huntington convention center of cleveland …...**project completion date 4/30/2020 *this is a...
TRANSCRIPT
HUNTINGTON CONVENTION CENTER OF CLEVELAND &
GLOBAL CENTER FOR HEALTH INNOVATION
REQUEST FOR PROPOSALS
FOR
NORTH ACCESS ROAD REPAIRS
2
HUNTINGTON CONVENTION CENTER OF CLEVELAND AND GLOBAL CENTER FOR HEALTH INNOVATION
REQUEST FOR PROPOSALS
TABLE OF CONTENTS
TABLE OF CONTENTS .....................................................................................................2
ANNOUNCEMENT ............................................................................................................3
INTRODUCTION ...............................................................................................................4
CRITICAL DATES .............................................................................................................4
PROCEDURES/CONTENT ............................................................................................ 5-8
CONSIDERATION OF RESPONSES ................................................................................9
FORM OF AGREEMENT .......................................................................................... 10-12
EVALUATION CRITERIA……………………………………………………………...12
ATTACHMENT A (SCOPE)………………………………………………………...13-15
QUOTATION SHEETS (EXHIBITS A) …...……………………………………...........15
ALTERNATE SOLUTIONS (EXHIBIT B) …………………………………………….16
WORK, TECHNICAL PLANS AND DRAWINGS (EXHBIT C) ……………………17-18
CONSTRUCTION DOCUMENTS (EXHIBIT D)……………………………………….18
3
ANNOUNCEMENT
Request for Proposals (RFP)
Notice is hereby given that SMG, managing agent of the Huntington Convention Center of Cleveland/Global Center for Health Innovation (the Facilities), is seeking bids from qualified respondents (Providers) for the provision of construction services to make repairs to the North Access Road that provides access to the Huntington Convention Center of Cleveland’s loading dock.
All comments and questions concerning the Request for Proposals and the corresponding procedures and requirements must be addressed in writing, via facsimile, mail, or email to the following:
Huntington Convention Center of Cleveland Global Center for Health Innovation 1 St. Clair Avenue NE Cleveland, OH 44114 Attn: Mike Campo Fax: 216-920-1451 Email: [email protected]
A Pre-Bid Conference and walk through will be held on Thursday, February 27, 2020 in the Huntington Convention Center of Cleveland/Global Center for Health Innovation Conference Room located on the Mezzanine level.
Responses must be received by Friday, March 6, 2020 by 3:00pm at the Huntington Convention Center of Cleveland. SMG reserves the right to reject responses if not submitted by the time, date and at the place designated in the RFP. All responses may be rejected if deemed in SMG's best interest.
4
ARTICLE 1 INTRODUCTION
1.1 PROJECT DESCRIPTION/LOCATION.
FACILITY DESCRIPTION: Opened in 2013 the Huntington Convention Center of Cleveland and the Global Center for Health Innovation is located at 1 St. Clair Avenue NE, Cleveland, OH 44114. The Convention Center features 225,000 sq. ft. of contiguous exhibit space as well as 35 meeting rooms totaling over 90,000 sq. ft. of meeting space.
The Facilities are managed by SMG as agent for the Cuyahoga County Convention Facilities Development Corporation.
PROJECT DESCRIPTION: The HCCC currently has a need for repairs to be completed along sections and areas of the North Access Road that leads directly into the HCCC Loading Dock. Construction documents have been created to do this and this RFP is being issued for a firm to complete this project as per Osborn Engineering Documents dated 12/16/19.
ARTICLE 2 CRITICAL DATES
2.1 The following are the critical dates and times:
Notification Friday, 2/21/2020 Pre-Bid Conference Thursday, 2/27/2020 Response Due Date Friday, 3/6/2020 *Interviews 3/9-3/11/2020 *Selection Thursday, 3/12/2020 *Projected Contract Commencement Friday, 3/13/2020 **Project Completion Date 4/30/2020
*This is a targeted date under optimal circumstances and is tentative based on actualselection factors. SMG reserves the right to either conduct or not to conduct interviews.SMG further reserves the right to hold them on site at the Facilities or via other means.** Project must be completed by this date unless approved otherwise in advance bySMG.
ARTICLE 3
PROCEDURES/CONTENT
3.1 CONTENTS OF RESPONSES
5
1. Responses must include the following:
a) Company History/Qualification: Provide a detailed history and a statement of qualifications including a description of comparable services provided for comparable Facilities including dates, overall management and organizational approach. Identify the roles, qualifications, responsibilities and experience on similar projects of the personnel to be assigned to this project. Provide further detail regarding whether Provider has performed services like those described in Attachment A.
b) Scope: Provider shall provide detailed work and technical plans that describes their understanding of the Scope of Services as well as their strategies, methodologies, resources, approach to labor and action plan with timelines to accomplish the requirements defined with the Scope of Work within Attachment A.
c) Financial Qualifications: Provide evidence that Provider has the financial ability to fulfill its obligations as outlined within the Attachment A.
d) SMG wishes to achieve certain participation goals related to participation in the County of Cuyahoga, OH’s Small Business Enterprise (SBE) program. If Provider is registered or will utilize sub-contractors that are registered as a Small Business Enterprise (SBE) certified by the County of Cuyahoga, OH in the performance of their obligation under the Agreement the Response should so indicate.
e) References: Provide five (5) references stating name, title, company, address and telephone numbers for everyone within these companies who may be contacted.
f) Fees: Provider must identify any applicable fees for their services within the enclosed Quotation Sheet within Attachment A.
g) Sub-Contractors: Provider shall identify all sub-contractors which the Provider anticipates having a significant role in the services.
h) Certifications and Licenses: Provider must provide all their licenses that are required by the State of Ohio, the County of Cuyahoga, OH and the City of Cleveland, OH.
