®J CT NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Port of Dubuque Parking Ramp Crack Repair and Concrete Sealing Project, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30 p.m., on the 21St day of September, 2009, in the Historic Federal Building Council Chambers (Second Floor) 350 West 6t" Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the project is as follows: Repair cracks on level one of the ramp and subsequently prepare levels one through four decking and apply concrete sealer to all levels. Any visual or hearing -impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589-4120 or TDD at (563) 690-6678 at least 48 hours prior to the meeting. Published .by order of the City Council given me on the day of , 2009. Passed, adopted and approved this day of , 2009. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk NOTIC TO ID S CI U U U PU LIC IMP i/ NT PROJ CT CI O DU U U ,IOWA PO T OF DU U U PA KING A P CRACK R PAIR AND CNC TE SEALING 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 September 17, 2009, in the Office of City Clerk, City Hall -First Floor, 50 West 13t" Street, Dubuque, Iowa. Time and Place Sealed Bids Will e O ened and Considered: Sealed proposals will be opened and bids tabulated at 2:00 p.m. on September 17 , 2009 at City Hall - Conference Room - B, 50 West 13t" Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on September 21St, 2009. The City of Dubuque, Iowa reserves the right to reject any and all bids. Time for Commencement and Completion of Work Work on this improvement shall commence within 10 days after the Notice to Proceed has been issued and a completion date shall be established upon award of the contract. Bid Security. Each bidder shall accompany its bid with a bid security as security that 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 astate-chartered or federally chartered bank, or a certified share draft drawn on astate-chartered or federally chartered 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 excepted as provided in this section. Contract Documents. Plans and specifications are available at the Parking Division Office, 830 Bluff Street, Dubuque, Iowa 52001, 563-589-4267. There is no cost for plans and specifications. 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 statutes. Sales Tax. The bidder should not included sales tax in its bid. A sales tax exemption certificate will be available for all materials purchased for incorporation in the project. eneral Nature of Public Irnrovrnnt. CITY OF DUBUQUE, IOWA PORT OF DUBUQUE PARKING RAMP CRACK REPAIR AND CONCRETE SEALING PROJECT, CIP: 360-1957 This project provides for general repair of a substantial amount of concrete cracking on the first level of the Port of Dubuque Parking Ramp and subsequent surface preparation and sealing of levels one through four. Pre-Bid Construction Conference. Each prospective bidder is encouraged to attend the Pre-Bid Construction Conference to be held at 11:00 a.m. on September 15t", 2009 (Tuesday) at City Hall Conference Room A (Lower Level) 50 West 13t" Street Dubuque, Iowa 52001. Attendance by all prospective bidders is not mandatory but highly recommended. EN A C CA S for T12gTCT PA S and P NT E TEN CE of the ~ 1~T ,S7' IICT'lI Dubuque, Iowa September 3,.2009 I)ES1VIAl\1 ASS®CIA'I'ES A DIVISION OF DESMAN INC. 20 N. Clark Street, Fourth Floor, Chicago, Illinois 60602 NEW YORK CHICAGO, WASHINGTON, BOSTON, CLEVELAND, HARTFORD BALTIMORE, LAS VEGAS, ST iTC'TIJ L P S and P NT INT'E NCE of the P T F I)TJ~TTt1E PA G RITC'TITRE T'ABI~E ®F CNTENT UNIT I -PROPOSAL, REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF CONTRACT BIDDING REOUIREMENTS Notice to Bidders ...................................................................................................NB 1-1 Information to Bidders ............................................................................................ IB 1-6 Bid Proposal ...........................................................................................................PF 1-5 List of Material Suppliers and Subcontractors .............................................................. 1-1 CONTRACT DOCUMENTS Instructions to Bidders -AIA Docun~entA701 .............................................................. I-1 . .. Modifications to Instructions to Bidders ....................................................................... 1-2 Abbreviate~Fo~°m ofAgreen~entl3etweeiz tJu%ner° at,cl Contractor -AIA Docarnfej~t A107 ..........................................................................,..,... 1-1 ' ~ .Supplementary General Cenditior~s oftl~e G~~;tract for Constructions ........................ 1-17 . Five.Y.ear Corrective Certificate ......................:.............................................~,........._.... 1-1 iJNIT II -TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REOUIREMENTS Section 01010 -Summary of ~Vork ........................................................................... 1-3 Section 01026 -Unit Prices .......................................................................................... 1-4 Section 01040 -Project Coordination ........................................................................... 1-4 Section 01045 -Cutting &Patching ............................................................................. 1-5 Section 01095 -Reference Standards &Definitions ..................................................... 1-9 Section 01300 -Submittals .......................................................................................... 1-9 Section 01400 -Quality Control Services ..................................................................... 1-5 Section 01500 -Temporary Facilities ......................................................................... 1 -10 Section 01600 -Materials &Equipment ............................................ ........................... 1-6 Section 01631 -Product Substitutions .......................................................................... 1-4 Section 01700 -Project Close-Out ............................................................................... 1-6 Section 01740 -Warranties & Bonds ........................................................................... 1-4 DIVISION 2 - SITEWORK Section 02070 -Selective Demolition .......................................................................... 1-6 DIVISION 7 -THERMAL & MOISTURE PROTECTION Section 07140 -Clear Penetrating Concrete Sealers ..................................................... 1-5 Section 07906 -Crack Filiing ...................................................................................... 1-4 Section 07920 -Sealants &Caulking ........................................................................... 1-3 REPAIR DRAWIl~TGS R-1 First Level Floor Plan R-2 Second Level Floor Plan R-3 Third Level Floor Plan R-4 Fourth Level Floor Plan R-5 Repair Details ING ANTS NOTICE TO BIDDERS Sealed proposals, addressed to the City Clerk of the City of Dubuque, at the office of City Clerk in City Hall (First Floor) at 50 West 13`h Street, Dubuque, Iowa 52001 (Attention: Tim Horsfield), and endorsed on the outside of the envelope with the name of the Bidder and Contract Name will be received unti12:00 p.m. on September 17, 2009 for furnishing the materials and performing the labor for the project of: STRUCTURAL REPAIRS and PREVENTIVE MAINTENANCE of the PORT OF DUBUQUE PARKING STRUCTURE Dubuque, Iowa in accordance with Plans and Specifications prepared by Desman Associates, 20 North Clark Street, 4"1 Floor, Chicago, Illinois 60602. Each proposal must be submitted in dublicate upon the blank forms provided. The right is hereby reserved to reject any or all proposals, or adjust the scope of work to meet available funds. The use of token unit bid amounts so as to produce an unbalanced bid situation may be cause for bid rejection. A Pre-bid Conference will be held at 11:00 a.m. on September 15, 2009 at the City Hall, Conference Room - A, 50 West 13`'' Street, Dubuque, Iowa (Tel.: 563/690-6099). Copies of Plans, Specifications and Proposal Form may be obtained by interested parties in the City Parking Division office at 830 Bluff Street in Dubuque (563/589-4266) or by contacting Desman Associates. No plan deposit is required. All questions regarding the Plans and Specifications should be addressed to the following: Glenn Kim Project Manager DESMAN ASSOCIATES 312/263-8400 -1- NOTICE TO BIDDERS Il~®RIVIATIOI~1 'T® BIDDERS The Information to Bidders, Bid Proposal, the Agreement, the General Conditions, the Supplementary Conditions, the Technical Specifications and Drawings compose the Contract Documents. Proposals to be entitled to consideration must be made in accordance with the following instructions: A. PROPOSALS: Proposals shall be submitted in duplicate upon the form provided herein, and all blank spaces shall be fully filled; numbers shall be stated both in writing and figures; the signature shall be in long hand; and the completed form shall be without interlineations, alteration or erasure. 2. Each proposal shall be properly signed as follows: When a CORPORATION with the name of the corporation, signature of an officer or other person properly authorized to enter into obligations for it and his title. When a PARTNERSHIP with name of partnership and signature of one of the partners. When SOLE PROPRIETORSHIP with his signature. B. SCHEDULE OF CONSTRUCTION: Execution of the Contract Documents will involve some consideration for allowing the Owner to carry on many of their normal functions. The Contractor shall be responsible not to make the conduct of normal daily business difficult or disruptive due to noise, inaccessibility of non-work areas, odors, fumes or any hazardous condition. 2. The successful Contractor, prior to start of work, shall submit a schedule of activities for each day during the entire repair period for approval by Owner and Engineer. The schedule shall include drawings showing the general phasing of the work and shoring locations, as required, on the level below. 3. Special consideration on a day-to-day basis and for particular problems coordinate with: IB-1 INFORMATION TO BIDDERS Mr. Tim Horsfield Parking System Manager City of Dubuque Parking Division 830 B1uffStreet Dubuque, IA 52001 Telephone: 563/ 589-4267 4. The Contractor shall report daily to the parking structure management office regarding progress of the work and plans for the next day. C. STARTING AND COMPLETION TIME: Work shall start within ten days after the notification of the award of the Contract. The work shall be performed strictly in accordance with the schedule proposed by the General Contractor (according to the requirements of B.2 above) and approved by the Owner/Engineer prior to starting of the work. 2. Bid Proposal shall include an estimate ofthe number of consecutive calendar days needed to complete the project, based on work hours as required and noted in the plans. D. GENERAL 1. Should a bidder find discrepancies in, or omissions from the drawings or documents, or should he be in doubt as to their meaning, he should at once notify the Engineer, who will send a written instruction to all bidders. Neither Owner nor Engineer will be responsible for any oral instructions. Lack of such notification to the Engineer will indicate that the bidder considers the documents to be sufficiently complete to prepare a bid for complete installation including all necessary accessory parts. 2. The drawings and specifications shall be considered to be cooperative and anything appearing in the specifications which may not be indicated on the plans, or vice versa, shall be considered as part of the contract and must be executed by the contractor the same as though indicated by both. Before submitting a proposal, bidders should carefully examine the drawings and specifications: Check all schedules, visit the site, fully inform themselves as to all existing conditions and limitations and shall include in the proposal a sum to cover the cost of all items included in that part. 4. Any addenda issued during the time of bidding shall be taken into account in preparing proposals, and shall become a part ofthe contract documents. IB-2 INFORMATION TO BIDDERS E. MISCELLANEOUS All (local, state, and federal) laws, codes, ordinances, and regulations pertaining to this class or type of construction shall be obeyed in regard to preparation of bids, letting of contracts, and complete installation of work. 2. Wherever in the contract documents, a particular article, material, device, form of construction, fixtures, etc., is shown or specified, such article, material, device, form of construction, fixture, etc., shall be known as standard. All PROPOSALS SI-TALL BE BASED ON STANDARDS SPECIFIED, and where two or more are named, bidders may bid on any so named. The Contractor is responsible for any extra cost due to changes required by substitutions or selection of any other than the first named product. If field conditions exist which would preclude the installation of any product or system as designed by the Engineer, the Contractor shall include, in his bid, an alternate to the specified product or system for the Owner and Engineer's consideration and approval. If the Contractor assumes an alternate without identifying it in the bid and is thereby less in the bid, he is still liable for installation of the specified product or system. 3. SUBSTITUTIONS for standards may be bid ONLY AS ALTERNATES, and written approval secured from the Engineer prior to award of the Contract. F. CONSTRUCTION CONTRACT ADMINISTRATION: 1. Successful bidders shall furnish to the Owner and Engineer, at the time of submitting the proposals the following: a. List ofSub-Contractors I) Division of Work 2) Amount of Sub-Contract 3) Firm Name 4) Address 5) Telephone Number 6) Representative b. List of Major Material Suppliers: 1) Division of Work 2) Amount of Material Purchase Order 3) Firm Name 4) Address 5) Telephone Number 6) Representative c. Contract Cost Breakdown: 1) Shall be provided on AIA Form G-703. IB-3 INFORMATION TO BIDDERS 2. Application for Payment: a. The Contractor shall furnish, free of charge, the necessary blank copies of AIA Form G-702 and G-703 for his applications for Payment. b. Partial payments made as the work progresses shall in no way be considered as an acceptance of any portion of the labor or material embraced in the contract. c. Material delivered at the site and approved by the Engineer and included in a certified estimate for partial payment shall become the property of the Owner and in no case shall such materials be removed from the site. However, if such material is stolen, destroyed or damaged by casualty before being used, the contractor will be required to replace it at his own expense. Storage of materials shall comply with the manufacturer's instructions or recommendations d. The Contractor, upon receipt of payment, shall reimburse each sub-contractor for labor and materials for which the contractor has received payment from the Owner. The contractor upon receipt of payment shall pay each material supplier for materials for which the contractor has received payment from the Owner. e. Contractor's requests for payment shall normally be submitted by the Contractor once a month. f. During the course of work, a retainage often (10%) percent will be withheld from work performed. g. During the course of construction, payment on estimates approved by the Engineer and filed with the Owner shall be made within 30 days. h. All monies paid on account to any contractor for materials or labor shall be regarded as funds in his trust for payment of any and all obligations relating to this contract and no such amount of monies shall be permitted to accrue to the contractor until all such obligations are satisfied. Evidence, satisfactory to the Owner, shall be submitted with each payment request to show that all current obligations relating to this work are satisfied before releasing any payment due on the work. The evidence shall include all lien waivers from the general contractor, subcontractors and material suppliers. Before payment of the final estimate, each contractor shall file an affidavit with the Owner, stating that monetary obligations relating to lienable items in connection with this work have been fulfilled. When the major portion of the project is substantially completed and occupied, or in use, or otherwise accepted IB-4 INFORMATION TO BIDDERS and there exists no other reasons to withhold retainage, the retained percentages held in connection with such portion will be released from escrow and paid to the Contractor, withholding only that amount necessary to assure completion. The balance of funds will be paid to the Contractor within thirty days from the date of completion and a$er acceptance by the Engineer and Owner. Provided, however, that nothing in this Contract shall be construed to create an obligation or incur a liability against the Owner in excess of the encumbrances issued to support this Contract. i. Payment for materials stored, but not installed, may require the Engineer to visit the Contractors place of storage for verification of all items on the Contractor's certificate. He shall certify that the items are in agreement with the specifications, and approved their incorporation into the project. Progress Schedule: The Progress Schedule required by the owner shall be based on starting construction upon receiving the Owner's authorization to proceed within 7 days a$er the notification of the award of the contract and completion of the Project as stipulated in the Contract. After contract is awarded, a meeting shall be held at the job before work is started, to be attended by representative of the General Contractor and all affected Subcontractors, the Engineer, and the Owner's Representative, to work out a definite schedule to be followed for starting and completing each Phase of the work and provide information for Progress Schedule. G. PURPOSE AND INTENT: In order to assist those invited to submit a proposal and their prospective subcontractors, the following sources are available for consultation: a) Engineering: Glenn Kim Project Manager (312) 263-8400 H. BONDS AND WARRANTY Simultaneously with the delivery of the executed Contract, the successful bidder shall furnish to the Owner Performance and Payment Bonds as required according to the specifications. 2. Attorneys-in-fact who sign said bonds on behalf of a surety must affix to each bond a certificate of effectively dated copy of their power of appointment. IB-5 INFORMATION TO BIDDERS 3. The Contractor, before commencing the Work, shall furnish a Performance Bond and a Labor and Material Payment Bond. The Performance Bond shall be in an amount equal to 100 percent of the full amount of the Contract Sum as security for the faithful performance of the obligations of the Contract Document, and the Labor and Material Payment Bond shall be in an amount equal to 100 percent of the full amount of the Contract Sum as security for the payment of all persons performing labor and furnishing materials in connection with the Contract Documents. Such bond shall be on AIA Document A-311, issued by the American Institute of Architects, shall be issued by a surety satisfactory to the Owner and shall name the Owner as primary co-obligee. 4. The Contractor is also required to submit a Five Year Corrective Certificate (Warranty) for all the work performed under this Contract. END OF SECTION IB-6 INFORMATION TO BIDDERS PR®P®SAL F®R1VI Submitted by: Date: To the City Clerk of the City of Dubuque, at the Office of City Clerk in City Hall (First Floor) at 50 West 13"' Street, Dubuque, Iowa 52001 (Attention: Tim Horsfield) for the STRUCTURAL REPAIRS AND PREVENTIVE MAINTENANCE OF THE PORT OF DUBUQUE P NG STRUCTURE Dubuque, Iowa PF-1 Bidder's Name UNIT ESTIMATED PRICE QUANTITY COST A. Unit Price for Base Contract (Work Installed) 1. Mobilization, Permit & General Conditions. ($30,000 max.) Lump Sum = $ 2. Repairs to Cracks on Concrete Slab ofParking Level-1: (a) Rout and clean the fine cracks and construction joints by approved methods and install the approved `Crack Fill' material at locations shown on the plan or designated by the Engineer, in accordance with the specifications and the manufacturer's written instructions. The width of the existing fine cracks included in this item is limited to 0.125 inch or less. Proposed Product $ 2F x 11,500 LF = $ (b) Rout and clean the wide cracks by approved methods and install the approved `Sealant' material at locations shown on the plan or designated by the Engineer, in accordance with the specifications and the manufacturer's written instructions. The width of the existing wide cracks included in this item is limited to 0.130 inch or larger, Proposed Product $ 2F x 500 LF = $ Concrete Penetrating 100% Solid Silane Sealer Application on Level-1: Clean the top surface of the concrete slab and curbs by shotblasting and apply an approved penetrating clear silane sealer according to the plans, specifications and manufacturer's written instructions. This item includes all necessary work to entirely remove foreign materials, if any, by approved method, if the proposed new sealer is not compatible to the existing foreign material. This item also includes all preparatory work to the existing deck surface such as patching of pittings, etc. prior to the sealer application. Proposed Sealer $ /SF x 117.000 SF = $ 4. Concrete Penetrating 100% Solid Silane Sealer Application on Levels-2 , 3 and 4: Clean the top surface of the concrete slab and curbs by approved methods (to meet the manufacturer's written guideline and the sealer penetration depth requirement in the specifications) and apply an approved penetrating clear silane sealer according to the plans, specifications and manufacturer's written instructions. This item includes all necessary work to entirely remove foreign materials, if any, by approved method, if the proposed new sealer is not compatible to the existing foreign material. This item also includes all preparatory PF-2 Bidder's Name UNIT ESTIMATED PRICE QUANTITY COST work to the existing deck surface such as patching of pittings, etc. prior to the sealer application. $ /SF x 375,000 SF = $ Proposed Sealer Repairs to Cracks on Concrete Slab of Parking Levels-2, 3 and 4: (a) Rout and clean the cracks by approved methods and install the approved `Sealant' material at locations designated by the Engineer, in accordance with the specifications and the manufacturer's written instructions. $ /LFx 300LF=$ Proposed Sealer 6. Miscellaneous work items as outlined in Section 01010: 7. Cost of providing performance and labor/material bonds: Lump Sum = $ Lump Sum = Total Base Contract Amount $ The Base ContractAmount covers all work in the ContractDocttments and based on a September 21, 2009 