Loading...
HomeMy WebLinkAboutBID - 7247 WATERPROOFING AT CIVIC CENTER PARKING STRUCTURECity of Financial Services Fort Collins Purchasing Division 215 N. St. 200 Floor Fo BCoor580 CO 80522 Purchasing 970.221,6775 970.221.6707 fcgov.com/Purchasing INVITATION TO BID 7247 Waterproofing at Civic Center Parking Structure BID OPENING: 3:00 P.M. (our clock), June 23, 2011 The City of Fort Collins is requesting bids from firms for waterproofing approximately 20,000 sf of flooring in the Civic Center Parking Structure located at 120 N. Mason Street, Fort Collins, CO, 80524. Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid�roposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2" Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), June 23, 2011. Questions concerning the scope of the bid should be directed to Mike Breeze at (970) 566-7044 or mbreeze@fcgov.com. Questions regarding bid submittal or process should be directed to John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 or jstephen@fcgov.com. A copy of the Bid may be obtained as follows: Download the Bid from the Purchasing Webpage, Current Bids page, at: http://fcgov.com/eprocurement Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids maybe withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. BID 7247 Waterproofing at Civic Center Parking Structure Page 1 of 19 D. Apply one coat of modified polyurethane elastomeric waterproof membrane solution E. Apply one coat of aggregate composition traffic surfacing over all surfaces previously covered with waterproof membrane. Find and repair any small surface imperfections. F. Roller apply one coat of aliphatic final finish dressing to a uniform finish. G. Finished elastomeric vehicular traffic waterproof surfacing shall be a nominal 52 mils thick, smooth and uniform in color and texture. (Note to owner: Other work may include Parking lines, bumper curds and seismic joints.) 3.04 Limitations Surface shall be free of any moisture and contaminants that will impede the performance of this coating. The formulation of this system does not allow modifications by diluting or any such action in the field. Any such alteration in the field shall void all applicable warranties. The system cannot be applied and exposed to temperatures below 50❑F. 3.04 CURING, PROTECTION AND CLEANING A. Taking care to prevent contamination during application stages and before completing curing process. Close application area for a minimum of 24 hours. END OF SECTION BID 7247 Waterproofing at Civic Center Parking Structure Page 10 of 19 SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". W ITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of pages and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ) pages, and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than . Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. [Option 1 ] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Professional mailed no later than ninety (90) days prior to contract end. BID 7247 Waterproofing at Civic Center Parking Structure Page 11 of 19 4. Contract Period. [Option 21 This Agreement shall commence , 200 , and shall continue in full force and effect until 200 unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. [Early Termination clause here as an option 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Copy to: Service Provider: City of Fort Collins City of Fort Collins Attn: Purchasing Attn: PO Box 580 PO Box 580 Fort Collins, CO 80522 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered BID 7247 Waterproofing at Civic Center Parking Structure Page 12 of 19 to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, per the attached Exhibit "A", consisting of pages, and incorporated herein by this reference. 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 12. Warranty. a. Service Provider warrants that all work performed hereunder shall be BID 7247 Waterproofing at Civic Center Parking Structure Page 13 of 19 performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. C. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period often (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non - defaulting party for the non -defaulting parry's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, BID 7247 Waterproofing at Civic Center Parking Structure Page 14 of 19 agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit B, consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 17. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 18. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 19. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: BID 7247 Waterproofing at Civic Center Parking Structure Page 15 of 19 a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program") or the Department Program (the "Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this. Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department') made in the course of an investigation BID 7247 Waterproofing at Civic Center Parking Structure Page 16 of 19 that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 20. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit " ", consisting of ) pages, attached hereto and incorporated herein by this reference. BID 7247 Waterproofing at Civic Center Parking Structure Page 17 of 19 CITY OF FORT COLLINS, COLORADO a municipal corporation James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Date: in PRINT NAME CORPORATE PRESIDENT OR VICE PRESIDENT Date: ATTEST: (Corporate Seal) CORPORATE SECRETARY BID 7247 Waterproofing at Civic Center Parking Structure Page 18 of 19 EXHIBIT " " INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. BID 7247 Waterproofing at Civic Center Parking Structure Page 19 of 19 No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management BID 7247 Waterproofing at Civic Center Parking Structure Page 2 of 19 BID PROPOSAL 7247 Waterproofing at Civic Center Parking Structure BID OPENING: 3:00 P.M. (our clock), June 23, 2011 WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR Waterproofing at Civic Center Parking Structure PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: The City of Fort Collins is requesting bids for providing and installing waterproofing on approximately 20,000 sf of concrete floor decking on the Civic Center Parking Structure located at 120 N. Mason Street, Fort Collins, CO 80524 per specifications and scope of work. Awarded contractor must enter into the attached service agreement (for your review) and provide the required insurance (Exhibit B). A pre -bid conference will be held at the site on June 9, 2011 at 11:00 am. Meet on the first floor, northwest corner of the parking structure. Bidder Qualifications A. At least (3) three years consistent, hands on experience in parking structure floor waterproofing and awarded contractor must be able to demonstrate this through references. B. Please provide list of at least (5) five LIKE jobs completed with contact information including current name and phone number. BID SCHEDULE Service Provider to provide, deliver, and install waterproofing complete with any required traffic control for complete product per attached scope of work and specifications. Awarded service provider is responsible for their own square foot(sf) measurements and must be approved by the project manager. A MSDS for the final product(s) must be provided in the bid response. For bidding purposes, please use 20,000 sf. $ per sf X 20,000 sf = Base Bid $ In Words FIRM NAME Are you a Corporation, Partnership, DBA, LLC, or PC BID 7247 Waterproofing at Civic Center Parking Structure Page 3 of 19 SIGNATURE ADDRESS PHONE/FAX # E-MAIL ADDRESS BID 7247 Waterproofing at Civic Center Parking Structure Page 4 of 19 Scope of Work Site Address: Civic Center Parking Structure 120 N. Mason Street, Fort Collins, CO Area: Second Floor West side (directly above ground level offices and retail spaces). Approx 20,000 sf. (60' x 320') Completed by: September 15, 2011. Actual work days will be finalized with the successful service provider. Work Hours: We anticipate this work to be accomplished during normal working hours and bid it this way. Nights and weekends may be a possibility, but this will be determined after the award. Service Provider must allow a one lane constant traffic flow. This will require the area to be split into at least two work sections. Safety: Traffic safety devices and/or flaggers are the responsibility of the contractor. City Staff will help coordinate the traffic flow with the contractor. General Conditions: The service provider will provide all materials and equipment for the preparation of the waterproofing. A MSDS for the final product(s) will be provided in the bid response. In addition, information concerning odor and cure time is required. BID 7247 Waterproofing at Civic Center Parking Structure Page 5 of 19 VEHICULAR TRAFFIC BEARING WATERPROOF SURFACING City of Fort Collins, Civic Center Parking Structure PART 1.00 - GENERAL 1.01 GENERAL REQUIREMENTS A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents. 1.02 WORK INCLUDED A. Work of this Section includes all labor, materials, equipment and services necessary to complete a waterproof elastomeric vehicular traffic bearing deck surfacing. 1.03 RELATED WORK A. Concrete - Section 03300. Structural concrete and concrete topping shall include expansion joints and control joints that shall be filled with flexible joint filling compound; approved prior to application by coating manufacturer. Minimum pitch of 1/8 inch per foot. On grade floors should have vapor retarder beneath slab and be properly vented. B. Floor drains - Division 15 (Note to Specifier: Floor drains, clean -outs, etc. should be of the "floor -flange" type as manufactured for use with composition floors by most major drain manufacturers. Drain flange shall be finished flush with substrate.) 1.04 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Specification Sections. B. Product Data: Submit manufacturer's technical data, application instructions and general recommendations for the waterproof elastomeric composition traffic bearing deck surfacing specified herein. C. Maintenance Instructions: Submit manufacturer's written instructions for recommended maintenance practices. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer or applicator that has specialized in installing vehicular traffic waterproof deck covering system types similar to that required for this project and who is acceptable to manufacturer of primary materials. BID 7247 Waterproofing at Civic Center Parking Structure Page 6 of 19 B. Single -Source Responsibility: Obtain waterproof synthetic elastomeric traffic bearing deck surfacing materials, including primers, resins, hardening agents, and finish or sealing coats, from a single manufacturer. Warranty shall cover all labor and materials for 5 years. System should be guaranteed not to leak for five years. C. Qualified Materials: Request for material approvals for any products other than the specified products must demonstrate equal physical properties, history and performance. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packages and containers with seals unbroken and bearing manufacturer's labels containing brand name and direction s for storage and mixing. B. Store materials to comply with manufacturer's directions to prevent deterioration from moisture, heat, cold, direct sunlight, or other detrimental effects. 1.07 PROJECT CONDITIONS A. Environmental Conditions: Comply with waterproofing suppliers traffic bearing roof deck surfacing directions for maintenance of ambient and substrate temperature, moisture, humidity, ventilation, and other conditions required to execute and protect work. PART 2.00 PRODUCTS 2.01 MATERIALS A. Fluid applied waterproof elastomeric vehicular traffic bearing concrete deck surfacing shall be based upon Polycarb Mark 170.2 elastomeric traffic system, as manufactured by Dow Corporation, or approved equal. B. The fluid applied waterproof elastomeric traffic bearing deck surfacing system shall be composed of an epoxy primer, waterproofing membrane, followed by intermediate traffic surfacing and aliphatic finish coat and shall conform to the following standards: 1. Traffic deck base coat shall be compounded with elastomeric urethane blend and shall have a minimum elongation of 450%. 2. Specially designed resinous topcoat, for aggregate retention strength. Aggregate should be graded fine trap -rock passing a #20 mesh sieve and retained on a #40 mesh sieve, or approved alternate. 3. Final Finish Coat shall be UV stable two component, aliphatic elastomer material, pigmented and of a consistency suitable for roller application. 2.02 PROPERTIES BID 7247 Waterproofing at Civic Center Parking Structure Page 7 of 19 A. Elastomeric Base Coating shall be 'odor free" for all work performed over occupied space. Otherwise, all safety precautions for inhalation and respiratory protection and there requisite procedures must be submitted by installer and approved by owner. B. Color: Battleship Gray. C. Physical Properties: Provide a waterproof deck covering system that meet or exceed the listed minimum physical property requirements when tested according to the referenced standard test method in parentheses. Primer............................................................ A two component, solvent -less, thermosetting epoxy system. Base Coat ...................................................... A solvent -less, two component, thermosetting elastomeric urethane system with 450% elongation and flexibility over a temperatures (-40oF to 300oF). TopCoat ....................................................... A solvent -less, two -component, multi -polymer that provides low temperature flexibility, abrasion resistance and chemical resistance with exceptional aggregate retention capabilities. Finish Coat ................................................... A specially designed and flexible, VOC compliant, finish coat for enhanced aggregate retention and traffic bearing and UV stability. Tensile Strength Compression Strength Wind Uplift (ICBO Factory Mutual 1-52) Flammability (ASTM E108, UL 790, NFPA 256) Intermittent Flame Exposure > 2000 Ibs > 4000 Ibs Complies 131 MPH @ 3 Safety factor Class A BID 7247 Waterproofing at Civic Center Parking Structure Page 8 of 19 Spread of Flame Burning Brand Chemical Resistance Industrial Detergent Salt (20%) Ammonia Solution (5%) Muriatic Acid (10%) Chlorine (10%) Kerosene Turpentine Paint thinner Class A Class A No change in texture or color No change in texture or color No change in texture or color No change in texture or color No change in texture or color No change in texture or color Slight Temporary softening of surface Slight Temporary softening of surface MARK-170.2 FLEXODECK II SYSTEM VOC CONTENT DOES NOT EXCEED 600 g/L AS PER EPA TEST METHOD 24 (40 CFR 60, APPENDIX A) PART 3.00 - EXECUTION 3.01 Conditions: A. All surfaces to be coated shall be clean, dry and free of any contaminants. All patched areas shall be properly cured and free of curing compounds and laitance which shall be removed completely prior to installation of the coating. B. Evaluate level of moisture in the substrate to determine moisture levels are acceptable for application of specified waterproof deck covering system. 3.02 PREPARATION A. Surfaces to be coated shall be shot blast to exposed, clean, sound concrete. All existing deck coatings are to me removed and deck approved by the manufacturer. 3.03 APPLICATION A. General: Apply each component of waterproof elastomeric vehicular traffic bearing roof deck surfacing system according to manufacturer's directions to produce a uniform monolithic surface of thickness indicated. B. Apply epoxy primer by brush, roller, squeegee, or spray apparatus over the entire surface to be coated. Allow to cure a minimum of 2 hours or tack free, before proceeding. C. Apply elastomeric polymer caulking 3/4 inch Cant at all vertical junctures. Apply reinforced membrane at all vertical junctures, transitions, control joints, or cracks. BID 7247 Waterproofing at Civic Center Parking Structure Page 9 of 19