2. All Responses shall be typewritten without erasures or deletions.
3. Each copy of the Response shall include the legal name of the Provider and a statement identifying the Provider as a sole proprietor, partnership, corporation or other legal entity as appropriate. Each copy shall be signed by the person or persons legally authorized to bind the Provider to a contact. A Response by a corporation shall further give the state or incorporation and whether the Provider is qualified to do business in the State of Ohio. A response submitted by an agent shall have a current power of attorney attached certifying the agent’s authority to bind the Provider.
3.2 PROPOSED TERMS OF THE BID
6
1.) Provider must identify any applicable fees for their services within the enclosed Quotation Sheet within Attachment A. If there are portions of the Work the Provider cannot price, provide fee schedules with an “estimated cost of service”. SMG reserves the right to reject any Response that is incomplete or is not submitted on the forms provided.
2.) In addition to Providers detailing their proposal as per the items contained herein, Providers may put forth alternative proposals for SMG to consider. SMG recognizes Providers inherent ability and knowledge to do so and SMG reserves the sole right to consider such approaches and further reserves the right if necessary to obtain additional details from said Provider regarding said proposal.
3.) In the event Providers are not able to provide a certain portion of the services listed herein SMG reserves the right to award certain services to the Provider(s) that it feels is
in the best interest of the Facility.
3.3 SUBMISSION OF RESPONSES
1.) Submit three (3) properly executed Responses with any other documents required. The envelope shall be identified with the Provider name and address, type of Response (i.e. Meeting room card access system) and the bid due date to the following address:
Huntington Convention Center of Cleveland 1 St. Clair Avenue NE Cleveland, OH 44114 Attention: Mike Campo
2.) SEALED RESPONSES shall be submitted no later than 1:00 p.m., EST. on the above noted date. Responses received after that time and date will be returned unopened. The Provider shall assume full responsibility for timely delivery at the location designated for the receipt of Responses.
3.) Submission of a Response signifies careful examination of the RFP and complete understanding of the nature, extent and location of the Work to be performed.
4.) Oral, telephonic or emailed Responses are invalid and will not receive consideration.
3.4 CLARIFICATION
Each Respondent shall carefully examine the site, all RFP documents and related materials as well as any addendum and will thoroughly familiarize themselves with all requirements prior to submitting a bid. Should a Provider find discrepancies or ambiguities in, or omissions from the proposal documents, or should the Provider be in doubt as to their meaning, Provider shall at once, and in any event, not later than seven (7) days prior to proposal due date, submit to SMG a written request for interpretation or correction thereof. The person submitting the request for
7
clarification will be responsible for its prompt delivery to the Assistant General Manager at the address noted in Section 3.3. Facsimile requests for clarification will be accepted at 216-920-1451 or via email to [email protected]. Each Provider is responsible for confirming receipt of any facsimile or emailed materials to SMG. Any interpretation or correction of the RFP will be made only by written addenda to all Providers. No allowance will be made after bids are received for oversight, omission, error, or mistake by the Provider or SMG. Addenda so issued will become part of the bid Documents and receipt thereof by the Respondent shall be acknowledged in the bid. 3.5 MODIFICATION OR WITHDRAWAL OF RESPONSE
1.) A Response may not be modified, withdrawn or canceled by the Provider during the time following the date designated for the opening of the Responses, and each Provider so agrees in submitting a Response.
2.) Prior to the time and date designated for receipt of Responses, a Response submitted
might be modified or withdrawn by notice to the party receiving Responses at the place designated for receipt of Responses. Such notice shall be in writing over the signature of the Provider. Change shall be so worded as not to reveal the amount of the original Response.
3.) Withdrawn Response may be resubmitted up to the date and time designated for the
receipt of Responses if they are then fully in conformance with these Instructions to Providers.
3.6 DUE DILIGENCE
1.) Prior to submitting a bid, each Provider shall make all investigations and examinations necessary to ascertain conditions and requirements affecting operation of the proposed services. Failure to make such investigation and examinations shall not relieve the successful Provider for the obligation to comply, in every detail, with all provisions and requirements, nor shall it be a basis for any claim whatsoever for alteration in any provision required by the Contract.
3.7 CONDITIONS AND LIMITATIONS
1.) The bids and any information made a part of the bids will become part of SMG’s official files without any obligation on SMG’s part to return them to the individual Provider(s).
2.) This RFP and the selected Provider(s) bid may, by reference, become part of any formal
Contract between SMG and Provider resulting from this solicitation.
3.) Provider(s) shall not offer any gratuities, favors, or anything of monetary value to any official or employee of SMG for purpose of influencing consideration of a bid.
8
3.8 NO CONTACT POLICY
1.) Prior to the Response Due Date and after receipt of bids by SMG, and until the award of this Contract, no Provider, subcontractor to Provider shall contact or communicate, in any manner, with the following parties concerning matters directly related to this Contract:
a) any member of the Huntington Convention Center of Cleveland /Global Center for Health Innovation, SMG, the Cuyahoga County Convention Facilities Development Corporation, any employee or agent thereof, except in the manner described herein; except as noted below in 3.8 - 2
b) any elected official or employee of the State of Ohio or the County of Cuyahoga, OH.