construction start date. CONSTRUCTION TIME The bidder agrees to commence work under this contract on or before a date to be specified in a written'Notice to Proceed", and proposes to complete all work within _ calendar days for the Base Contract from and a$er the date ofNotice to Proceed. GENERAL The bidder shall, before submitting his Proposal, carefully examine the Contract Documents. He shall inspect in detail the site of the proposed work and familiarize himself with all the local conditions affecting The Work and the detailed requirements of construction. If his Proposal is accepted, he will be responsible for all errors in his Proposal resulting from his failure or neglect to comply with these instructions or errors in judgment arising from said inspections ofthe work site and examination of the Contract Documents. The Engineer and/or the Owner will, in no case, be responsible for any losses or change in Contractor's anticipated profits resulting from such failure or neglect. PF-3 Bidder's Name UNIT ESTIMATED PRICE QUANTITY COST If the bidder finds any language in the Contract Documents inconsistent, vague or difficult to understand or interpret, for any reason, he shall request clarification in writing from the Engineer, not less than 7 working days prior to the scheduled date for receipt of Proposals, and the Engineer shall issue a written response thereto in writing to all bidders known to the Owner. Unless the bidder seeks clarification in accordance with this paragraph, he will be deemed to have waived his rights, if any he had, to object to said Contract language as vague or misleading for any reason. When the Plans and Special Conditions include information pertaining to surface observations, material testing and other preliminary investigations, such information represents only the opinion of the Engineer as to the location, character, or quantity of the materials encountered and is only included for the convenience ofthe bidder. The Owner/Engineer assumes no responsibility whatever in respect to the sufficiency or accuracy of the information, and there is no guarantee, either expressed or implied, that the conditions indicated are representative of those existing throughout The Worlc, or that unanticipated developments may not occur. Said information shall not be considered by the parties as a basis for the Contract award amount. The successful bidder shall coordinate construction operations through the office of the Building Management. The Bidder agrees that adequate time was allowed the bidder to inspect all work sites and, unless express written request has been made therefore, the Engineer/Owner will be presumed to have supplied the bidder all the information and access required to adequately complete the Proposal. The estimated quantities ofwork to be done and materials to be furnished under these Specifications are given in the Proposal. All quantities are to be considered as approximate and are to be used only for comparison of bids. The unit and lump sum prices to be tendered by the bidders are to be for the scheduled quantities as they maybe increased or decreased. Payments will be made to the Contractor only for the actual quantities of work performed and materials furnished in accordance with the Plans and Specifications. The scheduled quantities of work to be done and materials to be furnished may each be increased or diminished or entirely deleted. Such changes may become necessary for the best interest of the project due to circumstances not known at the time the Contract was entered into or arising therea$er. In the event, in the sole judgment of the Engineer or its representative, such changes become necessary, the unit and lump sum prices set forth in the Proposal and embodied in the Contract shall remain valid. Any extra work beyond the scheduled quantities requiring additional cost to the Owner shall be approved by the Owner prior to taking such action. Claims for extra work which have not been authorized in writing by the Owner and approved by the Engineer will be rejected and the Contractor shall not be entitled to payment thereof. PF®4 Bidder's Name UNIT ESTIMATED PRICE QUANTITY COST RIGHT TO REJECT BIDS AND SIGNING CONTRACTS In submitting this Bid, it is understood that the right is reserved by the Owner to reject any and all bids. If written notice of acceptance of this bid is mailed, telegraphed or delivered to the undersigned within ninety (90) days after the opening thereof; or at any time thereafter before this Bid is withdrawn by written notification, the undersigned agrees to execute and deliver a Contract in the prescribed form. The work shall be commenced by the Successful bidder on the date specified in the notice after the Contract is executed. BID GUARANTEE The undersigned agrees that this bid maybe held by the Owner for a period not exceeding ninety (90) days from the date set up for the opening of bids and that the bid may not be withdrawn within that period. IN WITNESS WHEREOF, the undersigned Bidder has caused its/his signature and seal to be affixed thereto by it duly authorized officers this day of , 2009. Firm Name By Title Telephone No Official Address Secretary PF-5 1. 2. 3. 4. 5. 6. 7. 8. NAME OF SUBCONTRACTOR ANTICIPATED SERVICE OR TRADES AND ADDRESS DOLLAR AMOUNT TO BE SUPPLIED I. 2. 3. 4. 5. 6. 7. 8. -I- LIST OF MATERIALS AND SUBCONTRACTORS Il®ISTRUCTI®NS T® BII)1)ERS The Instructions to Bidders, AIA Document A701, 1987 Edition, is a part ofthis contract, and is incorporated herein as fully as if here set-forth. MODIFICATIONS TO INSTRUCTIONS TO BIDDERS ARTICLE 2 -BIDDER'S REPRESENTATION Add: 2.1.5 Bidders must visit the site and take such other steps as may be necessary to ascertain the nature and location of the Work, and the general and local conditions which can affect the Work or cost thereof. In addition, bidders shall examine all Contract Documents in relation to the site, the existing structures and conditions of the ground, the obstacles which maybe encountered and all other conditions having a bearing upon the performance of the Work, superintendence of the Worlc, requirements for heat, time of completion and all other relevant matters. Failure to take such steps shall not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The Owner shall assume no responsibility for any understanding or representations concerning conditions made by any of its agent, representatives or employees prior to the execution of the Contract, unless in the Contract Documents. 2.1.6 The submission of a bid shall be taken as prima facie evidence of compliance with this Article 2. To visit the site during regular business hours telephone Mr. Tim Horsfield, Parking System Manager (563/ 589-4267) and make an appointment. Upon arrival at the project site, state purpose before examining existing conditions. ARTICLE 3 -BIDDING DOCUMENTS 3.1.3 Add the following: "However, incomplete sets of bidding documents will be issued upon: 1. Written request in duplicate. Letters must state the portion ofthe Bidding Documents requested, that all reproduction costs and shipping charges will be borne by the requesting bidder, and that the requesting bidder is responsible for any errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2. Such documents will be returned to Engineer within 10 days after bids are due." 3.2 Interpretation or Correction of Bidding Documents Change the first sentence of 3.2.3 to read: Any interpretation, correction or change of the Bidding Documents will be made by Addenda, which will be filed with the Drawings and Specifications, and mailed by the Engineer to persons who obtained complete sets of Bidding Documents. MODIFICATIONS TO - I - INSTRUCTIONS TO BIDDERS To the end of Article 3.2.3 add the sentence, "The bidder has the responsibility of reviewing the bidding Documents on file prior to submitting a bid to determine what Addenda, interpretations, corrections or changes have been made." 3.3 Substitutions Delete Paragraph 3.3.1; substitute: "3.3.1 The materials, products and equipment are identified in the specifications or described on the Drawings by one or more of the following methods: .1 Manufacturer's name .2 Brand Name. .3 Catalog designation. .4 Quality Standards. .5 Performance standards. .6 Generic names to denote accepted standards in trade." Amend the first sentence of 3.3.2 to read, "No substitutions or equal will be considered unless...." Amend the third sentence of 3.3.2 to read, "A statement, signed by an authorized person of the bidder, setting forth any deviations from the item specified, any changes in other materials, equipment or work that incorporation of the substitute or 'or equal' would require shall be included." ARTICLE 6 -POST-BID INFORMATION 6.3 SUBMITTALS: Delete the first sentence of Article 6.3.3 and Substitute: "6.3.3 Prior to the award of the Contract, the Engineer will notify the Bidder in writing if either the Owner or the Engineer, after due investigation, has reasonable and substantial objection to any person or organization on such list." MODIFICATIONS TO 2 m INSTRUCTIONS TO BIDDERS ABBREVIATED FORM OF AGREEMENT BETWEEN OWNER AMID CONTRACTOR The Abbreviated Form of Agreement Beltiveen Owner and Contractor, AIA Document A107, 1987 Edition, is a part ofthis contract, and is incorporated herein as fully as ifhere set-forth. SUPPLEMEI~IT T® THE GENEI~L C®NDITIOI~TS (AIA Document A10'~ NOTE: The terra 'Architect" shall be interpreted as the Engineer-of-Record, DESMAN ASSOCIATES, A Division of Desman, Inc. for the puaposes of all associated contract documents. The General Conditions of the Contract for Construction The General Conditions of this bidding is the American Institute of Architects' Document A107, 'Abbreviated Form of Agreement Between Owner and Contractor'; Apri11987 Edition, Articles, 7 through 21 hereina$er referred to as the '14IA General Conditions'; as amended and is incorporated herein as ifhere set-forth. 2. The Supplementary General Conditions The supplementary General Conditions contains changes and additions to the AIA General Conditions. Where any part of the AIA General Conditions is modified or voided by the Supplementary General Conditions, the unaltered provisions shall remain in effect. Amendments by the Supplementary General Conditions: ARTICLE 9 -CONTRACTOR Add the following to paragraph 9.3: The Contractor's superintendent shall be satisfactory to both the Engineer and the Owner, and shall not be changed except with the consent of the Engineer and Owner, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. Add the following to paragrraph 9.8: The Contractor shall maintain, on one complete set of Drawings (white prints) and specifications furnished by the Owner, an accurate record of the installation of all materials and systems covered by the Contract. The record shall indicate the exact location and amount of all repair work. Ifthe Drawings do not appear complete, accurate, and up to date, the payment request shall not be accepted by the Engineer. The completed set of "record" Drawings must be delivered to the Engineer before requesting final payment. ARTICLE 10 -ADMINISTRATION OF THE CONTRACT Delete Article 10.6 and Substitute the following: "10.6 The Engineer will have authority to reject Work which does not conform to the Contract Documents. The Engineer will have authority to require special inspection or testing of the Work. -1- SUPPLEMENT TO GENERAL CONDITIONS However; neither the Engineer's authority to act under this Subparagraph nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any dirty or responsibility of the Engineer to the Contractor, any Subcontractor, arty of their agents or employees, or any other person performing any of the Work. Any Action rec~zriring additional cost to the Owner shall be ~vroved by the Owner prior to taking such action. " ARTICLE 17 -INSURANCE Add the following_to Paragraph 17.1: All insurance coverage required pursuant to Article 17 of the General Conditions shall be carried by a company or companies licensed to do business in the State of Iowa and reasonably acceptable to the Owner. In addition to the requirements of Subparagraph 17.1, the following insurance provision shall apply. (a) The Contractor's limits of liability must name the Owner and Desman, Inc. (b) Liability Insurance (1) The Contractor and each subcontractor, performing work on any portion of the Property shall procure and maintain at their sole cost and expense, during the entire period of their performance under this Contract, the minimum insurance in insurance companies and in policies of insurance acceptable to Owner. Refer to INSURANCE SCHEDULE B for general requirements and the minimum insurance requirements. (2) Before commencing the Work, the Contractor and each subcontractor will supply Owner with a certificate of insurance, evidencing compliance with the minimum requirements listed in Article 17. Each certificate shall state that the insurance evidenced by such certificate will not be canceled or reduced, not deductibles increased, without thirty (30) days prior written notice to the Owner. (3) Contractor shall maintain a file of certificates of insurance from each subcontractor. (4) The Contractor and subcontractors shall have the Owner, its Board of Directors, the Engineer and their respective officers, directors, employees and agents named as Additional Insureds to the above Comprehensive General Liability Insurance policy. In addition, the subcontractors shall also name the Contractor and his respective officers, directors, employees and agents named as Additional Insureds. -2- SUPPLEMENT TO GENERAL CONDITIONS (c) Property Insurance (I) Except as otherwise provided, the Owner shall purchase and maintain property insurance on the building with amounts and coverage as the Owner deems satisfactory. (2) The Contractor shall purchase and maintain property insurance on such goods and building materials to the full insurable value thereof, while such goods are in transit or while stored at the work site or any other location. This insurance shall include interests of Owner (as loss payee with respect to any goods or materials paid for by Owner), Contractor, and Subcontractors in the work, and shall insure against Fire, Extended Coverage and All Risk Perils. This policy of insurance shall bear a deductible which shall be borne by the Contractor. (3) The Owner, Contractor and all subcontractors waive all rights against each other for damage caused by fire or other perils to the extent covered by insurance provided under paragraph (b) (1) and (2) hereof except such rights as they may have to the proceeds of such insurance. (4) The Owner shall not be responsible for nor shall it insure the personal property of the Contractor and/or subcontractor including, but not limited to, tools and equipment located at the job site which are intended to be incorporated into the Work. (5) Contractor shall maintain Contractors Equipment Floater Insurance for owned or leased equipment under his care, custody and control as required for the performance of the Contractor's duties. Such insurance shall be for the sole benefit of the Contractor and shall not relieve the subcontractors of their responsibilities to maintain insurance as required herein. (6) The Owner, at its option, may purchase and maintain such insurance against loss of use of its property or boiler and machinery due to fire or other hazards, however caused. (7) Fire Insurance and Extended coverage on the building in which the work of the Contractor is to be performed will be maintained by the Owner. (8) The Owner shall effect and maintain Multi-Peril insurance upon all Work, materials and equipment incorporated in the Project and all materials and equipment on or about the Premises intended for permanent use or incorporation in the Project or incident to the construction thereof, all temporary structures, materials and supplies, and all materials including any contractor's machinery, tools, equipment, appliances or other personal property owned, rented or used by the Contractor or anyone employed by it in the -3- SUPPLEMENT TO GENERAL CONDITIONS performance of the Work. The Owner is not responsible for theft of materials of any kind. The Engineer, Contractor and Subcontractors shall be named as additional insureds. The policy will include a waiver of subrogation against the Contractor and Subcontractors with respect to this policy. (d) Claims. For any and all claims against the Owner, its Board of Directors, the Engineer or any of their respective officers, directors, agents or employees by an employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them maybe liable, the insurance obligation under this paragraph shall not be limited by the amount or type of damages, compensation or benefits payable by or for the contractor or any Subcontractor under workmen's compensation disability benefit, or other employees benefit statute. ARTICLE 21 -OTHER CONDITIONS OR PROVISIONS (New Articlel 21.1 DEFINITIONS 21.1.1 Approved Equal. Material, equipment or method approved by the Engineer for use in or on Work as being acceptable as an equivalent in the essential attributes of the material, equipment or method specified in the Contract Documents. 21.1.2 Proposal. The form which sets forth a Contract Amount based on unit prices of the work and the alternates, if any. 21.1.3 Bulletin. Letter or form issued by the Engineer after the award of the Contract requesting a change or amendment ofthe Contract Documents. 21.1.4 Subchar~e Order. Letter or form issued by the Contractor authorizing changes in the Contract Documents when signed by the Contractor. 21.1.5 Reasonable 'Time. Whenever a reasonable time is specified in any of the Contract Documents, the time allowed shall be seventy-two (72) hours, weekends and holidays excluded, unless otherwise specifically provided. 21.1.6 Notice. Any written notice to the Owner shall be delivered by the Contractor to the Owner. Written notice to the Contractor shall be deemed to have been duly served if delivered in person to an officer or any other official of the Contractor or if delivered at or sent by registered or certified mail to the last business address of the Contractor. 21.1.7 Subsidiary. A subsidiary is a company whose stock is at least 50 percent owned or controlled by another company. -4- SUPPLEMENT TO GENERAL CONDITIONS 21.2 FIltE PROTECTION The Contractor shall provide methods and equipment for protecting the building, all materials and personnel from fire damage prior to starting work. Methods and equipment are subject to approval by the City of Dubuque Fire Department. 21.3 JOB MEETINGS The Contractor shall schedule job progress meetings (to be held biweekly or more o$en, as necessary) between himself the Engineer, the Owner and major subcontractors and notify the concerned parties of the time and place of the meeting. 21.4 OCCUPATIONAL SAFETY AND HEALTH ACT 21.4.1 The Contractor shall comply with all safety and health laws and regulations including, but not limited to, provisions and requirements of the Occupational Safety and Health Act of 1970, as amended, and/or the Construction Safety Act of 1969, as amended (whichever is applicable) and with all most recent applicable laws, ordinances, rules, regulations and orders of any public authority having jurisdiction and safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owner and users of adjacent utilities. Contractor shall assure that all ofhis Subcontractors also conform to all health and safety laws and regulations. 21.5 TEMPORARY LADDERS, RUNWAYS, HOISTS 21.5.1 The Contractor shall furnish and maintain all equipment such as temporary ladders, ramps, scaffolds, hoists, runways, derricks, etc., as required for the proper execution oftheir work. 21.5.2 All such apparatus, equipment and construction shall meet all requirements of all laws and regulations, including, but not limited to, labor laws and other State or Local laws applicable thereto. -5- SUPPLEMENT TO GENERAL CONDITIONS 21.6 BRACING. SHORING AND SHEETING 21.6.1 The Contractor shall provide all shoring, bracing, sheeting required for safety and proper execution of the Work. 21.7 DAMAGE Any work damaged by failure to provide protection required shall be removed and replaced with new work at the Contractor's expense. 21.8 SIGNS No signs shall be permitted on the site without the approval of the Owner. 21.9 FIRE REGULATIONS Fire protection and prevention during the construction period shall be in accordance with all laws and regulations, including, but not limited to, the latest N.F.P.A. Regulations, OSHA, State of Iowa and City of Dubuque Fire Department requirements. -6- SUPPLEMENT TO GENERAL CONDITIONS INSURANCE SCHE®ULE INSURANCE REQUIREMENTS F®R ARTISAN C®NTRACT®RS ®R GENERAL C®NTRACT®RS T® ThiE CITY ®F ®U(3UQU 1. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating of A or better in the current A.M. Best Rating Guide. 2. All Certificates of Insurance required hereunder shall provide a thirty (30) day notice of cancellation to the City of Dubuque, except for a ten (10) day notice for non- payment, if cancellation is prior to the expiration date. 3. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I. Such Certificates shall include copies of the following endorsements: a) Commercial General Liability policy is primary and non-contributing b) Commercial General Liability additional insured endorsement-See Exhibit I c) Governmental Immunities Endorsement shall upon request, provide Certificates of Insurance for all subcontractors and sub-sub contractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the insurance requirements as required of 4. Each certificate shall be submitted to the City of Dubuque. 5. 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. 6. Contractor shall be required to carry the following minimum coverage/limits or greater if required by law or other legal agreement; as per Exhibit I. This coverage shall be written on an occurrence, not claims made form. Form CG 25 03 03 97 "Designated Construction Project (s) General Aggregate Limit" shall be included. All deviations or exclusions from the standard ISO commercial general liability form CG 001 shall be clearly identified. Governmental Immunity endorsement identical or equivalent to form attached. 1 of 3 January 2008 INSURANCE SCHE®ULE 13 (Continued) INSURANCE REQUIREMENTS F®R ARTISAN C®NTRACT®RS ®R GENERAL C®NTRACTORS TO TWE CITY ®F ®UUQUE Additional Insured Requirement -See Exhibit I. 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 shall be named as an additional insured on General Liability Policies for all classes of contractors. Class A, B, and C Contractors shall include coverage for The City of Dubuque as an additional insured including ongoing and completed operations coverage equivalent to:ISO CG 20 10 07 04 *and CG 20 37 07 04.