2.) All comments and questions (requests for information) concerning this Request for bid and the corresponding procedures and requirements must be addresses in writing, via facsimile, mail or email to the following:
Huntington Convention Center of Cleveland 1 St. Clair Avenue NE Cleveland, OH 44114 Attention: Mike Campo Fax: 216-920-1451 Email: [email protected]
SMG will respond to all comments and questions to all Providers within three to five (3-5) days of the request being received. All requests for information must be received by SMG at least seven (7) days prior to the Response Due Date to receive consideration. SMG will not be responsible for comments and/or answers received in any manner other than as described above.
3.) Any contact violation of the above instructions shall be grounds for disqualification
and/or rejection of a Response, and in the case of a subcontractor, the preclusion of that subcontractor providing services for the Project. Each Provider is responsible for notifying its prospective subcontractors of these instructions.
9
ARTICLE 4
CONSIDERATION OF RESPONSES 4.1 OPENING OF RESPONSES
1.) The properly identified Responses received on time will be opened and acknowledged. 2.) To be considered for the award, a Provider must be experienced and regularly in the
business of providing the Scope of Services required by this RFP, and must have a business phone and be available for consultation.
4.2 REJECTION OF RESPONSES.
1.) SMG shall have the right to reject any or all Responses, reject a Response not accompanied by the data required by the RFP, or reject a Response, which is in any way incomplete or irregular.
4.3 ACCEPTANCE OF A RESPONSE
1.) It is the intent of SMG to award a contract to the qualified Provider submitting the response which is in the best interest of the Facilities, provided the Response has been submitted in accordance with the requirements of the RFP. SMG shall have the right to accept the Response which in its judgment, is in the best interest of the Facilities.
2.) Following the evaluation of written bids, Provider(s) may be requested to offer oral
presentation to SMG or provide clarification regarding its response. Failure to comply with such a request will disqualify Provider from consideration.
4.4 TIME OF AWARD
1.) Responses will be irrevocable for 30 days from the date of opening. It is the intent of SMG to enter contract negotiations with the Provider under consideration for the provision of Services herein described of the highest quality obtainable for the most reasonable price.
2.) This RFP does not commit SMG to the awarding of a Contract. 3.) SMG will not be liable for any costs incurred in the preparation and/or presentation of the
Responses.
10
ARTICLE 5
FORM OF AGREEMENT BETWEEN SMG AND PROVIDER 5.1 FORM OF AGREEMENT
1.) The successful Provider will be required to enter a written contract with SMG. For informational purposes, several of the pertinent matters of the Agreement have been included below:
2.) The Response of the awarded Provider, along with any addendum or amendments
thereof, shall be incorporated into the Agreement.
3.) Term: Provider and SMG shall enter into a service contract which shall not expire until the Services are complete to the reasonable satisfaction of SMG. Applicable warranties shall apply beyond the project completion date and shall be spelled out in the contract. Despite anything contained herein to the contrary SMG may terminate this Agreement at any time and for any reason upon providing forty-five (45) days-notice to Provider.
4.) The successful Provider will be required to obtain and maintain in force always during
the term of the agreement as a direct cost of operation, insurance coverage as directed by SMG. Such coverage will be obtained from an insurance company authorized and licensed to do business in the State of Ohio and rated not less than A-VIII by the most current Best’s Manual. Furthermore, said insurance company or companies must be approved by SMG. It is anticipated that such coverage shall include the following:
a. Comprehensive General Liability Coverage in the amount of $1,000,000.00. This
coverage must be written on an occurrence form, claims made policies will be unacceptable to SMG. This Comprehensive General Liability insurance shall cover the Contractor, SMG, the County of Cuyahoga, OH, the Cuyahoga County Convention Facilities Development Corporation (CCCFDC), and their employees, agents and officers from and against any claim arising out of personal injury of Provider or the Provider’s failure to comply with the terms of this Contract. Such policy or policies of insurance shall include coverage for claims of any persons because of an incident directly or indirectly related to the employment of such persons by a Provider or by any other persons. This coverage shall include blanket contractual insurance and such coverage shall make express reference to the indemnification provisions set forth in this agreement. The policy shall also be endorsed to include coverage for products, completed operations, and independent contractors.
b. Workers’ Compensation Coverage shall comply with all State and Federal
requirements for all employees of Provider and will be in statutory required limits.
c. Excess Liability Coverage, in the amount of $1,000,000.00 shall be in the form of an Umbrella policy rather than a following form excess policy. This policy or policies shall be specifically endorsed to be excess of the required Comprehensive General
11
Liability Coverage, the Employers’ Liability Coverage on the Workers’ Compensation policy, and the Comprehensive Automobile Liability policy.
d. Comprehensive Automobile Liability Coverage, in an amount not less than
$1,000,000.00, shall be maintained. Such coverage will include all owned, non-owned, leased and/or hired motor vehicles, which may be used by Provider about the services, required under the Contract.
e. All such insurance coverage, except for Workers’ Compensation, shall name SMG,
the County of Cuyahoga, OH, the Cuyahoga County Convention Facilities Development Corporation and their employees, agents, officers and directors as additional insured thereunder.
f. Provider shall waive any and every claim against SMG, County of Cuyahoga, OH,
the Cuyahoga County Convention Facilities Development Corporation and their respective agents and employees which arises or may arise in their favor for all loss or damage to any of its property. If any policy does not presently contain provisions which permit such a waiver, contractor agrees to obtain an endorsement to its insurance policies permitting such waiver of subrogation.
g. Indemnification: The Provider shall defend, indemnify, and hold harmless SMG, the
County of Cuyahoga, OH, and the Cuyahoga County Convention Facilities Development Corporation and Members, Officers, and their employees from, and against all claims, suits, judgments, expense, and costs of every kind and description, by reason of injury to persons or damage to property, resulting or alleged to result from any act or omission of the Provider or his employees or agents, including, but not limited to expenses or claims related to environment contamination, injury or clean up.
5.) All licenses and/or permits will be provided by the Provider. Provider shall at all times observe and comply with all applicable federal, state and local
laws, ordinances, rules and regulations and shall indemnify, save and hold harmless, SMG, and the Cuyahoga County Convention Facilities Development Corporation and all of their officers, agents and employees against any and all claims or liability arising from or in connection with the violation of any such law, ordinance, rule or regulation, whether such violation is caused by Provider, or its agents, employees, suppliers, or subcontractors.
6.) SMG requires that Provider shall not discriminate against any person or group of persons
based upon race, creed, sex, sexual orientation, religion, color, age, veteran status, national origin or ancestry.
7.) Conflicts of Interest: The Provider must state in its proposal, as of the date of the Response
that it knows of no conflicts of interest which would be created by its contract for the project. It will be the continuing duty of the selected Provider to report all potential conflicts of interest to SMG.
12
8.) Prevailing Law: The Provider and subcontractors must comply with all local, state, and federal laws, rules, and regulations applicable to this Agreement and to the services performed hereunder.
9.) Either party may terminate this Agreement if the other commits a material breach of the Agreement; provided, however, that the terminating party has given the other party written notice of the breach and the other party has failed to remedy or cure the breach within thirty (30) days of such notice.
10.) Warranty: At a minimum all materials and equipment shall be fully guaranteed against defects in parts workmanship and labor for a minimum of (2) two years. Provider shall list and supply additional manufacturer’s standard guarantees and all other equipment, fixtures, parts and control.
5.2 EVALUATION CRITERIA
1.) The successful Provider shall be determined by the following criteria:
a. General Qualifications: Includes but not limited to Providers overall experience,resources, financial capabilities, qualifications and levels of service andresponsiveness to be provided. Also, includes Providers detailed work and technicalplans and approach to the services as well as their commitment to sustainability.
b) Financial Proposal: Includes the proposed pricing to perform the Services describedwithin Attachment A.
c) Small Business Enterprise (SBE) participation.
d) References.
e) Oral Presentation/Interviews (optional)
2.) SMG reserves the right to award or not award the contract based on the initial response.
3.) (Optional) Oral Presentations/interviews will be held during the tentative dates shown within 2.1 Critical Dates. Provider will be given approximately 45 minutes to make a presentation and respond to questions. Providers will be limited to an attendance of five (5) individuals to participate in the process.
ARTICLE 6
SCOPE OF WORK (THE SERVICES)
13
6.0 Provider’s services (the Services) shall include, but not be limited to the following:
1.) See Attachment “A”
ATTACHMENT A
HUNTINGTON CONVENTION CENTER OF CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION
SCOPE
I. GENERAL
1. Construction Schedule: Provider shalll construct the Project pursuant to the ConstructionDocuments (Exhibit D) and in acoordance with SMG’s schedule requirements as detailedwithin section 2.1 herein.
2. Provider shall hold all subcontracts and shall be fully responsible for the means andmethods of construction, project safety, project completion, monitoring compliance withlocal residency, equal employment, and prevailing wage requirements as well as thesubmittal of construction meeting minutes and progress reports to SMG as requested.
3. Provider shall place adequate SMG approved protection to all surfaces impacted by thisproject including but not limited to ground plates.
4. Provider shall keep construction site safe, free of hazards, neat and tidy at all times andshall cover and/or shield the work site during non-working hours.
5. Waste Management Plan: Provider shall detail their plan for recycling and discarding ofconstruction materials as well as supply to SMG a report detailing materials recycled andthe overall landfill diversion rate. Open top dumpster to be supplied by Provider withlocation determined by SMG.
6. Work Plan Requirements: Provider is responsible for gathering all information includingany applicable drawings or specifications necesssary to be able to propose a Work Planthat is effective, efficient and in-line with Facility standards.
7. Provider shall use industry best practices that integrate green principles of sustainabilityand resource efficiency into all facets of operations. Provider further agrees to fullycomply with SMG’s construction waste management plan which includes reducing, re-using and recycling all materials as appropriate.
8. In addition to Providers detailing their plan as per the items contained within the base bidherein Providers shall also put forth a bid for the add. alternate addition.
14
9. Warranty: At a minimum all parts and equipment shall be fully guaranteed againstdefects in parts workmanship and labor for (2) two years. Provider shall list and supplyadditional manufacturer’s standard guarantees for the card readers and all otherequipment, fixtures, parts and control.
10. Documents: Provider shall prepare and submit technical plans/work plan, reports, and as-built drawings as requested by SMG. The reports shall conform to document formatspreviously approved by SMG. SMG shall supply Provider with any existingdrawings/specifications related to the project as reasonably requested by Provider.Provider shall update these technical drawings as necessary to complete Work Plan andrepair, renovation, upgrade, and maintenance activities. As-built drawings shall besubmitted to SMG’s designated project manager.
II. LABOR
1. Provider agrees to obtain and maintain at its own expense all necessary labor, licenses,permits, tools, equipment and supplies required to occupy, use and perform the servicesdescribed herein.