** *ISO CG 20 10 0704 "Additional Insured-Owners, Lessees or Contractors - Scheduled Person or Organization" **ISO CG 20 37 0704 "Additional Insured -Owners, Lessees or Contractors - Completed Operations" Completion Checklist Class A Contractors, Class E Contractors and Class C Contractors ^ Certificate of Liability Insurance (2 pages) ^ Designated Construction Project(s) General Aggregate Limit CG 25 03 03 97 (2 pages) ^ Additional Insured CG 20 10 07 04 ^ Additional Insured CG 20 37 07 04 ^ Governmental Immunities Endorsement 2 of 3 January 2008 INSURANCE SCHEDULER (Continued) EXHIBIT I -Contractors Insurance Requirements Contractors shall provide The City of Dubuque with a current Certificate of Insurance for this specific project, which is in conformity with this Exhibit and the Contract. The requirements below are the minimum allowable. CLASS A: General Contractors, Contractors, Trade Contractors, Subcontractors, Sub Sub Contractors, who perform the following work: Concrete Miscellaneous Steel Demolition Paving & Surfacing Earthwork Piles ~ Caissons Electrical Plumbing Systems Elevators Precast Concrete Fiber Optics Reinforcement Fire Protection Roofing ~ Sheet Metal Fireproofing Site Utilities HVAC Special Construction Masonry Structural Steel & Decking General Liability (Occurrence Form Only) Commercial General Liability General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 Additional Insured- 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 shall be named as additional insured including ongoing operations CG 20 10 07 04 or equivalent, and completed operations CG 20 37 07 04 or equivalent. See Specimens Automobile $1,000,000 (Combined Single Limit) Standard Illlorkers Compensation -with waiver of subrogation to The City of Dubuque Statutory for Coverage A Employers Liability: Each Accident Each Employee-Disease Policy Limit-Disease Umbrella $ 100, 000 $ 100,000 $ 500,000 $3, 000,000 3 of 3 January 2008 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI5 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L ~ E MM ~ l N PD LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE ( D DD/YY) ATE (MM LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 + 000 , 000 X COMMERCIAL GENERAL LIABILITY PREMISES EaEoNccTur ante $ 50 + 000 pa X CLAIMS MADE ~ OCCUR MED EXP An one arson) $ 5, 000 PERSONAL&AOV INJURY $ 1+000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER' PRODUCTS - COMPlOP AGG $ 1 + 000 , 000 POLICY X jECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1 + 000 , 000 X ANY AUTO (Ea accident) A ALL OWNED AUTOS BODILY INJURY (Per person) $ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) ~ ~+ i PROPERTY DAMAGE -,~~ i ~`.'+ .,r ~l {! R 1 ,: (Per accident) $ GARAGE LIABILITY . , . I 5 1 1 1+ AUTO ONLY - EA ACCIDENT $ ' 1 ANY AUTO ' OTHER THAN EA ACC $ r~' ~ ; I ~ ) AUTO ONLY AGG $ A EXCESSIUMBRELLA LIABILITY `' I~ i ~ i _ EACH OCCURRENCE $ 3 r 000 r 000 X OCCUR a CLAIMSMADE ' J l i ~ j ,i ~ ~ AGGREGATE $^ 3,000+000 I ~ ( DEDUCTIBLE A $ X RETENTION $ 0 $ }1, WORKERS COMPENSATION AND X TORY LIMITS ER EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 100 r 000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 100 + 000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT 500 000 $ r OTHER DESCRIPTION OF OPERATIONSlLOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS The City of Dubuque is an additional insured on general liability policies including ongoing & completed operations coverage equivalent to YSO CG 2010 0704 G CG 2037 0704. General Liability policy is primary & non-contributing. Form CG 2503 0397 "Designated Projects" general liability aggregate Limit is included. Governmental immunities endorsement is included. Waiver of subrogation in favor of City of Dubuque on workers compensation is included. City of Dubuque 50 West 13th Street Dubuque, IA 52001 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE AUTHORIZED REPRESENTATIVE ACORD 25 (2007!08) ©ACORD CORPORATION 1988 INS025 (0108).06 AMS VMP Mortgage Solutions, Inc. (800)327-0545 Page 9 of 2 i RTNT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ®ISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) ItdS®25 (0108).06 ~4RflS Page 2 of 2 CG 25 03 03 97 THIS EN®®RSEIViENT CHANGES THE P®L1CY. PLEASE RA® IT CAREFULLY. I lJ I J ( ) I IT' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: ;If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of al! damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medi- cal expenses under COVERAGE C regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Desig- nated Construction Project General Aggre- gate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Decla- rations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Ex- pense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Con- struction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a sin- gle designated construction project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. GG 25 03 03 97 Page 1 of 2 CG 25 03 03 97 C. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. ®. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. Copyright, Insurance Services Office, Inc., 1996 Page 2 of 2 CG 25 03 03 97 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20100704 THIS N®®RSMNT CHAPdGES THE P®LICY. PLEASE REA® IT CAREFULLY. ~ I ~ s I I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s 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. Location(s) Of Covered Operations Information re wired to com lets this Schedule, it not shown above, will be shown in the Declarations. A. Section II -Who Is An insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for °'bodily injury", "property damage" or "personal and advertising injury" caused; in whole or in part, by: 1. Your acts or omissions; or 2. "fhe acts or omissions of those 2rting an your behalf; in the performance of your ongoing operations for the additional insureds) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or ''property damage" occurring after: CG 20 10 07 04 Page 9 of 2 1. All work, including materials, parts or equip- 2. That portion of "your work" out of which the ment furnished in connection with such work, injury or damage arises has been put to its in- on the project (other than service, maintenance tended use by any person or organization or repairs) to be performed by or on behalf of other than another contractor or subcontractor the additional insureds) at the location of the engaged in performing operations fora princi- covered operations has been completed; or pal as a part of the same project. All terms and conditions of this policy apply unless modified by this endorsement. Page 2 of 2 ©ISO Properties, Inc., 2004 CG 20 10 07 04 POLICY NUMBER: CO1I~MERCIAL GENERAL LIAf31LITY cG 20 37 07 oa THIS EN®ORSENIENT CHANGES THE P®LICY. PLEASE REA® IT CAREFULLY. I I l , ® 1 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s 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. Location And Description Of Completed Operations Information re wired to com lete this Schedule, if not shown above, will be shown in the Deciarations. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional in- sured and included in the "products-completed opera- tions hazard". AI! terms and conditions of this policy apply unless modified by this endorsement. CG 20 37 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 CITY ®F ®lJ l1QlJE, I®~IA ®VERNMENTAL InAMl1NITIES EN®®RSEMENT 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. ~_ _ __ y ~~. _~ ~l~-_ 1 1 of 1 January 2008 CERTI>F'ICATE ®F FIVE-PEAR C®RRECTIVE PERIOD Date of Issuance HIS IS TO CERTIFY THAT, In accordance with the terms of a Contract executed the day of , 20_ by and between Contractor, and Owner, for The five year period for correcting work found to be defective or not in accordance with the Contract Documents as stipulated in the General Conditions to the contract, by the above named contractor, will expire the day of 20_. The status of account under the above contract is as follows: Original Contract Sum $ Additions $ Original sum plus additions $ Deductions $ Final contract sum $ Total certified to the Owner $ Leaving not yet certified $ DESMAN ASSOCIATES The Contractor, having examined the above Certificate, finds it correct and acknowledges receipt, upon the day of 20~, of said certificate. Contractor by NOTE: Work to be corrected within this period does not cover arty normal maintenance work which has been abarsed or neglected by the Owner or his successor The issuance of this Certificate and its acceptance are his withozrt prejudice to any other rights of the Otivner or Contractor under their Contract. CERTIFICATE OF FIVE-YEAR 1-I CORRECTIVE PERIOD TEC IC SPECIFCr~T'~T 1 GE U ENTS SECTI0~101010 SUlVIIVIARY OF WORK PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to work of this Section. 1.02 INTENT OF PLANS AND SPECIFICATIONS A. The intent of the Plans and Specifications is to describe The Work which the Contractor undertakes to do, in full compliance with the Contract, and it is understood that the Contractor will furnish, unless otherwise provided in the Contract, all materials, machinery, equipment, tools, supplies, transportation, labor, and all other incidentals necessary to the satisfactory prosecution and completion of the Work. The Plans and Specifications are complementary, and what is called for by either is as binding as if called for by both. B. The Special Conditions shall control where in conflict with the Standard Specifications. However, such portions of the Standard Specifications not in conflict or not rendered meaningless by the Special provisions shall remain in full force and effect and be binding on the parties hereto. C. In the event the Contractor discovers any error or discrepancy in the Contract Documents, he shall immediately call upon the Engineer for his decision. The Engineer shall then make such corrections and interpretations as may be deemed necessary for the fulfillment ofthe intent ofthe Specifications, Special Provisions, Plans and other Contract Documents, as construed by him and his decision shall be final. 1.03 SUMMARY OF WORK A. General Mobilization: This work consists of all labor, materials, tools and equipment required for setting-up general plant, storage/staging areas and facilities required by State Laws and City Ordinances; and the general mobilization of equipment required for the completion of the work shown on the Contract Documents. The cost of this item shall include all permits and fees required to perform the project and all expenses for the de-mobilization after the work has been completed. This work shall also include the following items: Reviewing existing electrical plans for the current electrical systems, if available, and existing conditions for each phase of the work to identify all SiT1VI1i~IARY OE FORK 01010/1 embedded conduits/wiring in the floor slabs. All existing electrical services shall be maintained/restored by the Contractor for all work areas. Provide effective ventilation system to safely remove all dust and hazardous fumes generated from the concrete demolition. The existing ventilation system in the designated repair areas may have to be modified/supplemented to safely remove all dust and fumes generated from the repair work for the entire construction period. Protection of existing overhead electrical systems to be maintained in-place. Extreme caution shall be exercised with the high voltage electrical lines, if any, to be maintained in-place in the concrete slab for the entire period of the project. Coordinate and assist the building management personnel in respect to the security during the repair work. Electricity (power) and water required for the completion of the work shall be furnished by the Owner at existing fixtures or outlets. (The Owner will not provide any temporary pipes, cables, etc.) The contractor shall provide temporary lighting in the work areas, as required, during the restoration work. If the existing capacity is insufficient for the contractor's use, the contractor is responsible for supplementing existing capacity as needed. B. Miscellaneous Items: This work consists of items not otherwise specifically indicated or shown on the plans, but which are ancillary to the specified scope of work. This work shall also include the following: I. The contractor shall furnish, install, maintain, relocate and remove all signs, barricades, cones, warning lights, and other safety control devices and temporary signage required for the proper execution of the project. The Engineer and the Owner shall review the safety control device placement before work begins and also prior to the beginning of work on any subsequent construction stages. Any deficiencies in the location or arrangement of devices shall be corrected by the contractor before starting work. 2. The miscellaneous work shall include the repairs to the non-functioning electricaUmechanical systems caused by the contractor's construction activities, for the entire parking garage. The contractor shall submit to the Owner/Engineer the documentation of all existing non-functioning electricaUmechanical systems in the entire work areas, documented based on the contractor's condition survey performed immediately prior to the scheduled mobilization. The contractor shall not start the mobilization until the Owner approves the submittal. Sl(J1VIIVIARY ®F ~V®RI~ 01010/2 The work shall also include new striping in the repair areas on the deck top surfaces, according to the existing striping layout. 4, The miscellaneous work shall also include all necessary dust protection during the entire project and final general cleaning of the work areas for construction debris, dust, etc. to restore the existing clean conditions END OF SECTION SIJlO~IIVIARY OF WO1ZI~ 01010/3 SECTION 01026 UNIT PRICES PART 1-GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.02 SUMMARY: A. This Section specifies administrative and procedural requirements for unit prices. 1. A unit price is an amount proposed by Bidders and stated on the Bid Form as a price per unit of measurement for materials and/or services that will be added to or deducted from the Contract Sum by Change Order in the event the estimated quantities of Worlc required by the Contract Documents are increased or decreased. Unit prices include all necessary labor, materials, equipment and incidentals, overhead, profit and applicable taxes. 3. Refer to individual Specification Sections for construction activities requiring the establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. B. Schedule: A "Unit Price Schedule" is included in Part 3 of this Section. Specification Sections referenced in the Schedule contain requirements for materials and methods described under each unit price. The Owner reserves the right to reject the Contractor's measurement of work-in-place that involves use of established unit prices, and to have this Work measured by an independent surveyor acceptable to the Contractor at the Owner's expense. PART 2 -PRODUCTS (Not Applicable). PART 3 -EXECUTION 3.01 UNIT PRICE SCHEDULE: A. Unit prices for all items that are included in the Bid Forms shall be considered an integral part of this Section. UNIT PRICES 01026/1 3.02 PAYMENT FOR EXTRA WORK: A. Extra work which results from any ofthe changes as specified and for which no unit price is provided in the Contract, shall not be started until receipt of a written authorization or work order from the Owner, which authorization shall state the items of work to be performed and the method of payment for each item. The Contractor shall not be entitled to payment for work performed without such authorization. B. If it is practicable to pay for Extra Work on the unit price, or lump sum basis, a fair and equitable sum shall be fixed by agreement of the parties and shown in an Extra Work Order Agreement. Work to be performed directly by the Contractor should be submitted showing a detailed breakdown of labor and material costs to which a 15 percent markup should be added for overhead and profit. C. Work to be performed by the subcontractor should be submitted showing a detailed breakdown of labor and materials by the subcontractor to which a five percent markup should be added by the Contractor for overhead and profit. D. When the Owner deems it impracticable to handle any Extra Work on the unit price or lump sum basis, or if agreement of the parties cannot be reached, the work maybe ordered done and paid for on a Forced Account basis. The Forced Account shall be based upon the time and material changes, that the payment term is stipulated in the General Conditions, and the Standard Contract Execution Forms. 3.03 CANCELED ITEMS: A. It shall be in the sole judgment and sole discretion of the Engineer or its representatives to cancel or alter any or all portions of the Contract due to circumstances either unknown at the time of bidding or arising a$er the Contract was entered into. Should such actions result in elimination or non-completion of any portion of the Contract, payment shall be made as follows: For the canceled work completed by the Contractor, payment shall be made to the Contractor for the actual number of units or items completed at the Contract unit or lump sum prices. For canceled work partially completed by the Contractor, payment shall be made to the Contractor for the partially completed units or items as specified in Payment for Extra Work. 2. For materials obtained by the Contractor for the unfinished (uncompleted) portions of the canceled work, that have been inspected, tested and accepted by the Engineer, and that have not been incorporated in the canceled work, payment shall be made to the Contractor for the actual costs for all such materials, including freight charges, as shown by the original paid invoices, to which shall be added 10 percent of the sums thereof. The materials, when so paid for by the Owner, shall become the property of the Owner. ~I~lIT P12>1CES 01026/2 3.04 PARTIAL PAYMENTS: A. The Engineer shall review the Contractor's pay request for materials in-place and completed, the amount of work performed, and the value thereof at the Contract Unit Prices. From the amount so determined there shall be deducted ten percent to be retained until after the completion of the entire work to the satisfaction of the Engineer, and the balance certified to the Owner for payment. Notwithstanding the above, a$er 50 percent or more of the work is completed, the Engineer may certify the remairvng partial payments or some of them without any further retention, provided that satisfactory progress is being made in accordance with the Contract requirements and continues to be made, and provided that the amount retained shall not be less than five percent of the total adjusted Contract Price. B. If stored matter is lost or damaged prior to incorporation in The Work, the materials shall be replaced or satisfactory repaired at the Contractor's expense. Where payment is made for materials in storage and not yet incorporated into The Work, the Contractor shall provide to the Owner, satisfactory evidence of insurance against loss by damage or disappearance. The Contractor shall pay and be responsible for cost of storage, if any, of said materials. 3.05 ADJUSTMENT OF UNIT PRICES BASED ON ACTUAL QUANTITIES PERFORMED: A. For unit price bid items, the quantities as listed in the schedule of bid items are estimates only. The Contractor will be required to complete the work specified in accordance with the Contract and at the quoted unit prices, whether quantities greater or less than the estimated amounts are involved. Should the actual quantity of a unit price pay item vary from the original estimate, the following adjustments to the unit prices shall be made: When the actual quantity of a unit price pay item is less than 75 percent of the original bid estimate, the Contract will be paid an amount equal to the actual quantity times the original unit price plus 10 percent of the difference between this amount and the original estimated quantity times the original unit price for that particular item. 2. When the actual quantity of a unit price pay item is greater than 120 percent of the original bid estimate (based upon prior approval to exceed this quantity by the Owner and Engineer) the Contractor will be paid for the actual work performed in excess of the 120 percent of the original bid estimate at an adjusted unit price of 0.90 times the original unit price. The first 120 percent of the bid estimate quantity will be paid at the original unit price. B. The foregoing provisions shall be instituted only a$er it can be accurately determined that the actual contract sum for the project (exclusive of all change orders unrelated to the original scope of work) will be greater than or less than the original contract sum by more than 5 percent. Until such time that this determination can be made, the Contractor will be paid at his base unit price for actual quantities of work performed. iJI+1IT' PRICES 01026/3 No associated adjustments will be made to lump sum items within the original contract sum due to changes in the actual quantities of unit price items and the Contractor shall not be entitled to an adjusted compensation for unit price items that are deleted in their entirety from the actual scope of work performed. END OF SECTION 1~T PRICES 01026/4 SECTI®N 01040 PR®JECT C®®RDINATI®1~1 PART I -GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.02 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. A. Progress meetings, coordination meetings and pre-installation conferences are included in Section "Project Meetings." B. Requirements for the Contractor's Construction Schedule are included in Section "Submittals." 1.03 COORDINATION: A. Coordination: Coordinate construction activities included under various Sections of these Specifications to assure efficient and orderly installation of each part ofthe Work. Coordinate construction operations included under different Sections ofthe Specifications that are dependent upon each other for proper installation, connection, and operation. 1. Where installation of one part of the Worlc is dependent on installation of other components, either before or after its own installation, schedule construction activities in the sequence required to obtain the best results. 2. Where availability of space is limited, coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. Make adequate provisions to accommodate items scheduled for later installation. PR®JECT C®®I~Il®TATI®N 01040/1 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. 1. Prepare similar memoranda for the 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 ofthe Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of schedules. 2. Installation and removal oftemporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project Close-out activities. C. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Salvage materials and equipment involved in performance o~ but not actually incorporated in, the Work. Refer to other sections for disposition of salvaged materials that are designated as Owner's property. 1.04 SUBMITTALS A. Coordination Drawings: Prepare and submit coordination Drawings where close and careful coordination is required for installation of products and materials fabricated off-site by separate entities, and where limited space availability necessitates maximum utilization of space for efficient installation of di$'erent components. Show the interrelationship of components shown on separate Shop Drawings. 2. Indicate required installation sequences. 3. Comply with requirements contained in Section "Submittals." B. StaffNames: Within 15 days ofNotice to Proceed, submit a list ofthe Contractor's principal staffassignments, including the Superintendent and other personnel in attendance at the site; identify individuals, their duties and responsibilities; list their addresses and telephone numbers. 1. Post copies of the list in the Project meeting room, the temporary field office, and each temporary telephone. PART 1-PRODUCTS (Not Applicable). PRO.IPCT COORDII~lATIOIV 01040/2 PART 2 ®EXECLTTIOI~T 3.01 GENERAL INSTALLATION PROVISIONS A. Inspection of Conditions: Require the Installer of each major component to inspect both the 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 the 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. 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 the best visual effect. Refer questionable choices to the Architect 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 the best possible results. Isolate each part of the completed construction from incompatible material as necessary to prevent deterioration. H. Coordinate temporary enclosures with required inspections and tests, to minimize the necessity of uncovering completed construction for that purpose. L Mounting Heights: Where mounting heights are not indicated, install individual components at standard mounting heights recognized within the industry for the particular application indicated. Refer questionable mounting height decisions to the Consultant for final decision. 3.02 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 the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. C. Limiting Exposures: Supervise construction activities to ensure that no part ofthe construction, completed or in progress, is subject to harmful, dangerous, damaging, or PROJECT COORDIhTATIOIiT 01040/3 otherwise deleterious exposure during the construction period. Where applicable, such exposures include, but are not limited to, the following: 1. Excessive static or dynamic loading. 2. Excessively high or low temperatures. 3. Air contamination or pollution. 4. Water or ice. 5. Solvents. 6. Chemicals. 7. Puncture. 8. Abrasion. 9. Heavy traffic. 10. Soiling, staining and corrosion. 11. Bacteria. 12. Combustion. 13. Electrical current. 14. Unusual wear or other misuse. 15. Contact between incompatible materials. 16. Destructive testing. 17. Misalignment. 18. Excessive weathering. 19. Unprotected storage. 20. Improper shipping or handling. 21. Theft. 22. Vandalism. END OF SECTION PIS®JECT C®®12I~IIolAT'I®1`1 01040/4 SECTION 01045 CUTTING AND PATCIIING PART 1-GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.02 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 the Work. Requirements of this Section apply to existing plumbing and electrical installations. C. Demolition of selected portions ofthe building for alterations is included in Section "Selective Demolition." 1.03 SUBMITTALS: A. Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required before proceeding, submit a proposal describing procedures well in advance of the time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in the proposal: 1. Describe the 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 the 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 the original structure. CUTTING ANI) PATCIIING 01045/1 7. Approval by the Consultant to proceed with cutting and patching does not waive the Consultant's right to later require complete removal and replacement of a part of the Worlc found to be unsatisfactory. 1.04 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. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: 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. Exterior curtain wall construction. k. Equipment supports. 1. Piping, ductwork, vessels and equipment. B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. Obtain approval of the cutting and patching proposal before cutting and patching the 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 flashings. 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 the exterior or in occupied spaces, in a manner that would, in the Consultant's opinion, reduce the C><T'1"1'Il`TG Al\TI3 PATCI~IG 01045/2 building's aesthetic qualities, or result in visual evidence of cutting and patching. Remove and replace Work cut and patched in a visually unsatisfactory manner. 1. If possible retain the original installer or fabricator to cut and patch the following categories of exposed Worlc, or if it is not possible to engage the original installer or fabricator, engage another recognized experienced and specialized firm: a. Processed concrete finishes. b. Stonework and stone masonry. c. Ornamental metal. d. Matched-veneer woodwork. e. Preformed metal panels. f. Window wall system. g. Stucco and ornamental plaster. h. Acoustical ceilings. i. Terrazzo. j. Finished wood flooring. lc. Fluid-applied flooring. 1. Carpeting. m. Aggregate wall coating. n. Wall covering. o. Swimming pool finishes. p. HVAC enclosures, cabinets or covers. PART 2 -PRODUCTS 2.01 MATERIALS: A. Use materials that are identical to existing materials. If identical materials are not available or cannot be used where exposed surfaces are involved, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. Use materials whose installed performance will equal or surpass that of existing materials. PART 3 -EXECUTION 3.01 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. 1. Before proceeding, meet at the site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. CUTTING AND PATCHING 01045/3 3.02 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 the 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 the building, but scheduled to be removed or relocated until provisions have been made to bypass them. 3.03 PERFORMANCE A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Cut existing construction to provide for installation of other components or performance of other construction activities and the 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 the original installer; comply with the original installer's recommendations. 1. In general, where cutting is required use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots neatly to 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 the exposed or finished side into concealed surfaces. 3. Cut through concrete and masonry using a cutting machine such as a carborundum saw or diamond core drill. 4. Comply with requirements of applicable Sections of Division-2 where cutting and patching requires excavating and backfilling. 5. By-pass utility services such as pipe or conduit, before cutting, where services are shown or required to be removed, relocated or abandoned. Cut-offpipe or conduit in walls or partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter a$er by-passing and cutting. CU'I'TIl\1G A1~D PATCHY~TG 01045/4 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 the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. Where removal of walls or partitions extends one finished area into another, patch and repair floor and wall surfaces in the new space to provide an even surface ofuniform 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 a smooth painted surface, extend final paint coat over entire unbroken containing the patch, after the patched area has received primer and second coat. Patch, repair or rehang existing ceilings as necessary to provide an even plane surface of uniform appearance. 3.04 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 CUTTIlVG Alm PATC G 01045/5 SECTION 01095 REFERENCE STANDARDS AND DEFL~lITIONS PART 1-GENERAL I.OI RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 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 other Paragraphs or Schedules in the Specifications, and similar requirements in the Contract Documents. Where terms such as "shown," "noted," "scheduled," and "specified" are used, it is to help the reader locate the reference; no limitation on location is intended. C. Directed: Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean "directed by the Consultant," "requested by the Consultant," and similar phrases. D. Approve: The term "approved," where used in conjunction with the Consultant's action on the Contractor's submittals, applications, and requests, is limited to the Consultant's duties and responsibilities as stated in the Conditions of the Contract. E. Re ulg anon: 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" is used to mean "supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation, and similar operations." G. Install: The term "install" is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, 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 the intended use." Installer: An "Installer" is the Contractor or an entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier for performance of a particular construction activity, including installation, erection, application, and similar REFERENCE STANDARDS AND DEFINITIONS 01095/1 operations. Installers are required to be experienced in the operations they are engaged to perform. The term "experienced," when used with the term "Installer," means having 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 the authority having jurisdiction. 2. Trades: Use oftitles such as "carpentry" is not intended to 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. Assignment of Specialists: Certain Sections of the Specifications require that specific construction activities shall be performed by specialists who are recognized experts in the operations to be performed. The specialists must be engaged for those activities, and assignments are requirements over which the Contractor has no choice or option. Nevertheless, the ultimate responsibility for fulfilling Contract requirements remains with the Contractor. a. This requirement shall not be interpreted to conflict with enforcement of 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 performance of 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 Laboratories: A "testing laboratory" 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. 1.03 SPECIFICATION FORMAT AND CONTENT EXPLANATION: A. Specification Format: These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 16-Division format and MASTERFORMAT numbering system. B. Specification Content: This Specification uses certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: REFEI2EIi1CE STAIiTI)AItI)S A~ I)EI+'I~TITI®1~TS 01095/2 Abbreviated Language: Language used in Specifications and other Contract Documents is the abbreviated type. Words and meanings shall be interpreted as appropriate. Words that are implied, but not stated shall be interpolated as the sense required. Singular words will be interpreted as plural and plural words interpreted as singular where applicable and the context ofthe Contract Documents so indicates. 2. Imperative and streamlined language is used generally in the Specifications. Requirements expressed in the imperative mood are to be performed by the Contractor. At certain locations in the text, for clarity, subjective language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or by others when so noted. a. The words "shall be" shall be included by inference wherever a colon (:) is used within a sentence or phrase. 1.04 INDUSTRY STANDARDS A. Applicability of Standards: Except where 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 the standard in effect as ofthe date ofthe Contract Documents. C. Conflicting Requirements: Where compliance with two or more standards is specified, and the standards may establish different or conflicting requirements for minimum quantities or quality levels, refer requirements that are different, but apparently equal, and uncertainties to the Consultant 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. In complying with these requirements, indicated numeric values are minimum or maximum, as appropriate for the context of the requirements. Refer uncertainties to the Consultant for a decision before proceeding. D. Copies of Standards: Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. Where copies of standards are needed for performance of a required construction activity, the Contractor shall obtain copies directly from the publication source. REFEREI~ICE S'TANDARI)S AID DEFINITT®l~S 01095/3 E. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. Refer to the "Encyclopedia of Associations," published by Gale Research Co., available in most libraries. F. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. The following acronyms or abbreviations, as referenced in Contract Documents, are defined to mean the associated names. Names and addresses are subject to change and are believed to be, but are not assured to be, accurate and up to date as of date of Contract Documents. AA Aluminum Association 900 19th St., NW, Suite 300 Washington, DC 20006 (202) 862-5100 AASHTO American Association of State Highway and Transportation Officials 444 North Capitol St., Suite 225 Washington, DC 20001 (202) 624-5800 ACI American Concrete Institute P.O. Box 19150 Detroit, MI 48219 (313) 532-2600 ACIL American Council of Independent Laboratories 1725 K St., NW Washington, DC 20006 (202) 887-5872 AI Asphalt Institute Research Parlc Drive P.O. Box 14052 Lexington, KY 40512-4052 (606) 288-4960 AIA American Institute of Architects 1735 New York Ave., NW Washington, DC 20006. (202) 626-7300 APA American Plywood Assoc. P.O. Box 11700 Tacoma, WA 98411 (206) 565-6600 ARMA Asphalt Roofing Manufacturers Assoc. 6288 Montrose Rd. Rockville, MD 20852 (301) 231-9050 ASC Adhesive and Sealant Council REF`ERE~tCE STAI~ARDS A~ I)E1F»TYOI~IS 01095/4 1627 K Street, NW, Suite 1000 Washington, DC 20006 (202) 452-1500 ASPE American Society of Plumbing Engineers 3617 Thousand Oaks Blvd., Suite 210 Westlake, CA 91362 (805) 495-7120 ASTM American Society for Testing and Materials 1916 Race St. Philadelphia, PA 19103 (215) 299-5400 AWS American Welding Society 550 LeJeune Road, NW P.O. Box 351040 Miami, FL 33135 (305) 443-9353 BANC Brick Association ofNorth Carolina P.O. Box 13290 Greensboro, NC 27415-3290 (919) 273-5566 BHMA Builders' Hardware Manufacturers Assoc. 355 Lexington Ave., 17th Floor New York, NY 10017 (212) 661-4261 BIA Brick Institute ofAmerica 11490 Commerce Park Drive, Suite 300 Reston, VA 22091 (703) 620-0010 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Rd. Schaumburg, II, 60173 (312) 517-1200 EJMA Expansion Joint Manufacturers Assoc. 25 N. Broadway Tarrytown, NY 10591 (914) 332-0040 HPMA Hardwood Plywood Manufacturers Assoc. 1825 Michael Farraday Drive P.O. Box 2789 Reston, VA 22090 (703) 435-2900 REFERENCE ST AIDS AIVI)1)EFIIiTITI®1~TS 01095/5 IEEE Institute of Electrical and Electronic Engineers 345 E. 47th St. New York, NY 10017 (212) 705-7900 NAPA National Asphalt Pavement Assoc. Calvert Building, Suite 620 6811 Kenilworth Ave. Riverdale, MD 20737 (301) 779-4880 NAPF National Association of Plastic Fabricators (Now DLPA) NCMA National Concrete Masonry Assoc. P.O. Box 781 Herndon, VA 22070 (703) 435-4900 NEC National Electric Code (from NFPA) NECA National Electrical Contractors Assoc. 7315 Wisconsin Ave. Bethesda, MD 20814 (301) 657-3110 NFPA National Fire Protection Assoc. One Battenymarch Park P.O. Box 9101 Quincy, MA 02269-9101 (617) 770-3000 NPCA National Paint and Coatings Assoc. 1500 Rhode Island Ave., NW Washington, DC 20005 (202) 462-6272 NRCA National Roofing Contractors Assoc. One O'Hare Centre 6250 River Road, Suite 8030 Rosemont, IL 60018 (708) 318-6722 PCA Portland Cement Assoc. 5420 Old Orchard Road Skokie, IL 60077 (312) 966-6200 PCI Prestressed Concrete Institute 175 W. Jackson Blvd. Chicago, lL 60604 (312) 786-0300 REFERENCE STAI~DAI2DS AND DEFINITIONS 01095/6 PDI Plumbing and Drainage Institute c/o Sol Baker 1106 W. 77th St., South Dr. Indianapolis, IN 46260 (317) 251-6970 RMA Rubber Manufacturers Assoc. 1400 K St., NW Washington DC 20005 (202) 682-4800 SSPC Steel Structures Painting Council 4400 Fifth Ave. Pittsburgh, PA 15213 (412) 268-3327 WRI Wire Reinforcement Institute 1760 Reston Parkway, Suite 403 Reston, VA 22090 (703) 790-9790 G. Federal Government Agencies: Names and titles of federal government standard or Specification producing agencies are often abbreviated. The following acronyms or abbreviations referenced in the Contract Documents indicate names of standard or Specification producing agencies ofthe federal government. Names and addresses are subject to change but are believed to be, but are not assured to be, accurate and up to date as of the date of the Contract Documents. CE Corps of Engineers (CT.S. Department ofthe Army) Chief ofEngineers -Referral Washington, DC 20314 (202) 272-0660 CFR Code ofFederal Regulations Available from the Government Printing Office N. Capitol St. between G and H St. NW Washington, DC 20402 (202) 783-3238 (Material is usually first published in the "Federal Register") CPSC Consumer Product Safety Commission 5401 Westbard Ave. Bethesda, MD 20816 (800) 638-2772 CS Commercial Standard (U.S. Department of Commerce) Government Printing Office Washington, DC 20402 (202) 377-2000 REFEI2EAICE STAI~IDARDS AND DEFIl®IITI®I~TS 01095/7 DOC Department of Commerce 14th St. and Constitution Ave., NW Washington, DC 20230 (202) 377-2000 DOT Department of Transportation 400 Seventh St., SW Washington, DC 20590 (202) 366-4000 EPA Environmental Protection Agency 401 M St., SW Washington, DC 20460 (202) 382-2090 FAA Federal Aviation Administration (U.S. Department of Transportation) 800 Independence Ave., SW Washington, DC 20590 (202) 366-4000 NIST National Institute of Standards and Technology (U.S. Department of Commerce) Gaithersburg, MD 20899 (301) 975-2000 OSHA Occupational Safety and Health Administration (U.S. Department ofLabor) Government Printing Office Washington, DC 20402 (202) 523-6091 PS Product Standard ofNBS (U.S. Department of Commerce) Government Printing Office Washington, DC 20402 (202) 783-3238 1.05 GOVERNING REGULATIONS/AUTHORITIES: A. The Consultant has contacted authorities having jurisdiction where necessary to obtain information necessary for preparation of Contract Documents. Contact authorities having jurisdiction directly for information and decisions having a bearing on the Work. B. Copies of Regulations: Obtain copies of the applicable regulations and retain at the Project Site, available for reference by parties who have a reasonable need for such reference. 121E~ERENCE S'TANDAI2DS A~ DE ONS 01095/8 1.06 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, and similar documents, correspondence, and records established in conjunction with compliance with standards and regulations bearing upon performance of the Work. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION (Not Applicable) END OF SECTION REFERENCE STANDARDS AI`ID DEFINITIONS 01095/9 SECTION 01300 SUBMITTALS PART 1-GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for submittals required for performance of the Work, including; 1. Contractor's construction schedule. 2. Submittal schedule. 3. Daily construction reports. 4. Shop Drawings. 5. Product Data. 6. Samples. B. Administrative Submittals: Refer to other Division-1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to: 1. Permits. 2. Applications for payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of Subcontractors. C. The Schedule of Values submittal is included in the "General Conditions." D. Inspection and test reports are included in the section "Quality Control Services." 1.03 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. SUBMITTALS 01300/1 a. The Consultant reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. Processing: Allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for resubmittals. a. Allow two weeks for initial review. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. The Consultant will promptly advise the Contractor when a submittal being processed must be delayed for coordination. b. If an intermediate submittal is necessary, process the same as the initial submittal. c. Allow two weeks for reprocessing each submittal. d. No extension of Contract Time will be authorized because of failure to transmit submittals to the Consultant sufficiently in advance ofthe Work to permit processing. B. Submittal Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name ofthe entity that prepared each submittal on the label or title block. 1. Provide a space approximately 4" x 5" on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. 2. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. c. Name and address of Consultant. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from Contractor to Consultant using a transmittal form. Submittals received from sources other than the Contractor will be returned without action. SiTB1VIITTALS 01300/2 On the transmittal Record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including minor variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 2. Transmittal Form: Use AIA Document G 810. 1.04 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Phasin :Provide notations on the schedule to show how the sequence of the Work is a$~ected by requirements for phased completion to permit Work by separate Contractors and partial occupancy by the Owner prior to Substantial Completion. B. Work Stages: Indicate important stages of construction for each major portion of the Work, including testing and installation. C. Distribution: Following response to the initial submittal, print and distribute copies to the Consultant, Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in the Project meeting room and temporary field office. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. 1.05 SUBMITTAL SCHEDULE A. After development and acceptance ofthe Contractor's construction schedule, prepare a complete schedule of submittals. Submit the schedule within 10 days of the date required for establishment of the Contractor's construction schedule. 1. Coordinate submittal schedule with the list of subcontracts, schedule ofvalues and the list of products as well as the Contractor's construction schedule. 2. Prepare the schedule in chronological order; include submittals required during the first 90 days of construction. Provide the following information: a. Scheduled date for the first submittal. b. Related Section number. c. Submittal category. d. Name of subcontractor. e. Description ofthe part ofthe Work covered. f. Scheduled date for resubmittal. g. Scheduled date the Consultant's final release or approval. B. Distribution: Following response to initial submittal, print and distribute copies to the Consultant's, Owner, subcontractors, and other parties required to comply with submittal dates indicated. Post copies in the Project meeting room and field office. SUBIVIITTAI,S 01300/3 When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. C. Schedule Updating: Revise the schedule after each meeting or activity, where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting. 1.06 DAILY CONSTRUCTION REPORTS A. Prepare a daily construction report, recording the following information concerning events at the site; and submit duplicate copies to the Consultant at weekly intervals: 1. List of subcontractors at the site. 2. Approximate count of personnel at the site. 3. High and low temperatures, general weather conditions. 4. Accidents and unusual events. 5. Meetings and significant decisions. 6. Stoppages, delays, shortages, losses. 7. Meter readings and similar recordings. 8. Emergency procedures. 9. Orders and requests of governing authorities. 10. Change Orders received, implemented. 11. Services connected, disconnected. 12. Equipment or system tests and start-ups. 13. Partial Completions, occupancies. 14. Substantial Completions authorized. 1.07 SHOP DRAWINGS A. Submit newly prepared information, drawn to accurate scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not considered Shop Drawings. B. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. Include the following information: SUBMITTALS 01300/4 1. Dimensions. 2. Identification of products and materials included. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full- size Drawings, submit Shop Drawings on sheets at least 8-1/2" x 11" but no larger than 36" x 48". 7. Initial Submittal: Submit one correctable translucent reproducible print and one blue- or black-line print for the Consultant's review; the reproducible print will be returned. 8. Initial Submittal: Submit 2 blue- or black-line prints for the Consultant's review; one will be returned. 9. Final Submittal: Submit 3 blue- or black-line prints; submit 5 prints where required for maintenance manuals. 2 prints will be retained; the remainder will be returned. 10. Final Submittal: Submit 3 blue- or black-line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by the Consultant for distribution. 2 prints will be retained; the remainder returned. a. One ofthe prints returned shall be marked-up and maintained as a "Record Document." 11. Do not use Shop Drawings without an appropriate final stamp indicating action taken in connection with construction. C. Coordination drawings are a special type of Shop Drawing that show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or function as intended. 1. Preparation of coordination Drawings is specified in section "Project Coordination" and may include components previously shown in detail on Shop Drawings or Product Data. 2. Submit coordination Drawings for integration of different construction elements. Show sequences and relationships of separate components to avoid conflicts in use of space. 1.08 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing-in diagrams and templates, standard wiring diagrams and performance curves. Where Product Data must be specially prepared because standard printed data is not suitable for use, submit as "Shop Drawings." L Mark each copy to show applicable choices and options. Where printed SITBI~IITTAI,S 01300/5 Product Data includes information on several products, some of which are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with recognized trade association standards. c. Compliance with recognized testing agency standards. d. Application oftesting agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. Preliminary Submittal: Submit a preliminary single-copy of Product Data where selection of options is required. 4. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals. The Consultant will retain one, and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until an applicable copy of Product Data applicable is in the installer's possession. b. Do not permit use ofunmarked copies of Product Data in connection with construction. 1.09 SAMPLES A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers ofmaterials, color range sets, and swatches showing color, texture and pattern. Mount, display, or package Samples in the manner specified to facilitate review of qualities indicated. Prepare Samples to match the Consultant's Sample. Include the following: SUBMITTALS 01300/6 a. Generic description of the Sample. b. Sample source. c. Product name or name of manufacturer. d. Compliance with recognized standards. e. Availability and delivery time. 2. 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 the final submittal and the actual component as delivered and installed. a, Where variation in color, pattern, texture or other characteristics are inherent in the material or product represented, submit multiple units (not less than 3), that show approximate limits ofthe variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation and similar construction characteristics. c. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Worlc. Such Samples must be undamaged at time of use. On the transmittal, indicate special requests regarding disposition of Sample submittals. Preliminary submittals: Where Samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit a full set of choices for the material or product. a. Preliminary submittals will be reviewed and returned with the Consultant's mark indicating selection and other action. 4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation and similar characteristics, subrrut 3 sets; one will be returned marked with the action taken. Maintain sets of Samples, as returned, at the Project site, for quality comparisons throughout the course of construction. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. b. Sample sets maybe used to obtain final acceptance of the construction associated with each set. B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. SUBIVII~TAL,S 01300/7 Field Samples specified in individual Sections are special types of Samples. Field Samples are full-size examples erected on site to illustrate finishes, coatings, or finish materials and to establish the standard by which the Work will be judged. a. Comply with submittal requirements to the fullest extent possible. Process transmittal forms to provide a record of activity. 1.10 ARCHITECT'S ACTION A. Except for submittals for record, information or similar purposes, where action and return is required or requested, the Consultant will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. B. Action Stamp: The Consultant will stamp each submittal with a uniform, self explanatory action stamp. The stamp will be appropriately marked, as follows, to indicate the action taken: 1. Final Unrestricted Release: Where submittals are marked "Approved," that part of the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance. 2. Final-But-Restricted Release: When submittals are marked "Approved as Noted," that part of the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance. Returned for Resubmittal: When submittal is marked 'Not Approved, Revise and Resubmit," do not proceed with that part of the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action mark. a. Do not permit submittals marked 'Not Approved, Revise and Resubmit" to be used at the Project site, or elsewhere where Work is in progress. Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked "Action Not Required." SUBIi~IITTALS 01300/ PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTIOI~T (Not Applicable). END OF SECTION SUBMITTALS 01300/9 SECTI®N 01400 ~UALI'I'Y C®NTR®L SERVICES PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.02 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 the Consultant. 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. 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. Requirements for the Contractor to provide quality control services required by the Consultant, Owner, or authorities having jurisdiction are not limited by provisions of this Section. 1.03 RESPONSIBILITIES A. Contractor Responsibilities: The Contractor shall provide inspections, tests and similar quality control services, specified in individual Specification Sections and required by governing authorities, eYCept where they are specifically indicated to QIJALI'I`Y C®NIR®L SERVICES 01400/1 be the Owner's responsibility, or are provided by another identified entity; these services include those specified to be performed by an independent agency and not by the Contractor. Costs for these services shall be included in the Contract Sum. 1. The Contractor shall employ and pay an independent agency, to perform specified quality control services. 2. The Owner will engage and pay for the services of an independent agency to perform inspections and tests specified as the Owner's responsibilities. a. Where the Owner has engaged a testing agency or other entity for testing and inspection of a part ofthe Work, and ifthe Contractor is also required to engage an entity for the same or related element, the Contractor shall not employ the entity engaged by the Owner, unless otherwise agreed in writing with the Owner. Retesting: The 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. 4. Associated Services: The Contractor shall 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. Providing access to the Work and furnishing labor and facilities necessary to facilitate inspections and tests. b. Taking adequate quantities of representative samples ofmaterials that require testing or assisting the agency in taking samples. c. Providing facilities for storage and curing of test samples, and delivery of samples to testing laboratories. d. Providing the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. e. Security and protection of samples and test equipment at the Project site. QUALITY COI`1TROL SERVICES 01400/2 B. Owner Responsibilities: The 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. The Owner will employ and pay for the services of an independent agency, testing laboratory or other qualified firm to perform services which are the Owner's responsibility from the allowance set aside for testing in the contract sum. C. Duties of the Testing Agency: The independent testing agency engaged to perform inspections, sampling and testing ofmaterials and construction specified in individual Specification Sections shall cooperate with the Consultant and Contractor in performance of its duties, and shall provide qualified personnel to perform required inspections and tests. 1. The agency shall notify the Consultant and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter or enlarge requirements ofthe Contract Documents, or approve or accept any portion of the Worlc. The agency shall not perform any duties of the Contractor. D. Coordination: The 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 the Contractor and each agency shall coordinate activities to avoid the necessity ofremoving and replacing construction to accommodate inspections and tests. The Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. 1.04 SUBMITTALS: A. The independent testing agency shall submit a certified written report of each inspection, test or similar service, to the Consultant, in duplicate, unless the Contractor is responsible for the service. Ifthe Contractor is responsible for the service, submit a certified written report of each inspection, test or similar service through the Contractor, in duplicate. Submit additional copies of each written report directly to the governing authority, when the authority so directs. QUALITY C®NTR®L SERVICES 01400/3 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 an interpretations of test results. j. Ambient conditions at the time ofsample-taking and testing. k. Comments or professional opinion as to whether inspected or tested Work complies with Contract Document requirements. 1. Name and signature of laboratory inspector. m. Recommendations on retesting. 1.05 QUALITY ASSURANCE A. Qualification for Service Agencies: Engage inspection and testing service 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 inspection and 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 3.01 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." B. Protect construction exposed by or for quality control service activities, and protect repaired construction. QUALITY CONTROL SERVICES 01400/4 C. Repair and protection is the Contractor's responsibility, regardless ofthe assignment of responsibility for inspection, testing or similar services. END OF SECTION QUALITI' CONTROL SERVICES 01400/5 SECTI®1®I 01500 TEMPORARY FACILITIES PART 1-GENERAL 1.01 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.. 1.02 SUIvIMARY A. This Section specifies requirements for temporary services and facilities, including utilities, construction and support facilities, security and protection. B. Temporary utilities required include but are not limited to: 1. Water service and distribution. 2. Temporary electric power and light. 3. Telephone service. C. Temporary construction and support facilities required include but are not limited to: 1. Temporary heat. 2. Field offices and storage sheds. 3. Sanitary facilities, including drinking water. 4. Temporary enclosures. 5. Temporary Project identification signs and bulletin boards. 6. Waste disposal services. 7. Rodent and pest control. 8. Construction aids and miscellaneous services and facilities. D. Securi , and protection facilities required 'include but are not limited to: 1. Temporary fire protection. 2. Barricades, warning signs, lights. 3. Sidewallc bridge or enclosure fence for the site. 4. Environmental protection. 1.03 SUBMITTALS A. Temporary Utilities: Submit reports of tests, inspections, meter readings and similar procedures performed on temporary utilities. TEMP®RARY FACILITIES 01500/1 B. Implementation and Termination Schedule: Submit a schedule indicating implementation and termination of each temporary utility within 15 days of the date established for commencement of the Work. 1.04 QUALITY ASSURANCE A. Re ula.~: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 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. B. Standards: Comply with NFPA Code 241, "Building Construction and Demolition Operations", ANSI-A10 Series standards for "Safety Requirements for Construction and Demolition", and NECA Electrical Design Library "Temporary Electrical Facilities." Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services," prepared jointly by AGC and ASC, for industry recommendations. Electrical Service: Comply with NEMA, NECA and UL standards and regulations for temporary electric service. Install service in compliance with National Electric Code (NFPA 70). C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT CONDITIONS A. Temporarv Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to the Owner, change over from use of temporary service to use of the permanent service. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous dangerous or unsanitary conditions, or public nuisances to develop or persist on the site. T1EIVIP®RARY FACII.,ITIES 01500/2 PART 2 - PR®1)UCTS 2.01 MATERIALS A. General: Provide new materials; if acceptable to the Architect, undamaged previously used materials in serviceable condition maybe used. Provide materials suitable for the use intended. B. Lumber and Plywood: For job-built temporary offices, shops and sheds within the construction area, provide UL labeled, fire treated lumber and plywood for framing, sheathing and siding. 2. For signs and directory boards, provide exterior type, Grade B-B High Density Concrete Form Overlay Plywood conforming to PS-1, of sizes and thickness indicated. For fences and vision barriers, provide exterior type, minimum 3/8" thick plywood. 4. For safety barriers, sidewalk bridges and similar uses, provide minimum 5/8" thick exterior plywood. C. Paint: Comply with requirements of Division-9 Section "Painting." For job-built temporary offices, shops, sheds, fences and other exposed lumber and plywood, provide exterior grade acrylic-latex emulsion over exterior primer. 2. For sign panels and applying graphics, provide exterior grade alkyd gloss enamel over exterior primer. For interior walls of temporary offices, provide two coats interior latex flat wall paint. D. Tarpaulins: Provide waterproof fire-resistant, UL labeled tarpaulins with flame-spread rating of 15 or less. For temporary enclosures provide translucent nylon reinforced laminated polyethylene or polyvinyl chloride fire retardant tarpaulins. E. Water: Provide potable water approved by local health authorities. F. Open-Mesh Fencing: Provide 1 I-gage, galvanized 2-inch, chain link fabric fencing 6-feet high with galvanized barbed wire top strand and galvanized steel pipe posts, 1-1/2" LD. for line posts and 2-1/2" LD. for corner posts. TEMPORARY F'ACII,ITIES 01500/3 2.02 EQUIl'MENT A. General: Provide new equipment; if acceptable to the Consultant, undamaged, previously used equipment in serviceable condition may be used. Provide equipment suitable for use intended. B. Water Hoses: Provide 3/4" heavy-duty, abrasion-resistant, flexible rubber hoses 100 ll. long, with pressure rating greater than the maximum pressure of the water distribution system; provide adjustable shut-offnozzles 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 ofpower 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. F. Heatin 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. Temporarv Toilet Units: Provide self-contained single-occupant toilet units ofthe 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. 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. TEMP®RARY FACILITIES 01500/4 1. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. PART 3 - EXECUTIOI~T 3.01 INSTALLATION A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve the 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. 3.02 TEMPORARY UTILITY INSTALLATION A. General: Engage the 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 the company's recommendations. 1. Arrange with the company and existing users for a time when service can be interrupted, where 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 the site, where the 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 Consultant, and will not be accepted as a basis of claims for a Change Order. B. Temporary Water Service: The contractor shall make arrangements with the Building Management for temporary water from existing sources at the facility. The Contractor shall be responsible for all hoses, connections, etc., required from the point of water source at the facility. C. Temporar~Electric Power Service: The Contractor shall make all arrangements for and shall install and pay for the temporary electric service. The Contractor shall furnish, install and maintain all temporary and power facilities required by the work. TEMPORARI' FACILITIES 01500/5 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. Power Distribution System: Install wiring overhead, and rise vertically where least exposed to damage. Where permitted, wiring circuits not exceeding 125 Volts, AC 20 ampere rating, and lighting circuits maybe nonmetallic sheathed cable where overhead and exposed for surveillance. D. Temporary Lighting: Install and operate temporary lighting that will fulfill security and protection requirements, without operating the entire system, and will provide adequate illumination for construction operations and traffic conditions. E. Temporaryphones: Provide temporary telephone service for all personnel engaged in construction activities, throughout the construction period. Install telephone on a separate line for each temporary office and first aid station. Where an office has more than two occupants, install a telephone for each additional occupant or pair of occupants. At each telephone, post a list of important telephone numbers. F. Sewers and Drainaee: 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 offthe site in a lawful manner. Filter out excessive amounts of soil, construction debris, chemicals, oils and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to the municipal system as directed by the sewer department officials. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy use, restore normal conditions promptly. G. Provide earthen embankments and similar barriers in and around excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rains. TEMP®RARY FACILITIES 01500/6 3.03 TEMPORARY CONSTRUCTION AND SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, sanitary facilities and other temporary construction and support facilities for easy access at locations approved by the Owner. 1. Maintain temporary construction and 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 the Owner. B. Provide incombustible construction for offices, shops and sheds located within the construction area, or within 30 feet of building lines. Comply with requirements of NFPA 241. C. Temporary: Provide temporary heat required by construction activities, for curing or drying of completed installations or 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. D. Heating; Facilities: Except where use of the permanent system is authorized, provide vented self-contained LP gas or fuel oil heaters with individual space thermostatic control. Use ofgasoline-burning space heaters, open flame, or salamander type heating units is prohibited. E. Field Offices: Provide insulated, weathertight temporary offices of sufficient size to accommodate required office personnel at the Project site. Keep the office clean and orderly for use for small progress meetings. Furnish and equip offices as follows: 1. Furnish with a desk and chairs, a 4-drawer file cabinet, plan table and plan rack and a 6-shelf bookcase. 2. Equip with a water cooler and private toilet complete with water closet, lavatory and mirror-medicine cabinet unit. F. Storage and Fabrication Sheds: Install storage and fabrication sheds, sized, furnished and equipped to accommodate materials and equipment involved, including temporary utility service. Sheds maybe open shelters or fully enclosed spaces within the building or elsewhere on the site as approved by the Owner. G. Sanitaryfacilities 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. TEMP®RAI2Y FACILITIES 01500/7 1. Provide toilet tissue, paper towels, paper cups and similar disposable materials for each facility. Provide covered waste containers for used material. H. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. Use of pit-type privies will not be permitted. I. Drinking Water Facilities: Within temporary office, provide containerized tap-dispenser bottled-water type drinking water units, including paper supply. J. 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 the permanent building enclosure is not complete, provide temporary enclosures where there is no other provision for containment ofheat. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. 2. Install tarpaulins securely, with incombustible wood framing and other materials. Close openings of 25 square feet or less with plywood or similar materials. Where temporary wood or plywood enclosure exceeds 100 square feet in area, use UL-labeled fire-retardant treated material for framing and main sheathing. K. 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 the temperature is expected to rise above 80 deg F (27 deg C). Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material in a lawful manner. 3.04 PROTECTION FACILITIES INSTALLATION A. Temporary Fire Protection: 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. Store combustible materials in containers in fire-safe locations. 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. T`EIVIPORARY FACII.,I'ITES 01500/ 4. Provide supervision ofwelding operations, combustion type temporary heating units, and similar sources of fire ignition. B. Barricades, Warning Signs and Li hits: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with appropriate colors, graphics and warning signs to inform personnel and the public ofthe hazard being protected against. Where appropriate and needed provide lighting, including flashing red or amber lights. Ce SecurityEnclosure and Lockup: Storage: Where materials and equipment must be stored, and are of value or attractive for the$, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimise the opportunity for theft and vandalism. D. Environmental Protection: Provide protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations, and minimize the 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 minimise complaints from persons or firms near the site. 3.05 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 minimise waste and abuse. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures and similar elements. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation and similar facilities on a 24-hour day basis where required to achieve indicated results and to avoid possibility of damage. 2. Protection: Prevent water filled piping from freezing. C. Termination and Removal: Unless the Owner requests that it be maintained longer, remove each temporary facility when the 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. 'I'EII~PORARY FACII.,I'I`IES 01500/9 Materials and facilities that constitute temporary facilities are property of the Contractor. 2. Where the area is intended for landscape development, remove soil and aggregate fill that does not comply with requirements for fill or subsoil in the area. Remove materials contaminated with substances which might impair growth of plant materials or lawns. Repair or replace street paving, curbs and sidewalks at the temporary entrances, as required by the governing authority. At Substantial Completion, clean and renovate permanent facilities that have been used during the construction period, including but not limited to: a. Replace air filters and clean inside of ductwork and housings. b. Replace significantly worn parts and parts that have been subject to unusual operating conditions. END OF SECTION TEMP®RARY FACII.,ITIES 01500/10 SECTI®N 01600 MATERIALS AID EQUIPMENT PART 1- GENERAL. 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.02 SLTMNIARY A. This Section specifies administrative and procedural requirements governing the Contractor's selection of products for use in the Project. B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section "Submittals." C. Standards: Refer to Section "Reference Standards and Definitions" for applicability of industry standards to products specified. D. Administrative procedures for handling requests for substitutions made a$er award of the Contract are included under Section "Product Substitutions." 1.03 DEFII~ITIONS A. Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms such are self-explanatory and have well recognized meanings in the construction industry. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. a. "Named Products" are items identified by manufacturer's product name, including make or model designation, indicated in the manufacturer's published product literature, that is current as of the date of the Contract Documents. 2. "Materials" are products that are substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. MATERIALS ANl) EQIJ~MENT 01600/1 "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections such as wiring or piping. 1.04 SUBMITTALS A. Product List Schedule: Prepare a schedule showing products specified in a tabular form acceptable to the Consultant. Include generic names of products required. Include the manufacturer's name and proprietary product names for each item listed. Coordinate the product list schedule with the Contractor's Construction Schedule and the Schedule of Submittals. 2. Form: Prepare the product listing schedule with information on each item tabulated under the following column headings: a. Related Specification Section number. b. Generic name used in Contract Documents. c. Proprietary name, model number and similar designations. d. Manufacturer's and name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date, or time span of delivery period. 3. Initial Submittal: Within 30 days a$er date of commencement ofthe Work, submit 3 copies of an initial product list schedule. Provide a written explanation for omissions of data, and for known variations from Contract requirements. a. At the Contractor's option, the initial submittal maybe limited to product selections and designations that must be established early in the Contract period. 4. Completed Schedule: Within 60 days a$er date of commencement ofthe Work, submit 3 copies of the completed product list schedule. Provide a written explanation for omissions of data, and for known variations from Contract requirements. Engineer's Action: The Consultant will respond in writing to the Contractor within 2 weeks of receipt of the completed product list schedule. No response within this time period constitutes no objection to listed manufacturers or products, but does not constitute a waiver of the requirement that products comply with Contract Documents. The Engineer's response will include the following: 1VIATERIAL,S AI®ll) E~iJII'1VIEI~1'I' 01600/2 a. A list ofunacceptable product selections, containing a briefexplanation of reasons for this action. 1.05 QUALITY ASSURANCE A. Source Limitations: To the fullest extent possible, provide products of the same kind, from a single source. When specified products are available only from sources that do not or cannot produce a quantity adequate to complete project requirements in a timely manner, consult with the Consultant for a determination of the most important product qualities before proceeding. Qualities may include attributes relating to visual appearance, strength, durability, or compatibility. When a determination has been made, select products from sources that produce products that possess these qualities, to the fullest extent possible. B. Compatibilit~of Options: When the Contractor is given the option of selecting between two or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle products in accordance with the manufacturer's recommendations, using means and methods that will prevent damage, deterioration and loss, including theft. 1. Schedule delivery to minimise long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft and other losses. Deliver products to the site in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents, and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 1VIATEI~IALS AI~1D EQIIIP~IENT 01600/3 6. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions. PART 2 -PRODUCTS 2.01 PRODUCT SELECTION A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, unused at the time of installation. 1. Provide products complete with all accessories, trim, finish, safety guards and other devices and details needed for a complete installation and for the intended use and effect. 2. Standard Products: Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects. B. Product Selection Procedures: Product selection is governed by the Contract Documents and governing regulations, not by previous Project experience. Procedures governing product selection include the following: Proprietary Specification Requirements: Where onl~smgle product or manufacturer is named, provide the product indicated. No substitutions will be permitted. 2. Semi-proprietarv Specification Requirements: Where two or more products or manufacturers are named, provide one of the products indicated. No substitutions will be permitted. a. Where products or manufacturers are specified byname, accompanied by the term "or equal," or "or approved equal" comply with the Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 3. Non-Proprietary Specifications: When the Specifications list products or manufacturers that are available and maybe incorporated in the Work, but do not restrict the Contractor to use of these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. MATERIALS Al®TD EQUIPMENT 01600/4 4. Descriptive Specification Requirements: Where Specifications describe a product or assembly, listing exact characteristics required, with or without use of a brand or trade name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements, and are recommended by the manufacturer for the application indicated. General overall performance of a product is implied where the product is specified for a specific application. a. Manufacturer's recommendations maybe contained in published product literature, or by the manufacturer's certification of performance. Compliance with Standards, Codes and Regulations: Where the Specifications only require compliance with an imposed code, standard or regulation, select a product that complies with the standards, codes or regulations specified. 7. Visual Matching: Where Specifications require matching an established Sample, the Consultant's decision will be final on whether a proposed product matches satisfactorily. a. Where no product available within the specified category matches satisfactorily and also complies with other specified requirements, comply with provisions of the Contract Documents concerning "substitutions" for selection of a matching product in another product category, or for noncompliance with specified requirements. Visual Selection: Where specified product requirements include the phrase"...as selected from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Consultant will select the color, pattern and texture from the product line selected. 9. Allowances: Refer to individual Specification Sections and "Allowance" provisions in Division-1 for allowances that control product selection, and for procedures required for processing such selections. PART 3 -EXECUTION 3.01 INSTALLATION OF PRODUCTS: A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. 1VIATERIAI,S EQUIPMENT 01600/5 1. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. END OF SECTION MATERIALS A~3 >EQiT~MElol'I' 01600/6 SECTI®N 01631 PR®DUCT SIJBSTITLTTI®NS PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made a$er award of the Contract. B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section "Submittals." C. Standards: Refer to Section "Reference Standards and Definitions" applicability of industry standards to products specified. D. Procedural requirements governing the Contractor's selection of products and product options are included under Section "Materials and Equipment." 1.03 DEFII~tITIONS A. Definitions used in this Article are not intended to change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by the Contractor after award of the Contract are considered requests for "substitutions." The following are not considered substitutions: Substitutions requested by Bidders during the bidding period, and accepted prior to award of Contract, are considered as included in the Contract Documents and are not subject to requirements specified in this Section for substitutions. 2. Revisions to Contract Documents requested by the Owner or Consultant. 3. Specified options of products and construction methods included in Contract Documents. 4. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. PR®DUCT SUBSTITUTI®NS 01631/1 1.04 SUBMITTALS A. Substitution Request Submittal: Requests for substitution will be considered if received within 60 days after commencement of the Work. Requests received more than 60 days after commencement of the Work maybe considered or rejected at the discretion of the Consultant. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and in accordance with procedures required for Change Order proposals. 2. Identify the product, or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. Provide complete documentation showing compliance with the 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. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. d. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by the Owner and separate Contractors, that will become necessary to accommodate the proposed substitution. e. A statement indicating the substitution's effect on the Contractor's Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect ofthe proposed substitution on overall Contract Time. f. Cost information, including a proposal of the net change, if any in the Contract Sum. g. Certification by the Contractor that the substitution proposed is equal-to or better in every significant respect to that required by the Contract Documents, and that it will perform adequately in the application indicated. Include the Contractor's waiver of rights to additional payment or time, that may subsequently become necessary because of the failure of the substitution to perform adequately. PR®DUCT SUBSTITUTI®I~1S 01631/2 Consultant's Action: Within one week of receipt of the request for substitution, the Consultant will request additional information or documentation necessary for evaluation of the request. Within 2 weeks of receipt of the request, or one week of receipt of the additional information or documentation, which ever is later, the Consultant will notify the Contractor of acceptance or rejection of the proposed substitution. If a decision on use of a proposed substitute cannot be made or obtained within the time allocated, use the product specified by name. Acceptance will be in the form of a Change Order. PART2-PRODUCTS 2.01 SUBSTITUTIONS A. Conditions: The Contractor's substitutionrequest will be received and considered by the Consultant when one or more of the following conditions are satisfied, as determined by the Consultant; 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 the general intent of Contract Documents. The request is timely, fully documented and properly submitted. 4. The request is directly related to an "or equal" clause or similar language in the Contract Documents. 5. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 7. A substantial advantage is offered the Owner, in terms of cost, time, energy conservation or other considerations of merit, after deducting offsetting responsibilities the Owner maybe required to bear. Additional responsibilities for the Owner may include additional compensation to the Consultant for redesign and evaluation services, increased cost of other construction by the Owner or separate Contractors, and similar considerations. 8. The specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. PRODUCT SUBSTITUTIOI~IS 01631/3 The specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 10. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provide the required warranty. B. The Contractor's submittal and Consultant's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with the 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 PRODUCT SUBSTITUTIOl~S 01631/4 SECTION 01700 PROJECT CLOSEOUT PART 1-GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.02 SUMMARY: A. This Section specifies administrative and procedural requirements for project closeout, including but not limited to: 1. Inspection procedures. 2. Project record document submittal. 3. Operating and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 9. 1.03 SUBSTANTIAL COMPLETION: A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. a. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. 2. Advise Owner ofpending insurance change-over requirements. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities; include occupancy permits, operating certificates and similar releases. PROJECT CLOSEOUT 01700/1 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. Make final change-over of permanent locks and transmit keys to the Owner. Advise the Owner's personnel ofchange-over in security provisions. Complete start-up testing of systems, and instruction of the Owner's operating and maintenance personnel. Discontinue or change over and remove temporary facilities from the site, along with construction tools, mock-ups, and similar elements. 9. 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 a request for inspection, the Consultant will either proceed with inspection or advise the Contractor of unfilled requirements. The Consultant will prepare the Certificate of Substantial Completion following inspection, or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. The Consultant will repeat inspection when requested and assured that the Work has been substantially completed. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.04 FINAL ACCEPTANCE: A. Preliminarv Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. Submit an updated final statement, accounting for final additional changes to the Contract Sum. Submit a certified copy of the Consultant's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, and the list has been endorsed and dated by the Consultant. PR®JECT CL®SE®UT 01700/2 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion, or when the Owner took possession of and responsibility for corresponding elements of the Work. 5 Submit consent of surety to final payment. 6. Submit a final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Consultant will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Consultant. 1. Upon completion ofreinspection, the Consultant will prepare a certificate of final acceptance, or advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. 1.05 RECORD DOCUMENT SUBMITTALS: A. General: Do not use record documents for construction purposes; protect from deterioration and loss in a secure, fire-resistive location; provide access to record documents for the Consultant's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark whichever drawing is most capable of showing conditions fully and accurately; where Shop Drawings are used, record across-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Mark record sets with red erasable pencil; use other colors to distinguish between variations in separate categories of the Worlc. 2. Mark new information that is important to the Owner, but was not shown on Contract Drawings or Shop Drawings. Note related Change Order numbers where applicable. 4. Organize record drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates and other identification on the cover of each set. PROJECT CLOSEOUT 01700/3 C. Record Specifications: Maintain one complete copy ofthe Project Manual, including addenda, and one copy of other written construction documents such as Change Orders and modifications issued in printed form during construction. Marls these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. Give particular attention to substitutions, selection of options and similar information on elements that are concealed or cannot otherwise be readily discerned later by direct observation. Note related record drawing information and Product Data. Upon completion of the Work, submit record Specifications to the Consultant for the Owner's records. D. Record Product Data: Maintain one copy of each Product Data submittal. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site, and from the manufacturer's installation instructions and recommendations. Give particular attention to concealed products and portions of the Work which cannot otherwise be readily discerned later by direct observation. Note related Change Orders and mark-up ofrecord drawings and Specifications. Upon completion of mark-up, submit complete set ofrecord Product Data to the Consultant for the Owner's records. E. Record Sample Submitted: Immediately prior to the date or dates of Substantial Completion, the Contractor will meet at the site with the Consultant and the Owner's personnel to determine which of the submitted Samples that have been maintained during progress of the Work are to be transmitted to the Owner for record purposes. Comply with delivery to the Owner's Sample storage area. F. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record-keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for continued use and reference. Submit to the Consultant for the Owner's records. G. Maintenance Manuals: Organize operating and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual heavy-duty 2-inch, 3-ring vinyl-covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: I . Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn around" cycles. 6. Inspection procedures. PROJECT CLOSEOUT 01700/4 7. Shop Drawings and Product Data. 8. Fixture Tamping schedule. PART 2 - PRODUCTS (Not Applicable) PART 3 -EXECUTION 3.01 CLOSEOUT PROCEDURES: A. Operating and Maintenance Instructions: Arrange for each installer of equipment that requires regular maintenance to meet with the 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 a detailed review of the following items: 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Fuels. 7. Identification systems. 8. Control sequences. 9. Hazards. 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Start-up. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 3.02 FTNAL CLEANING: A. General: General cleaning during construction is required by the General Conditions and included in Section "Temporary Facilities". B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. PROJECT CLOSEOUT 01700/5 Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion. a. Remove labels that are not permanent labels. b. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compound and other substances that are noticeable vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. c. Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of stains, films and similar foreign substances. Restore reflective surfaces to their, original reflective condition. Leave concrete floors broom clean. Vacuum carpeted surfaces. d. Wipe surfaces ofinechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. e. Clean the site, including landscape development areas, of rubbish, litter and other foreign substances. Sweep paved areas broom clean; remove stains, spills and other foreign deposits. Rake grounds that are neither paved nor planted, to a smooth even-textured surface. C. Removal of Protection: Remove temporary protection and facilities installed for protection ofthe Work during construction. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. Where extra materials of value remaining after completion of associated Work have become the Owner's property, arrange for disposition ofthese materials as directed. END OF SECTION PROJECT CLOSEOUT 01700/6 SECTION 01740 WARRAI~I'I'IES AND BONDS PART' 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-I Specification Sections, apply to this Section. 1.02 SUMMARY: A. This Section specifies general administrative and procedural requirements for warranties and bonds required by the Contract Documents, including manufacturers standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's special warranty ofworkmanship and materials. 2. General closeout requirements are included in Section "Project Closeout." 3. Specific requirements for warranties for the Work and products and installations that are specified to be warranted, are included in the individual Sections ofDivision 7. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents. B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.03 DEFIl~]ITIONS A. Standard Product Warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner. B. Special Warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner. W IES AND BONDS 01740/1 1.04 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting warranted Worlc that has failed, remove and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work. B. Reinstatement of Warrantv: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents. E. The Owner reserves the right to refuse to accept Work for the Project where a special warranty, certification, or similar commitment is required on such Work or part ofthe Work, until evidence is presented that entities required to countersign such commitments are willing to do so. 1.05 SUBMITTALS A. Submit written warranties to the Engineer prior to the date certified for Substantial Completion. If the Engineer's Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request ofthe Engineer. 1. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Engineer within fi$een days of completion ofthat designated portion ofthe Work. B. When a special warranty is required to be executed by the Contractor, or the Contractor and a subcontractor, supplier or manufacturer, prepare a written document WA.RRAI®1TIES AIVD BOl®TDS 01740/2 that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner through the Engineer for approval prior to final execution. C. Forms for special warranties are included at the end of this Section. Prepare a written document utilizing the appropriate form, ready for execution by the Contractor, or the Contractor and subcontractor, supplier or manufacturer. Submit a draft to the Owner through the Engineer for approval prior to final execution. 1. Refer to individual Sections of Divisions 2 through 9 for specific content requirements, and particular requirements for submittal of special warranties. D. Form of Submittal: At Final Completion compile two copies of each required warranty and bond properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual. E. 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 8-1/2" by 11"paper. 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description ofthe product or installation, including the name ofthe product, and the name, address and telephone number of the installer. 2. Identify each binder on the front and the spine with the typed or printed title "WARRANTIES AND BONDS, the Project title or name, and the name of the Contractor. 3. When operating and maintenance manuals are required for warranted construction, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION 3.01 SCHEDULE OF WARRANTIES A. Schedule: Provide warranties on products and installations as specified below: The General Contractor shall provide a 5 year warranty for all repairs performed to conform with the specifications in addition to specific warranties for individual products. 2. Concrete Work (Division 3) W IES AND BONDS 01740/3 The general contractor shall provide a 5-near warranty for quality workmanship and materials to conform with specifications. Waterproofing (Division 7) a) Section 07140 -Penetrating Sealers. The manufacturer and approved applicator shall provide aten-~ warranty that the product will maintain a repellency rating of 85% or better, when measured against similar, untreated concrete samples. b) Section 07906 -Crack Fillers. The manufacturer and approved applicator shall provide afive-year warranty that the product will maintain aleak-free condition along the repaired cracks in the concrete members. c) Section 07920 -Sealants and Caulking. The manufacturer and approved installer shall provide a materials and performance warranty that the cracks and joints repaired, including related work in the repair areas, will not leak water or debond from adjacent concrete for a period of five years. END OF SECTION W IES AI~1D >BOI~TDS 01740/4 S T~'Ew SECTIOI~T 02070 SELECTIVE DEMOLITION PART 1- GEIilERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SL11V1NIARY: A. DESCRII'TION 1) Furnish labor, materials, equipment and transportation necessary to do all concrete demolition, as shown on drawings and as specified herein, including but not necessarily limited to the following: a. Dust and water control. b. Disconnecting and relocating any existing utility lines on the site which interfere with the repairs. c. Protection of all existing mechanical equipment, light fixtures, overhead piping, fire protection system etc. scheduled to remain. 2) Contractor shall provide barricades with warning lights, enclose the construction area and take any precautions necessary to ensure public and employee safety. 3) All work shall be done in accordance with the requirements of all local and state agencies. B. QUALITY ASSURANCE 1) Demolition Contractor's Qualifications: Minimum of 5 years experience on comparable projects. 2) Comply with all pertinent codes and regulations which apply to this type of work and with requirements of insurance carriers providing coverage for this work. Dispose of debris in a legal manner off site daily. Do not allow to accumulate on site. SELECTIVE I)EMOLITIO~1 02070/1 C. JOB CONDITIONS 1) Dust and Water Control: Contractor shall contain particular debris generated by his work activities from polluting the atmosphere or waterways. 2) On-site burning shall not be permitted. 3) Use all means necessary to protect existing facilities, utilities, and appurtenances within the parking garage. 1.03 SUBMITTALS: A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Schedule indicating proposed sequence of operations for selective demolition work to Owner's Representative for review prior to start of work. Include coordination for shutoff capping, and continuation of utility services as required, together with details for dust and noise control protection. 1. Provide detailed sequence of demolition and removal work to ensure uninterrupted progress of Owner's on-site operations. 2. Coordinate with Owner's continuing occupation of portions of existing building and with Owner's partial occupancy of completed new addition. C. Photographs of existing conditions of structure surfaces, equipment, and adjacent improvements that might be misconstrued as damage related to removal operations. File with Owner's Representative prior to start of work. 1.04 JOB CONDITIONS: A. Occupancy: Conduct selective demolition work in manner that will minimise need for disruption of Owner's normal operations. Provide minimum of 72 hours advance notice to Owner of demolition activities that will a$~ect Owner's normal operations. B. Condition of Structures: Owner assumes no responsibility for actual condition of items or structures to be demolished. 1. Conditions existing at time of inspection for bidding purposes will be maintained by Owner insofar as practicable. However, minor variations within structure may occur prior to start of selective demolition work. C. Partial Demolition and Removal: Items indicated to be removed but of salvageable value to Contractor may be removed from structure as work progresses, Transport SELEC'T'IVE DElVIOLITIOI~i 02070/2 salvaged items from site as they are removed. Storage or sale of removed items on site will not be permitted. D. Protections: Provide temporary barricades and other forms of protection to protect Owner's personnel and general public from injury due to selective demolition work. 1. Provide protective measures as required to provide free and safe passage of Owner's personnel and general public to occupied portions of the parking garage. 2. Erect temporary covered passageways as required by authorities having jurisdiction. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of structure or element to be demolished and adjacent facilities or work to remain. 4. Protect from damage existing finish work that is to remain in place and becomes exposed during demolition operations. Protect floors with suitable coverings when necessary. 6. Construct temporary insulated dustproof partitions where required to separate areas where noisy or extensive dirt or dust operations are performed. Equip partitions with dustproof doors and security locks. 7. Provide temporary weather protection during interval between demolition and removal of existing construction on exterior surfaces and installation of new construction to ensure that no water leakage or damage occurs to structure or interior areas of existing building. 8. Remove protections at completion of work. E. Damages: Promptly repair damages caused to adjacent facilities by demolition work. F. Traffic: Conduct selective demolition operations and debris removal to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. 1. Do not close, block, or otherwise obstruct streets, walks, or other occupied or used facilities without written permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. SELECTIVE I)E~IOLITIOhI 02070/3 G. Flame Cutting: Do not use cutting torches for removal until work area is cleared of flammable materials. At concealed spaces, such as interior of ducts and pipe spaces, verify condition of hidden space before starting flame-cutting operations. Maintain portable fire suppression devices during flame-cutting operations. H. Utility Services: Maintain existing utilities in service and protect them against damage during demolition operations. Do not interrupt utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to governing authorities. 2. Maintain fire protection services during selective demolition operations. I. Environmental Controls: Use water sprinkling, temporary enclosures, and other methods to limit dust and dirt migration. Comply with governing regulations pertaining to environmental protection. 1. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. PART2-PRODUCTS 2.01 MATERIALS AND EQUIl'MENT: A. Use appropriate materials and proper equipment to complete the work of this Section. Provide all necessary barricades, warning devices, enclosures, etc. as required to comply with governing safety regulations. PART 3 -EXECUTION 3.01 PREPARATION: A. General: Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of areas to be demolished and adjacent facilities to remain. 1. Cease operations and notify Owner's Representative immediately if safety of structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations. 2. Cover and protect equipment, and fixtures from soilage or damage when demolition work is performed in areas where such items have not been removed. SELECTIVE DENIOLITIOl®l 02070/4 3. Erect and maintain dust-proof partitions and closures as required to prevent spread of dust or fumes to occupied portions of the building. a. Where selective demolition occurs immediately adjacent to occupied portions of the building, construct dust-proof partitions of minimum 4-inch studs and 1/2-inch fire-retardant plywood on demolition side. b. Provide weatherproof closures for exterior openings resulting from demolition work. 4. Locate, identify, stub o~ and disconnect utility services that are not indicated to remain. a. Provide bypass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours advance notice to Owner if shutdown of service is necessary during changeover. 3.02 DEMOLITION: A. General: Perform selective demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition schedule and governing regulations. I. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. B. If unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Consultant written, accurate detail. Pending receipt of directive from Owner's Representative, rearrange selective demolition schedule as necessary to continue overall job progress without undue delay. 3.03 DISPOSAL OF DEMOLISHED MATERIALS: A. Remove from building site debris, rubbish, and other materials resulting from demolition operations. Transport and legally dispose off site. I. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. 2. Burning of removed materials is not permitted on project site. SELECTIVE I)EIVIOLITION 02070/5 3.04 CLEANUP AND REPAIR A. General: Upon completion of demolition work, remove tools, equipment, and demolished materials from site. Remove protections and leave interior areas broom clean. Repair demolition performed in excess of that required. Return elements of construction and surfaces to remain to condition existing prior to start operations. Repair adjacent construction or surfaces soiled or damaged by selective demolition work. END OF SECTION SEI,ECTI~E DEIVIOI.ITION 02070/6 7 ~ ISM ~ ~~~~I SECTION 07140 CLEAR PENETRATING CONCRETE SEALERS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SCOPE OF WORK A. Provide concrete penetrating sealer system on all slab on grade, supported horizontal concrete deck surfaces, and 6" of all vertical concrete surfaces adjacent to horizontal deck surfaces as herein specified, unless otherwise noted. 1.03 QUALITY CONTROL A. Codes and Standards: 1. Specified products in Category B shall comply with the provision of the following specification and standards, except as otherwise noted. a. NCHRP 244 procedure - Series II & IV. b. Scaling Resistance of Concrete (ASTM C-672) - No Scaling. c. Alberta Department of Transportation and Utilities Penetrating Sealer for Traffic Bearing Surfaces Type 1B - Water Repellency after Abrasion (minimum) 86.0%. d. VOC Requirements: Manufacturers shall ensure that all components of specified products do not exceed volatile organic compound (VOC) limits of 400 g/l. B. Field Testing Acceptance: 1. Category B -Meet or exceed the following requirements for this project based on testing performed on a minimum of three, 3 inch diameter (or larger) core samples removed from the treated area. a. Repellency Rating (Waterproofing Performance) - 85% or better, based on comparison of untreated versus treated samples. Test procedure for waterproofing performance shall be according to ASTM CLEAR PENETRATING CONCRETE SEALERS 07140/1 D 6489-99, "Standard Test Method for Determining the Water Absorption of Hardened Concrete Treated with a Water Repellent Coating". b. Penetration (1 application) 1/4 inch minimum (6 mm), based on the average of a series of measurements on the split face of core samples. C. Sealer Coordination: Review other sections of these specifications in which curing compounds or paints, are to be provided on concrete surfaces to be sealed to ensure compatibility with the concrete sealer. D. Warran : 1. The Contractor and the manufacturer shall provide a joint and several performance guarantee that the Concrete Penetrating Sealer System will be free of defects related to workmanship or material deficiency and meet or exceed the requirements of Part B for a ten (10) year period from the date of substantial completion of the work provided under this section of the specification. 2. Any required repairs under the warranty shall be made by the system manufacturer. The required written warranty shall be provided by the system manufacturer. 1.04 SUBMITTALS A. Submit manufacturer's product, application and surface preparation specifications, testing data and warranty for approval prior to sealing concrete decks. B. When payment for sealer application is based on square foot area of application, the area used in calculations shall be horizontal surfaces only. C. As a condition for payment of the sealer application, the contractor must submit an invoice indicating the delivery and site receipt of the quantity of material calculated and designated for this project. In addition to the calculated quantity, the invoice shall also reflect the project address, or be designated for use on this project, if delivered to the contractor's address. No leftover material from previous projects will be permitted for use on this project. 1.05 JOB CONDITIONS A. Environmental Requirements: CLEAR PENETRATIlolG COI~TCRETE SEALERS 07140/2 1. Do not proceed with application of materials if ambient temperature is below 20 degrees F. or if ice or frost are covering the substrate. For Envirosea140, do not proceed with application of materials if ambient temperature is below 40 degrees F. 2. Do not proceed with application if ambient temperature of surface temperature exceeds 100 degrees F. 3. Do not proceed with application of materials in rainy conditions or if rain is anticipated within 8 hours after application. Materials shall not be applied to damp substrates. The surface should- be sufficiently dry to observe the spray pattern during application. PART 2 -PRODUCTS 2.01 SEALER MATERIAL A. Provide a clear liquid "silane" type sealing compound, which will penetrate the concrete to provide a surface which is resistant to salts, de-icer chemicals, moisture, gasoline, oil and acids. Sealer material shall not permanently alter the appearance or surface texture of concrete surfaces. B. Sealer material shall be one of the products offered by the manufacturer's listed below. Substitute materials or manufacturers will not be allowed. Category B - 100% Solids 1. Evonik Degussa Corporation - Protectosil BHN. Apply at application rate of 200 sf/gal. 2. BASF Building Systems Inc. - Hydrozo 100. Apply at application rate of 200 sf/gal. 3. LymTal International -ISO-FLEX 618-100 CRS. Apply at application rate of 200 sf/gal. C. All penetrating sealers applied shall contain fugitive dye to demonstrate complete and thorough application to surface. PART 3 -EXECUTION 3.01 PREPARATION A. Examine surfaces to receive sealer to assure that conditions are acceptable for application of materials. Concrete shall be cured a minimum of 28 days. CLEAR PENETRATING CONCRETE SEALERS 07140/3 B. Remove dirt, dust and materials that will interfere with the proper and effective application of the water repellent coating. C. All caulking, patching and joint sealants should be installed prior to application of this product. 3.02 INITIAL TEST APPLICATION AND TESTING A. Test Procedure: Prior to full scale surface preparation and application of selected material, a trial application shall be conducted. The location shall be 11 feet by 11 feet in size for products applied at 125 square feet per gallon or 13 feet 3 inches by 13 feet 3 inches for products applied at 175 square feet per gallon, at a location determined by the Engineer. The preferred location will be on a sloping ramp. 2. The trial area shall be cleaned according to manufacturer's recommendations in the same manner as planned for the entire project. This may include sweeping and cleaning with compressed air, water cleaning under pressure or shotblasting. For the purposes of this test only, sandblasting is an acceptable substitute for shotblasting. Upon completion of surface preparation, a core will be removed from the cleaned surface and tested for water absorption. This is the Untreated Water Absorption value. The test area will then be treated with one gallon of the selected material. From the treated area, two core samples shall be removed. Both cores are to be tested for Treated Water Absorption and split with a chisel and dye tested for depth of sealer penetration. The repellency rating is calculated on the basis of untreated and treated water absorption values. Once field test results are obtained, which meets or exceeds requirements of Section 1.03.B.1.a and 1.03.B.1.b., the contractor will be authorized to perform full scale surface preparation and application of the selected material. Do not proceed with application unless directed in writing by the Engineer and Material Manufacturer. Cost of trial area application and testing shall be included in the contractor's price for sealer installation. Testing shall be conducted by the Owner's designee. Additional quality control testing, if desired by the Owner in other areas or subsequent to the installation to determine warranty performance, shall be paid for by the Owner. 3.03 APPLICATION A. Product shall be applied at a rate as specified above. Do not dilute or alter the material CLEAR PE~lETRATI1olG C®NCRETE SEALERS 07140/4 B. Preferred method of application is with low pressure (15 PSI) airless spray equipment or with aheavily-saturated brush or roller. Spray equipment should be equipped with solvent resistant gaskets and hoses. C. When applying by brush or roller, care will be taken to ensure that sufficient material is being applied to thoroughly saturate the treatment surfaces maintaining the appropriate square foot coverage rate required. 1. Product shall be applied to horizontal surfaces in a single saturating application. 2. Sufficient material shall be applied so that treated surfaces remain wet for a few minutes before penetration into the surface. 3. Surface residues, pools and puddles shall be broomed out thoroughly until they completely penetrate into the surface. 4. Treated surfaces shall be protected from rain and other surface water for a period of not less than eight (8) hours after application. 5. Treated surfaces shall be protected from excessive foot and vehicular traffic for a period of not less than eight (8) hours after application. 