2. Construction hours for the project shall be scheduled between the hours of 7am –11:30pm Monday through Sunday. Flexibility will be needed in order to limit thebusiness interruption to the Facility as a result of the events SMG does at the Facility.
3. Provider shall designate and as needed update a listing of its personnel to provide theservices detailed herein and shall designate and maintain a primary point of contact forSMG related to the services. This primary contract shall be available always to handleand respond to any issues that arise with regards to the services.
4. Provider shall use only trained, licensed, competent and efficient personnel in theperformance of its obligations hereunder. Providers labor must be uniformly dressedhaving a neat and clean appearance and shall conduct themselves in a professionalmanner always. Provider shall work within the confines of any existing collectivebargaining agreements, Facility jurisdictions and maintain labor harmony at all times.
5. Provider’s personnel will sign-in and out at the area of the Facility commonly referred toas the Employee Entrance and agree to fully cooperate with SMG’s safety and securitypolicies and procedures.
III. SCOPE OF WORK
1. Provider shall complete the work pursuant to the Construction Documents includedherein. Prepared by OSBORN ENGINEERING CLEVELAND OHIO on 12/16/2019,NORTH ACCESS ROAD REPAIRS, prepared for Huntington Convention Center ofCleveland.
15
FINANCIAL PACKAGE QUOTATION SHEET
PROJECT:
LOCATION:
PROVIDER:
DATE DUE:
MUST INCLUDE ALL CHARGES TO BE ASSESSED
North Access Road Repair Project
Huntington Convention Center of Cleveland/Global Center for Health Innovation
March 6, 2020
INSTRUCTIONS AND CONDITIONS: Provider’s must detail the total cost for the Services detailed within Attachment A below. All prices shall include the product cost, delivery, labor, and any other applicable charges.
EXHIBIT A The below schedule details Providers total proposed costs for the project per Attachment A. These prices are to include all costs to complete the Services as detailed herein. All fees shall be based on
time and material and there shall be a total fee provided as a not to exceed amount. Provider is also asked to sign the Bidder’s Certification and Bid Form included herein.
UNIT PRICES FORM 004322 - 1
EXHIBIT A
Huntington Convention Center of Cleveland North Access Road Repairs
SECTION 004322 - UNIT PRICES FORM1.1 BID INFORMATION
A. Bidder: ____________________________________________________.
B. Project Name: North Access Road Repairs
C. Project Location: Huntington Convention Center of Cleveland
D. Owner: Huntington Convention Center of Cleveland
E. Engineer: Osborn Engineering
F. Engineer Project Number: J20180882.100.
1.2 BID FORM SUPPLEMENT
A. This form is required to be attached to the Bid Form.
B. See Drawing S-01 for additional unit price information. The base bid quantity of each type ofrepair is noted in the Unit Price Repair Quantity Table.
C. The undersigned Bidder proposes the amounts below be added to or deducted from the ContractSum on performance and measurement of the individual items of Work and for adjustment ofthe quantity given in the Unit-Price Allowance for the actual measurement of individual itemsof the Work.
1.3 UNIT PRICES
A. Unit-Price Repair Type A: Horizontal Patching of Concrete
1. _______________________________________ dollars ($_____________) per unit.
B. Unit-Price Repair Type B: Overhead and Vertical Patching of Concrete
1. _______________________________________ dollars ($_____________) per unit.
C. Unit-Price Repair Type C: Cove Sealant Replacement
1. _______________________________________ dollars ($_____________) per unit.
D. Unit-Price Type D: Control Joint Replacement
1. _______________________________________ dollars ($_____________) per unit.
Huntington Convention Center of ClevelandNorth Access Road Repairs
UNIT PRICES FORM 004322 - 2
E. Unit-Price Repair Type E: Backer Rod and Sealant Replacement
1. _______________________________________ dollars ($_____________) per unit.
F. Unit-Price Repair Type F: Non-Structural Crack Repair
1. _______________________________________ dollars ($_____________) per unit.
G. Unit-Price Repair Type G: Slab-on-Grade Pavement Replacement
1. _______________________________________ dollars ($_____________) per unit.
1.4 SUBMISSION OF BID SUPPLEMENT
A. Respectfully submitted this ____ day of ____________, <Insert year>.
B. Submitted By:___________________________________(Insert name of bidding firm orcorporation).
C. Authorized Signature:___________________________________(Handwritten signature).
D. Signed By:______________________________________________(Type or print name).
E. Title:___________________________________(Owner/Partner/President/Vice President).
TOTAL FEE (Not to Exceed): $____________________________
18
WARRANTY INFORMATION Providers are asked to put forth the type of warranty they are proposing for this project below:
EXHIBIT B ALTERNATE SOLUTIONS PROPOSED
• In addition to Providers detailing their proposal as per the items contained herein,Providers may put forth alternative proposals for SMG to consider. SMG recognizesProviders inherent ability and knowledge to do so and SMG reserves the sole right toconsider such approaches and further reserves the right if necessary to obtainadditional details from said Provider regarding said proposal. Providers shall detailany alternative approaches or proposals for SMG to consider below:
19
EXHIBIT C WORK AND TECHNICAL PLANS
• Provider shall provide detailed work and technical plans that describes theirunderstanding of the Scope of Services as well as their strategies, methodologies,resources, work timelines and action plan to accomplish the requirements definedwithin Attachment A.
20
THE PRICES/FEES INDICATED SHALL BE THE ACTUAL PRICE TO THE HCCC/GCHI AND SHALL REMAIN CONSTANT AND SHALL NOT BE EFFECTED BY OUTSIDE INFLUENCES. BY SUBMITTING A RESPONSE THE PROVIDOR AGREES TO THIS.
READ ALL INSTRUCTIONS AND CONDITIONS BEFORE QUOTING.
COMPANY________________________________________
COMPANY REP____________________________________
PHONE____________________________________
EMAIL_____________________________________
EXHIBIT D CONSTRUCTION DOCUMENTS
DRAWINGS • Please see below Drawings.• If you have issue viewing these drawings or would like in different format please contact
[email protected]• Additional copies will be available at pre-bid conference.
PREPARED BY
HUNTINGTON CONVENTION CENTER OF CLEVELANDPREPARED FOR
CLEVELAND, OHIO
CLEVELAND, OHIOOSBORN ENGINEERINGPROJECT SITE
1100 Superior Avenue - Suite 300 | Cleveland, OH 44114www.osborn-eng.com(216) 861-2020
OSBORNENGINEERING
TM
PROJECT AREA
EXHIBIT D NORTH ACCESS ROAD
REPAIRS VICINITY MAP
DRAWING INDEXGENERAL
G-01 TITLE SHEET
STRUCTURALS-01 GENERAL NOTES & CONCRETE REPAIRS-02 SLAB PLANS-03 SLAB SECTIONSS-04 CONCRETE REPAIR DETAILS
DRAWN BYCHECKED BY
DRAWING NO.
OSBORN PROJ. NO.
Unless otherwise stated in Contract,The Osborn Engineering Company
retains copyright ownership.Instruments of Service may only be
used for the purpose described in theContract. The Osborn EngineeringCompany may grant specific usagerights under license, and / or may
transfer copyright ownership /assignment in writing. Reproduction,
re-use or re-distribution of Instrumentsof Service is prohibited.
NORTH ACCESSROAD REPAIRS
TAG DATE
HUNTINGTONCONVENTIONCENTER OFCLEVELAND
1141 WEST 3RDCLEVELAND, OHIO
(216)-443-7007
ISSUED
A
1
CLIENT PROJ. NO.
J20180882.100
P:\C
leve
land
Con
vent
ion
Cen
ter\J
2018
0882
.100
Nor
th B
ridge
Rep
airs
\Dra
win
gs\S
truct
\J20
1808
82.1
00-G
-01.
dwg
12/1
6/20
19 4
:22
PM
Het
man
, Cha
rles
B
C
D
E
F
2 3 4 5 6 7
1100 Superior Avenue - Suite 300 | Cleveland, OH 44114www.osborn-eng.com(216) 861-2020
OSBORNENGINEERING
TM
ISSUED FOR BIDS 12/16/19
G-01
TITLE SHEET
CDHJPK
0
GENERAL NOTES:
1. SEE SPECIFICATIONS FOR QUALITY OF CONSTRUCTION REQUIRED, WORKMANSHIP, MANUFACTURING AND
INDUSTRY STANDARDS, PHYSICAL PROPERTIES OF MATERIALS, CONFORMANCE TO CODES AND REGULATIONS,
GUARANTEE AND WARRANTY REQUIREMENTS.
2. THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS, ELEVATIONS AND CONDITIONS RELATED TO EXISTING
CONSTRUCTION, EXISTING SERVICES, AND THE SITE BEFORE BEGINNING WORK.
3. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR THE FOLLOWING ITEMS THAT WILL NOT BE REVIEWED BY THE
OWNER, OR ENGINEER.
A. DIMENSIONS, ELEVATIONS AND CONDITIONS TO BE CONFIRMED AND CORRELATED AT THE SITE.
B. FABRICATION PROCESS INFORMATION.
C. MEANS, METHODS, TECHNIQUES, PROCEDURES OF CONSTRUCTION AND CONSTRUCTION SAFETY.
D. COORDINATION OF THE WORK OF ALL TRADES.
E. QUALITY ASSURANCE SUBMITTALS.
4. REMOVE AND REINSTALL CONDUITS, PIPING, DRAINS, ETC AS NEEDED TO PERFORM CONCRETE AND JOINT
REPAIRS.
5. CONTRACTOR IS RESPONSIBLE FOR PROTECTION OF HVAC AIR INTAKES, STORM DRAINS, ETC FROM DUST AND
DEBRIS.
CAST-IN-PLACE CONCRETE:
1. CAST-IN-PLACE CONCRETE WORK SHALL CONFORM TO ACI 318-17 AND TO THE LATEST ACI STANDARDS IN
EFFECT AT BID DATE.
2. ULTIMATE COMPRESSIVE STRENGTH OF CONCRETE IN 28 DAYS: 5000 PSI
3. REINFORCING BARS: ASTM 615, GRADE 60 (U.N.O.) WELDING OR TACK WELDING A615 BARS SHALL NOT BE
PERMITTED.
4. REINFORCING BAR LAP SPLICES AND TENSION DEVELOPMENT LENGTHS SHALL CONFORM WITH TABLES SHOWN
ON THIS SHEET.
5. BEND ALL HORIZONTAL WALL AND BEAM BARS AROUND ALL CORNERS, UNLESS OTHERWISE NOTED.
6. REINFORCING BARS REQUIRED FOR PROPER SUPPORT OF PRINCIPAL REINFORCING SHALL BE DETAILED AND
SUPPLIED BY THE CONTRACTOR WHETHER OR NOT THEY ARE INDICATED ON THE DRAWINGS. THE MINIMUM
BAR SIZE SHALL BE #4 AND THE MAXIMUM BAR SUPPORT SPACING SHALL BE 36" ON CENTER. WELDED WIRE
FABRIC SHALL NOT BE USED FOR THE SUPPORT OF PRINCIPAL REINFORCING.