3.04 CLEAN-UP A. When the work of this Section is complete, and at such other times as directed, remove surplus and waste materials, debris, rubbish, equipment, and implements from the site, and leave the work in a clean, neat and acceptable condition, as approved by the Engineer. END OF SECTION CLEAR PENETRATING CONCRETE SEALERS 07140/5 SECTI®N 07906 CRACK FII-,LING PART 1 -GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SCOPE OF WORK: A. Furnish labor, materials and equipment for filling cracks or construction joints with approved filler material on the top surface of concrete parking decks as shown on drawings or designated by the Engineer. The crack filler material shall be compatible with andspecified, concrete penetrating silane sealer. 1.03 JOB CONDITIONS: A. The crack filler material shall be installed in floor cracks and construction joints in the areas shown on drawings or designated by the Engineer. In the case of repair of existing cracks which are sealed or filled with other materials, the existing material shall be raked out and the exposed concrete cleaned by sandblasting or grinding at locations designated for repair. 1.04 MANUFACTURER RESPONSIBILITY: A. Crack filler material manufacturer will have the full responsibility for: (1) Instructing the Contractor on the required configuration of cracks and (2) Reviewing and approving prepared cracks as a part of surface preparation prior to installing the crack filler. 1.05 GUARANTEE: A. The Contractor and the manufacturer shall provide a joint and several performance guarantee that the cracks/ joints repaired, including related work in the slab installed by the Contractor, will not leak water or debond from adjacent concrete fora 5-year period starting from the date of substantial completion. Any repairs required during the guarantee period starting from the date of substantial completion shall be performed by the Contractor at no additional cost to the Owner. CRACK FILLING 07906/1 1.06 APPLICATOR QUALIFICATIONS: A. The Contractor shall have experience in performing work similar to that shown in the drawings and specifications. B. The Contractor shall submit a list of three projects in which similar work to that specified hereinbefore was successfully completed. The list shall contain the following for each of the three projects: 1. Project Name 2. Owner of Project 3. Owner's Representative, Address and Telephone Number 4. Brief Description of Work 5. Cost of Portion of Work Similar to that Specified in this Section 6. Total Restoration Cost of Project 7. Date of Completion of Work C. A full time on-site supervisor shall be provided by the contractor for the duration of the crack filling work. This supervisor shall have had a minimum of 2 years documented supervisory experience with the products to be used. PART 2 -PRODUCTS 2.01 MATERIALS: A. The crack filler material to be used for filling cracks and construction joints shall be two component, hybrid polymer material of the chemically curing type containing no asphalt, coal tar, or plasticizers. The crack filler shall be used with a compatible primer, if required, and specified by the manufacturer. Approved products for use are: 1. "ROADWARE lOMinute Concrete Mender" manufactured by Roadware Incorporated. (800) 522-7623 2. "MARK-135 SAFE-T-SEAL" as manufactured by Poly-Garb, Inc. (440) 248-1223 3. Approved Equal. B. The crack filler material used shall not debond or fail while elongated to the maximum elongation limit specified by the manufacturer. Shore D hardness under standard conditions shall be 70-75. CRACK FILLING 07906/2 PART 3 - EXECITTI®1~1 3.01 TYPICAL SURFACE PREPARATION: The Contractor shall rout or sawcut the surface of all cracks and construction joints designated to be repaired with crack filler to the width of 3/16". Prior to installing crack filling material, surfaces shall be dry and vacuum-cleaned of foreign materials, dust and debris. 3.02 INITIAL TEST APPLICATION AND TESTING: A. Test Procedure: Prior to full scale surface preparation and application of selected material, a trial application shall be conducted. The location for a set of 3 core samples shall be at an existing crack location determined/ designated by the Engineer. 2. The trial area shall be cleaned according to manufacturer's recommendations in the same manner as planned for the entire project. This may include sweeping and cleaning with compressed air, or shotblasting. For the purposes of this test, only sandblasting is an acceptable substitute for shotblasting. 3. Upon completion of surface preparation and product application, a set of 3 cores will be removed from the cleaned surface along a designated crack and visually observed. The test core samples shall be split with a chisel and dye tested for depth of crack filler penetration. 4. Once field test results are obtained, which establishes a minimum requirement criterion for crack filling, the contractor will be authorized to perform full scale surface preparation and application of the selected material. Do not proceed with application unless directed in writing by the Engineer and Material Manufacturer. Cost of trial area application and testing shall be included in the contractor's price for crack filler installation. Testing shall be conducted by the Owner's designee. Additional quality control testing shall be paid for by the Owner, if desired by the Owner in other areas or subsequent to the installation to determine warranty performance. 3.03 RECORD OF FILLED CRACK AND JOINT LOCATIONS AND TYPES: A. After determining the extent of cracks and joints to be repaired and the repair details required based on the existing crack sizes, the Contractor shall prepare scaled shop drawings showing the filled crack and/or joint locations and submit them to the Engineer for his approval. The Shop Drawings submitted shall be CRACK FILLING 07906/3 reviewed by the Engineer for the condition of the existing cracks/joints, the size/shape of the routed crack, and the repair detail selected. B. The Shop Drawings submitted shall be used as a record of the repair details used and the measured number of linear feet of each filled crack. Quantities of work done on a unit price basis shall be recorded on the document and submitted to the Engineer with Request for Payment. END OF SECTION CRACK FILLING 07906/4 SECTI®I~t 07920 SEALAI`1TS CAULKII~TG PART 1 -GENERAL I.Ol RELATED DOCUMENTS: A. Drawings and general provisions of Supplementary Conditions and Division Section. 1.02 SCOPE OF WORK: the contract, including General and 1 Specification Sections, apply to this A. Furnish labor, materials and equipment for sealing and caulking of cracks, construction or control joints and cove on the top surface of concrete parking decks as shown on drawings or designated by the Engineer. The sealant shall be compatible with any existing and new concrete penetrating sealers. 1.03 JOB CONDITIONS: A. The sealant shall be installed in floor cracks, construction and/or control joints and cove joints in the areas shown on drawings or designated by the Engineer. In the case of repair of existing cracks which are sealed or filled with other materials, the existing sealant material shall be raked out and the exposed concrete cleaned by sandblasting or grinding at those locations designated for repair. 1.04 FULL RESPONSIBILITY: A. System manufacturer will have the full responsibility for: (1) Instructing the Contractor on the required configuration of joints and (2) Reviewing and approving tooled joints constructed as a part of surface preparation prior to installing the sealant. 1.05 GUARANTEE: A. The Contractor and the manufacturer shall provide a joint and several performance guarantee that the joint system repaired, including related work in the slab installed by the Contractor, will not leak water or debond from adjacent concrete for a 5-year period starting from the date of substantial completion. Any repairs required during the guarantee period starting from the date of substantial completion shall be performed by the Contractor at no additional cost to the Owner. SEALANTS ~& CAULKING 07920/1 1.06 APPLICATOR QUALIFICATIONS: A. The Contractor shall have a minimum of three years of experience in performing work similar to that shown in the drawings and specifications. B. The Contractor shall submit a list of five projects in which similar work to that specified hereinbefore was successfully completed. The list shall contain the following for each of the five projects: 1. Project Name 2. Owner of Project 3. Owner's Representative, Address and Telephone Number 4. Brief Description of Work 5. Cost of Portion of Work Similar to that Specified in this Section 6. Total Restoration Cost of Project 7. Date of Completion of Worlc The sum of the costs of the five projects provided shall be a minimum of $50,000. C. A full time on-site supervisor shall be provided by the contractor for the duration of the sealant and caulking work. This supervisor shall have had a minimum of 2 years documented supervisory experience with the products to be used. PART2-PRODUCTS 2.01 MATERIALS: A. The joint sealant to be used for cracks and construction joints shall be two component polyurethane sealants of the chemically curing type containing no asphalt, coal tar, or plasticizers. The sealant shall be used with a compatible primer specified by the manufacturer. Approved products for use are: 1. "Sonolastic SL2" as manufactured by Sonneborn (800) 433-9517. 2. "THC-900 (or Decktite 230SL)" as manufactured by Tremco (216) 292- 5000. 3. "Iso-Flex 880 GB" as manufactured by LymTal International, Inc. (248) 373-8100. 4. "Sikaflex - 2C-SL," as manufactured by Sika Corporation (800)933-SIKA. B. The sealant to be used shall meet or exceed the requirements of Interim Federal Specification TT-50027-E, Sealants Class A, Type 1 and 2. The sealant shall not debond or fail while elongated 25 percent in a water immersion test, according to Federal Specification TT-S-0027-E. When tested according to Paragraph 4.3.5. of Federal Specification TT-S-0027-E, weight loss shall not be greater than 5 percent. Shore A hardness under standard conditions shall be 25-30. SEALANTS ~& CAULKII+IG 07920/2 C. The cove sealant to be used shall be a non-sag, two component polyurethane sealants of the chemically curing type containing no asphalt, coal tar, or plasticizers. The cove joint sealant shall comply with Federal Specification TT-S- 00227E, Type II, Class A, Corporation of Engineers CRD-C-506-72; ASTM C- 920-79, Type M, Grade NS, Class 25. Approved Cove Sealants are as follows: 1. "Sonolastic NP2" as manufactured by Sonneborn (800) 433-9517. 2. "THC-901 (or Decktite 235GS)" as manufactured by Tremco (216) 292- 5000. 3. "Iso-Flex 881" as manufactured by LymTal International, Inc. (248) 373- 8100. 4. "Sikaflex - 2C-NS," as manufactured by Sika Corporation (800)933-SIKA. D. The manufacturer of the sealant system used in this project shall share responsibility for all sealant work and joint preparation work in slab. PART 3 -EXECUTION 3.01 TYPICAL SURFACE PREPARATION: The Contractor shall either grind the surface of all cracks and construction joints designated for repair with sealant to the shape of 1/2" x 1/2" v-groove, or sawcut a square '/2" x '/2" groove, grind sharp corner of groove and apply bond breaker to bottom horizontal surface. Edges of cracks or joints to be sealed shall be of sound concrete. Prior to installing sealant, surfaces shall be cleaned of foreign materials and debris, V-groove ground and primed. 3.02 RECORD OF SEALED CRACK AND JOINT LOCATIONS AND TYPES: A. After determining the cracks and joints to be sealed and the detail types required, the Contractor shall prepare scale shop drawings showing the sealed crack and/or joint locations and submit them to the Engineer for his approval. The Shop Drawings submitted shall be reviewed by the Engineer for the condition of the existing cracks/joints, the size/shape of the routed crack, and the type of detail selected. B. The Shop Drawings submitted shall be used as a record of the detail types used and the measured number of linear feet of each sealed crack. Quantities of work done on a unit price basis shall be recorded on the document and submitted to the Engineer with Request for Payment. END OF SECTION SEALANTS & CAULKING 07920/3 'f 7 T 7 ~ Y Y Y X433'-6" l'Y Y Y Y Y n' Y ~ Q "~~' 1B~-0" ~ ~ ~ ( 24~-D• x 9=2161-D" ~ ~ ~~~j i'-.Sf' ~ ~ 24'0" x 7=16,'0" ~ ~ ~ 18'-0" , -~ ~ __ .a.r. _ -. __ _ 0--- \ -'~' J-~`-=~=a"--, !4~;y~1-~C ~-z.,~'C1 ~`{ \ `\ ~y~` ~. ,,, ,'1 ; ~. ~~Ss ~<. ~~-',~I~r- 1- 'a 1~ 1V_C ~~^`` t I ~ i ~1 l~ f/ r i .N t Z I ,. j j 1 i 1, ~ 1 } t ~ r i `i ~ \~~ ~ ~ ~ T( 1~ 1 ~! ± ~~ I; ~ .=;..~ I )~ ,'~ i 1 , ' ` if i 1 ~, '` / - ~ `i~ I r -~ ~ > ~ i , ~ ~--~ 1 i~ i at i j ~ ~ k '~i~, .7 ~ 5"f~ '~ ~ Iry f~`<yr/ ~ ~{ ~ ~ A/ I ~ II ^ v a : ~~/ ~7{ `~' ~~ ~ ~ ~~ ~/ I 1 ~/ ~S~~T,~ ~' ~j~,_ ° i~ 1~ - ~ ~ I /R ~ / .1 x / ®>~ `1 /~' /~ f _ ~ {~ 7 ~ o .I 1 ~ /~ > / . ~~ / X' ,YI ~ ,' l 'i"i ~ ~ / ~ , - `\ /I +*: *$~; _ ~ -`-~ ~l ~5. 5 ti I< F 'it y~~ ~ 6,L$y 7'i'I. !? s Ij 4 - ~ +'.~. ~.. _ ~, ~ ~ I-~,~~ ~ 17 f r ~- `~ < ~ ~-~! I~ ~ +~i~ ~ r { I ~ t ~I l(i ~ ~'1 1 ~ 11 ~ -~ ~ I ~ ~ ~ ~ C 4:` ~~\ ~ ~ ! r / r \ r 1 ~ ~ r I ~ ~ !1- C IVY C ~ `~'~~_~ C~~~~',,r t\~ \C\ ';~\, ~~~-/l ~~~ I~ )1~-\ ~ ~i~ \ I~ \Cl ~i,~~i~f ~-\• \ ~t ~~~~jf`,~~ ~7 7 ~ ,~ ~ \ \ s_ l,~_ _ Y ~ ~ ~ '4~~~ ~ BUJ, ~ REPAIR TO FINE CRACKS. o l ~ ~~~"`III .~. ~Po `.: ~ ~ E t ,~fi ~ \ "9 ~`~~, ~.-- ~ i SEE UETAIL 3IR-5 (TYP.1 I.. _. a -., ~ ~ I_ ~ - - _._. ~ t i ~~ ~ ~~ 'rte ~ ,' ~ r ; ~~_~ ' ~\` / I ~ \~~~, G~ I FOR THE ENTIRE FIRST LEVEL FLOOR AREA, AN APPROVED PENETRATING 100y SOLIU SILANE 1 ~.. ~ `,~` \ / /~', ~-;~ ~. / l SE4LER SHALL 6E APPLIED ACCORDING TD THE SPECIF ICA(IUNS. SEE UEIAIL i/R-5. 1 lam. _...~. '. ~~ ,~ ~. ~~ - ~ ./~ ~. \ / .~I _, o. ~ ;,~ F.A. ~ ~ Jam' a : I ~' .- .~ ~~ ! ~ `" ~ ~- ~ !~ _ ~. ..4, i _ ~ ..1 1` ~ J .._ ~ .~ ~ I it -rx I ~~ X56'}0" ~ 56'-0" ~ 56'-G" ( 56'r 0'I•' m 'FIRST LEVEL FLOOR PLAN NoxTx "5 '% m 6 ~i w q9 ~F rd ~~ G ~ ~~ gg o ~; ~~ n k ~- U r.EPAR ro q '+~ WIDE CRACKS. W U SEE DETAIL r,~' ~' C +~ •ro ~ a ~~' a ~ '~° O a~ `' ~ A. w 0.. ~ ~ ~ ~ ~ .,F". ~ Q h' N a ro Q c. ~H. y O U ~ ~ ~ rt-1 O a I s 5 U E_ oF~~~P,~~~ ~TF o°Aw:N~ ,R~ FIRST LEVEL F100R PLAN LE: A iF~ M1F. 5 FN us N OSEC1 NO ~= -_ ~ i ~ Q ~~' 4 4 4 ~' 4 4 4 4 4 ~ 4 I ~ zz< a~ I ise'_o' y"-n" ^~ g'-~ I. i za'-o' r 6=laa'-o^ ila'-o'` za'-a' ; n'-o' 1. se'-o' sa'-o' sa'_o. e 1 I +.-_ .... - - r~-~ -p Y~f %~, ~ j~~~~r-~ / - . a \ i~ '~ i I ~ \ ` I I 1 ~ y/~ ~ 1 I -1 i f 1 ' i 9 _.-"' i 1 ~~ f 1~~%I~/~~~~~ ~ C i~ f ~I ~ l ~~ r r : -f f ~ ~\\ ` \ l ` 1 ` ~~. ~ r~ ~l i 1 j I \ ~ ~~ - I 1 _. O __ ~ ~ t ~..wa- ~ -iil, \~ Z - x:~ u~0 `fY nm i~ A s Q Q ~' I ~ _ ~a .... ~ ~i ~: ~~ _ o ~i tli '~ c C7 j\ N •~` ~ o -~ i.~--- i ?~ - ---.-, -VIA - - ~ ~ ~ ~~ \ '1 ~~. ' i 1 \~ ~ _ __.._ __~ _'-~-..~~.....d` _~ ~P I w ~~ >. __~ _ _.. _.. __ ~ ~ ~.. V' i ((~ :_r~. { ~~ l1 i , 1~ ~~ \\ i 3 ~ i f' /'~ ~ it J I / / '1 ~ ~ i\ ~ ; ii _- } i e ~ _ / ce/ - \ ~~` a ~ , ~ " V I i t ,~, - -_ - -~ - -_- O ~'Q r °I~ I I Structural Repairs & Preventive Maintenance Yp~~ p~i1 C //~~ IT\_ ~' m ® p I OF IAE lV lL! IJ ~d~l l _ s~ _ 'il Porgy of Dubuque Parl~ii~e Strt~,c~.urel ,~~. ~°c~~T...~w~, m s DUBUQUE, IO1SA e ~~ ~c i [s 4 T 7 7 T 7 Y 7 T T 433•_6.• YY Y Q LiB._0•. ~ I I 1 24'-4i" x 9=21~-0' p i- i ll t'-3C t r.; It ~ ! / I J i I i ~ III! I ~ i ~ r / ~ ~ : I,/ / j / ~ -J / Y 1 l ~ `\ ` f I \~~~ \ \ ~! . i I ~~~ ~~ ~ ~, ~~ ~ I I ~ I~ I '- f ~ 5i 9 --- ~ `~~ { - ~ T ~ r I I 1 I I -- f_~ 1 - ~-~..._ -- - .. I ~ ~ r. ~ ~r __ 1 ~ -- __l ° r~ fi \\\\ \ ~ I ~~~~~ ~ ~ ~ ~ F _ .,-_.~ ... -- . I / / ~ I _.~/~~'. ." _ , _ ,_ _ _ _ - _ I ~ I , ~ ~ ;, 0 I ` ' L 1 1 a . ~ ~ ~T~ 1 \~ /r// ~/iJ I 1~ , ~•`,I_. ~. ~~ ~~ ~i ~~ ~ ~~} ~_ ~ E 1 ~ .. Q Q 4 I tls'-o"~! _.~- ° _ I ' i \~I ~~ ~ 1 ~-~ \ r ~ \ \ / 1 ' .~.. ///I,/ 1 ., 6 I F G ~- [~! ~~ ` \ '~i ~~ i ^ ~ \`~k-' -~'- _-'~ k. '~ I ,~~;~ i I ~ ` ~~' /'" ~ ~ / / / ~ FOR THE ENTIRE THIRD LEVEL FLOOR AREA, AN APPROVED PENETRl+TING 1009. SOLID SILPNE I~ ~ ~ 1j ` \~ ~ J/JJ~~ } SEALER SHALL BE APPLIED ACCORDING TO 7HE SPECIFICATIDNS. SEE DETAIL 7/R- ~ ///////// 6. .~ ~ ~`'\ i "- ~. ~ ~ % _ -~ - ~,,- a k~., 7 ,~%~ ~I~ ~ ~ 1 .~ ~" - ~ \ ~ ~ ~~ I A I ~ ~ _e __. ..._ ~\ '. o- i T t vim:. r-"' - _.. _ T ~, - _ mr-~~ - ._ .... III r4 ~~~ 11 ."" ... ( ~i ~ _56 r0" 56' 0 I_ 56' 0' L 56'' 0 f ~s/~~ THIRD LEVEL FLODR PLAN \I"~' SCALE: 1"a 20'-0" NORTtI Y `~ Q `r' rr a I~ ~ R F i~ k ~~a `~ ~- F i rrnn U V1~ ~' ~Vi °.~ ~" ti x F a, ~ U ~ ~ ~ N ~ ~ ~~ i ~' ~ ~r, G ~ c ~ 5°' o ~~P, °~°' q ~ ~ a Q a m p +~' O v y -f-~ ~ ~ O P-~ 155DE cN~.w:NC..mR~PibN THIRD LEVEL FLOOR PLAN 5 E: N ~ E[i .. Dcs I Cx'P. - -. - II GK _.I I L[ " V 4 ti' 4' Q___.__ Q Q Q433'-6 _" Y_ Y Y Y Q Y `l~ IB'-D' I I I -_.. za'-ID" x s=21 D- ,I .. ' 1 1 zn'-{o' _ ~=I6E!'-~ I I I_nm~° H I/ I / I I Y~ ' o,~ ~ a ` _ , r L ~l 1 ~~ ,, /f \\ 11 I \\ _ \\\~i .~II i~_ I ' I ~ i 11 i f ~ I I h 1 1 ~ h j I ~ ' ii ~ ....,. ~'~~ ~ / / ~ ~ 7 ~~ / / /f 1 A --~ I i/ 1 ~ j ~ E ~-- -- I ~ r ~, .-- ' ~ ~' I - o---... _ _ - ~-- _ .. _ \~ 1 ~_l o- I ~~ C~~I- ~ ~a % i " \, / fOR THE ENTIRE FOURTH LEVEL FLODR AREA, AN APPROVED PENETRATING 1007 SOLID SILANE1 ~~ / ( 1I ,/~ ~~~ \ \`+~ , ~ SEALER SHALL BE APPLIED ACCORDING TO THE SPECIFICATIONS. SEE DETAIL 1/R-5. J ~~ \ i j // ...,. / I I \ ~ / ~ ~ \~ \~\ / ~\\ / i / ~~` \~ //~~ \ / / / / .N \ ~ I .~ , I ~ / ~ .. _ _ 1' _~. ' ~ TIT_ '._~ { 56'-~-0" ~ s6'-0" L s6'-0" ~ 56'~~0" i FOURTH LEVEL FLOOR PLAN SCALE' 1'= 20'-0" hoRTH s ~I" `~ 6 w ~H ~~ 6 'r`, " ~ ~ N a ~ k E N ~ ~ U ~ m U q ~ -N .~ ~ C ~ a ~ ~' o ~~~ w °~~ ~ ~ F ~ ,~ n v Q N ~~ m Q ~. o U N ~ ryryQ W I S S U E B oes RlPnou ~nrz FOURTH LEVEL oa FLOOR PLAN e x Ea sE o~ ~, n~ L~ _--- ~I ~K-I ~ I o SANDBLAST CLEAN VEki CAL SIIRFAC.ES 5(:HEDULED TO RECEIVE 4 NEW SEALER 1 ~' W 8 ~ APPLY WAI Eft REPELIENl, PENETRATING SILANE SEALER IN E%ISTING CRACKS ANO yI~Ii/2' SEAL WITH TWO COMPONENT CONSTRUCTION JOINT ~ POLYURETHANE SEALANT (ttP.) -1 ~ ~H d `~ ACCORDANCE NlITH THE SPCCIFICATIONS _ -II T I ~ ~ ~ ~ I ~ I { ~~ ~ „ I /J1/ Ge SHUIBUSI CUNCRETE SURFACE OF FLOOR SLAB FXISTINf: f' f1ND TIf1N REPAIRED f'f)N DITIf1 ° ' N I Ti l `9 . N F- `-i ~ {--- a v ~ ~I ICI ~ I araela Pant: nllRr~ ~ ~ I I -1- III ~ 7. PRIOR TU ANY CRACK/JOINT REPAIR WORK. THE E%ACT SCOPE OF CRACK/CONSTRUCTION JOINT ¢ STRUCTUFAL - ~ :' ~ r ~ - REPA RS SHALL BE DETERMINED BY AN INSPECTION ATL`cNDED BY THE CONTRACTOR AND ENGINEER. ,~ CONCRETE SLAB 'q ~., '. ~. ~:..e - - I ~ ~ THE SURFACE SHALL BE SANGBIASTED CLEAN FUk INSPECT ON. -- --- a . I.' -.'. . 2. ROUT AND CLGN ALL WOE CRACKS (WIDER THAN 1/16") AND CONSTRUCTION JOINTS AT OESIGNATCp LOCATIONS. REMOVE E%ISTING DETERIORATED SEALANT IdATERIPL, IF AN'l, DIRT. DEBRIS, ETC. dY APPRDVEp MEfNOOS THE CRACKS J " " N rq ' APPi I~gTIOEL PanrmUar~ . / OINTS SHALL BE ROUTED TO THE SHAPE OF A 1/2 x 1/2 V-GROOVE. CLEAN CONCR[TE SURFACES USING COMPRESSED AIR OR OTHER MEANS 70 RCMOVE DU57 U rv ~ d-G ' OR OTHER Fx ISTING FORE GN MATERIAL WHICH WOULD IMPAIR THE BOND OF NFW SEALANT MATERIAL. ~ (~ FOLLOW THE APPROVED MANUFACTURER S WRITTEN GUIDELINES/RECOMENDATIONS FOR THE PROPER APPLICATION, THE fOIL OVIING FIVE STEP SEQUENCE IS SUGGESTED TO ASSURE PROPER PRODUCT APPLICATION. PRIUR 10 FULL SCALE APPLICPTION, A TEST 4REA SHALL BE ESTABLISHED/APPROVED 3. PRIME THE SURFACES ANO SEPL WITH APPROVED SEALANT MATERIAL d BY THE ENGIIJECRS. THE APPROVED SCALER BFIpLL 8E APPL CD TD TI IE CLEANED SURFACE AT AN q. PkpHIBIT VEHICULAR 1RAhF C ON SEALED CRACKS/JOINTS UNTL THE MATERIAL HAS CUREp G ~ APPLICATION ROTE SPECIFIED IN THE SPECIFICATIONS. ACCORDING i0 MANUFACTURER'S RECOMMENpATIONS. ~~ „ CIIR[at`F R FPag3T nE,~( R 5. CONTRACTOR SHELL NOT REPAIR ANY PREVIOUSLY SEALED CRACKS/CONSTRUCTION JOINTS UNLESS SURFACE PREPAI2AI IOIJ SHALL BE IN ACCORDANCE WITH THE C011iRAC1 DOCUMENT S. DESIGNATED BY THE ENGINEER. fad THE APPROVED SEALER SHALL BE APPLIED TO A DRY SURFACE. VERTICAL SURFACES SHALL BE ^ / ~ ti PREPARED BY SAND-BLASTING DR OTHER APPROVED MECHANICAL METHODS PRODUCING DESIRED ~ WIDE CRACK CONSTRUCTION JOINT REPAIR CI ~ RESULTS. ~ +~+ ~' '~ 6 2. E`2PLG9TL2N aMn rnHIPMrNT U ~ , 1HE RECOMMENDED APPLICATION EQUIPMENT IS A LOW PRESSURE (IS P51 MAXIMUM) „ A RLESS-TYPE SPRAYER. SUCH AS A GARDEN OR FORM OIL BPRAYCR. HOWEVER, A BRUSH OR 3/q _ ~ nn ~ ROLLER MAY BE USED. CO/ER APPROXIMATELY EIGHT INCHES WTH EACH SPRAY PASS IN ~ ° APPROVED SEE DETAIL P W ] ~ SLIGHTLY OVERLAPPING PATTERNS. WHEN A BRUSH IS USED, REPEAFLU APPLICATIONS SHOULD BE MApE UNTIL THE SURFACE REMAINS MOIST FOR SEVERPL MINUTES BEFORE 4LL GOLUTION SEALANT o ~ ~ ~ DISAPPCARS. __ -~ ~ 3. APPLY PRUDUr`i IINTII cnI HTInN plli,Ia na cTeunc ~ ~ q VERTICAL SURFACES SHOULD BE TREATED FROM THE BOTTOM UP. PROPER OVAMITIES ARE BEING ~ IIFTAII A '~ ry ry ~' d APPLIED WHEN EXCESS SOLUTION RUNS SI# TO EIGHT INCHES BELOW THE SPRAY PATTERN BEFORE Q d PENETRATING THE SURFACE N'HICH HAS JUST BEEN SPRAYED. PROPER OUAN iItt ON HORIZONTAL F ' SURFACES IS INDICATED WHEN SOLUTION STAJJDB FOR A FEW SECONDS BEFORE COMPLETELY ~ GOVE JOINT INSTALLATION b Q , PENETRATING. Q q' rHL2ulE ' APPRDVFn M41ERIALG Ma NHFann Ik FR ~ FOLLOW THE MANUFACTURER S GUIDELINES. C 5. CAFFTY oRF!`AI ITInI.IC JOINT CRACK SEALANTS - - - - SEE SPECIFICATIONS / U DO NOi STORE OR USE PRODUCT NEAR HEAT. SPARKS OR AN OPEN FLAME. DO NOT SMOKE COVE JOINT - - - - - - - - SEE SPECIFICATIONS ~ -k~ IN THE VICINITY WHERE PRODUG7 IS BEING APPLIED. ~ O C WATER REPELLENT PENETRATING SILANE SEALER APPLICAT ON JOINT/CRACK REPAIR DETAIL ~ SCAL[: 1" = I'-D" ~ SCALE: 1"' - t'-O" _ 15 5 U F REPAIR PROCEDURE: 1. PRIOR TO ANY FINE CRACK (1/16" OR NARROWER) REPAIR WORK, THE EXTENT OF CRACK REPAIRS SHALL BE DETERMINED BY AN INSPECTION ATTENDED DY THE CONTRACTOR AND ENGINEER. TIIC SURFACE SHALL BE SANDBLASTED CLEAN FOR INSPECTION. 2. ROUT AND CLEAN AI.I. CRACKS IN DESIGNATED AREAS. REMOVE EX STING DETERIORATED SEAT ANT MATERIAL, IF ANY. DIRT, DEDRIS. ETC. DY APPROVED METI10D5. TILE CRACKS 51-TALL BE ROUTED TO 1HE WIUfH OF A 3/16" WIDE GROUVE. CLEAN CONCRETE SURFACES USING COMPRESSED AIR OR OTHER MEANS TO REMOVE DUST OR OTHER E%ISTING FOREIGIJ MATERIAL WHICH WOULD MPAIR THE BOND OF NEW CRACK FILLER MAi ERIAL. S. FILL THE GROOVE WITH aPPRDVED CRACK FILLER MATERIAL. 4. PROHIBIT VEHICULAR TRAFFIC ON REPAIRED CRACKS UNTIL 7HE MATERIAL HAS CURED ACCORDING TO MANUFACTURER'S RECOMMFNDATIpNS. 5. FOR FINE CRACK FILLING WORK CONTRACTOR SHAH NOT REPAIR ANY PREVIOUSLY SEALED OR WIDE CRACKS/CONSTRUCTION JOINTS UNI.FSS DESIGNATED BY THE ENGINEER. SLAB TOP SURFACE FLL THE 3/16" WIDE GROOVE ALONG THE / DESIGNATED FINE CRACK WITH APPROVCD URACK FILLER MATERIAL ACCORDIIG TO 7HE SPECIFICATIONS ;d ~ .. a" A c l e E%ISTING CRACK IN THE ~~ j. -. _ ., ~ CONCRETE SWB (LEVEL-i) O FINE CRACK FLUNG DETAIL, SCALE. I"= J'-D" oee.wlrv FSeelEnai Marc REPAIR DETAILS SCatE: a~FCT ixi ...... ti °.~._ __.°- CK