7. NO CONCRETE SHALL BE PLACED UNTIL THE PROPOSED CONCRETE MIX AND TEST HAVE BEEN SUBMITTED AND
AFTER THE CONTRACTOR HAS RECEIVED WRITTEN ACKNOWLEDGEMENT.
8. ALL CEMENT SHALL BE TYPE I OR TYPE III, BLENDED CEMENTS SHALL NOT BE USED.
9. CONCRETE SHALL BE DISCHARGED AT THE SITE WITHIN 1 1/2 HOURS AFTER WATER HAS BEEN ADDED TO THE
CEMENT AND AGGREGATES, ADDITION OF WATER TO THE MIX AT THE PROJECT SITE WILL NOT BE PERMITTED.
ALL WATER MUST BE ADDED AT THE BATCH PLANT. SLUMP MAY BE ADJUSTED ONLY THROUGH THE USE OF
ADDITIONAL WATER REDUCING ADMIXTURE OR HIGH RANGE WATER REDUCING ADMIXTURE.
10. ALL CONCRETE SHALL CONTAIN A WATER REDUCING ADMIXTURE CONFORMING TO ASTM C494, TYPE A, F OR G.
11. CALCIUM CHLORIDE SHALL NOT BE PERMITTED NOR SHALL ANY ADMIXTURE CONTAINING CALCIUM CHLORIDE
BE PERMITTED.
12. ALL CONCRETE SHALL CONTAIN AN AIR-ENTRAINED ADMIXTURE CONFORMING TO ASTM C260. THE AMOUNT OF
ENTRAINED AIR SHALL BE 6% ±1.5%.
13. PROVIDE CONSTRUCTION JOINTS IN ACCORDANCE WITH ACI 318 SEC. 6.4.
14. WORK WILL NEED TO BE SCHEDULED AROUND FACILITY EVENTS. CONTRACTOR SHALL PERFORM WORK NIGHTS
AND/OR WEEKENDS AS NEEDED. ACCESS TO THE FACILITY MUST BE FULLY MAINTAINED MONDAY THROUGH
FRIDAY FROM 7:00 AM TO 5:00 PM. PROTECT WORK AS NEEDED UNTIL REPAIR MATERIAL FULLY CURES.
UNIT PRICE REPAIRS:
1. THE FOLLOWING REPAIR QUANTITY TABLE INCLUDES THE BASE BID QUANTITIES TO BE USED
BY THE CONTRACTOR IN DEVELOPING THEIR BID. THE ACTUAL REPAIR QUANTITIES WILL
LIKELY DEVIATE UP OR DOWN FROM THOSE SHOWN BASED ON THE ACTUAL FIELD
CONDITIONS. THESE REPAIRS ARE LOCATED IN VARIOUS LOCATIONS. THE CONTRACTOR
MUST ASSUME ACCESS RESTRICTIONS THAT MAY EXIST FOR SOME OF THE REPAIR WORK.
THEREFORE, THE CONTRACTOR MUST ASSUME THE USE OF HIGH LIFT EQUIPMENT OR
SCAFFOLD TO ACCESS SELECTED REPAIR AREAS. THE UNIT PRICE PROVIDED IN BID MUST
ALSO INCLUDE ACCESS AND SHORING WORK.
2. SEE SHEET S-04 FOR UNIT PRICE REPAIR TYPE DESCRIPTIONS.
3. THE SPECIFIC REPAIR LOCATIONS WILL BE DETERMINED AT PROJECT KICK-OFF MEETING.
16 16 16 16 16 16 16 16
1717171822222223
2121222827272936
2527313933364151
3037435339485569
3949567051647391
50627189658192115
63799011282102117146
7797110138101126143179 90
73
58
46
38
33
27
22
16
69
56
44
35
29
25
21
17
16
72
59
49
43
38
33
27
22
16
55
45
38
33
29
25
21
17
16
REPAIR TYPE A:
HORIZONTAL PATCHING
UNIT PRICE A DESCRIPTION (S.F.):
1. PREPARE REPAIR AREA AS NOTED ON SHEET S-04
2. PLACE REPAIR MATERIAL AND CURE IN ACCORDANCE WITH THE
MANUFACTURER'S REQUIREMENTS.
REPAIR TYPE B:
OVERHEAD/ VERTICAL PATCHING
UNIT PRICE B DESCRIPTION (S.F.):
1. PREPARE REPAIR AREA AS NOTED ON SHEET S-04
2. PLACE REPAIR MATERIAL AND CURE IN ACCORDANCE WITH THE
MANUFACTURER'S REQUIREMENTS.
REPAIR TYPE F:
NON-STRUCTURAL CRACK REPAIR
UNIT PRICE F DESCRIPTION (L.F.):
1. ROUTE CRACK AND PREPARE REPAIR AREA AS REQUIRED BY THE MANUFACTURER.
2. PLACE REPAIR MATERIAL AND CURE IN ACCORDANCE WITH THE MANUFACTURER'S
REQUIREMENTS.
3. SEE DETAIL "4" ON THIS SHEET.
COVE SEALANT REPLACEMENT
REPAIR TYPE D
CONTROL JOINT SEALANT REPLACEMENT
1. REMOVE EXISTING SEALANT MATERIAL.
2. PREPARE REPAIR AREA AS REQUIRED BY THE MANUFACTURER.
3. PLACE REPAIR MATERIAL, AND CURE IN ACCORDANCE WITH THE
MANUFACTURER'S REQUIREMENTS.
REPAIR TYPE E:
BACKER ROD & SEALANT REPLACEMENT
1. REMOVE EXISTING SEALANT AND BACKER ROD MATERIAL.
2. PREPARE REPAIR AREA AS REQUIRED BY THE MANUFACTURER.
3. INSERT BACKER ROD SIZED TO ACCOMMODATE EXISTING JOINT OPENING
WIDTH.
4. PLACE REPAIR MATERIAL, AND CURE IN ACCORDANCE WITH THE
MANUFACTURER'S REQUIREMENTS.
5. SEE DETAILS "2" AND "3" ON THIS SHEET.
UNIT PRICE D DESCRIPTION (L.F.):
UNIT PRICE E DESCRIPTION (L.F.):
REPAIR TYPE C:
1. REMOVE EXISTING SEALANT MATERIAL.
2. PREPARE REPAIR AREA AS REQUIRED BY THE MANUFACTURER.
3. INSERT BACKER ROD SIZED TO ACCOMMODATE EXISTING JOINT
OPENING WIDTH (AS NEEDED).
4. PLACE SEALANT IN ACCORDANCE WITH THE MANUFACTURER'S
REQUIREMENTS.
5. SEE DETAIL "1" ON THIS SHEET
UNIT PRICE C DESCRIPTION (L.F.):
EXPANSION JOINTS:
1. REMOVE EXISTING JOINT MATERIAL IN SLAB, CURBS, AND SIDEWALKS.
2. PREPARE SURFACES AND INSTALL JOINT MATERIAL IN ACCORDANCE WITH MANUFACTURERS REQUIREMENTS.
3. JOINT MATERIAL SHALL BE "EMSEAL BEJS STICKS" OR APPROVED EQUAL.
4. THE NOMINAL JOINT WIDTH IS 2". FIELD MEASURE PRIOR TO ORDERING MATERIAL.
5. PROVIDE A 1/2" DEEP RECESS ABOVE TOP OF JOINT MATERIAL TO PROTECT FROM SNOW PLOW BLADE TRAFFIC.
6. TOTAL LENGTH OF EXPANSION JOINT IS 52 FEET.
SEALANT:
1. JOINT SEALANT SHALL BE "SIKA CORP-SIKAFLEX 2C NS" OR APPROVED EQUAL.
1 1/2" TYP.
FIELD VERIFY
1/2" T
/B
AC
KE
R R
OD
1 1/2"
TY
P.
1/2"
1/2"
VA
RIE
S
3/4" T
O 1"
1/2"
JOINT OPENING < 2"
1/2" MINIMUM
SEALANT
EX. CONCRETE
SLAB
EX. CONCRETE
SLAB
SEALANT
BACKER ROD
EX WALL/CURB
SEALANT
BACKER ROD
EX. CONCRETE
STRUCTURE
EX. CONCRETE
STRUCTURE
EX. CONCRETE
STRUCTURE
BACKER ROD
SEALANT
EX. CONCRETE
STRUCTURE
NOT TO SCALE
TYPICAL "NON-STRUCTURAL"
CRACK DETAIL - REPAIR TYPE F
4
NOT TO SCALE
COVE/SEALANT REPLACEMENT
DETAIL - REPAIR TYPE C
1
NOT TO SCALE
TYP. HORIZ BACKER ROD AND
SEALANT REPLACEMENT
DETAIL - REPAIR TYPE E
2
NOT TO SCALE
TYP. VERT BACKER ROD AND
SEALANT REPLACEMENT
DETAIL - REPAIR TYPE E
3
NOT TO SCALE
CONCRETE PAVEMENT REPAIR
DETAIL - REPAIR TYPE G
5
10" MIN. PLAIN CONCRETE
PAVEMENT (CITY OF CLEVELAND
650 MIX)
ITEM 304 - 4" MIN. AGGREGATE BASE
EXISTING
CONCRETE
PAVEMENT
EXISTING SUBBASE
JOINT SEALER,
AS PER ODOT
SPEC 705.04
DOWELS AS PER DOWEL
TABLE AND SPACING THIS
SHEET.
DIRECTION
OF TRAFFIC
NOTES:
1. ALL PAVEMENT OPENINGS SHALL BE SAWED FULL DEPTH AND HAVE SMOOTH VERTICAL
FACES. DOWELS SHALL BE REQUIRED, AS PER DOWEL TABLE.
2. CONCRETE REPAVING SHALL BE PERFORMED IN SUCH A MANNER THAT THE ENTIRE LANE
AND/OR SLAB IN WHICH THE REPAIR AREA IS LOCATED SHALL BE RESTORED. SHOULD AN
PORTION OF THE REPAIR AREA EXTEND INTO AN ADJACENT LANE OR SLAB, THAT LANE OR
SLAB SHALL ALSO BE REPAVED.
3. EXTEND OVERCUT IN LONGITUDINAL DIRECTION TWO FEET (2'-0") ONTO UNDISTURBED
SUBGRADE
DOWEL TABLE
PAVEMENT THICKNESS DIAMETER OF DOWEL
0'-10" 0'-1 1/4"
DRAWN BY
CHECKED BY
DRAWING NO.
OSBORN PROJ. NO.
Unless otherwise stated in Contract,
The Osborn Engineering Company
retains copyright ownership.
Instruments of Service may only be
used for the purpose described in the
Contract. The Osborn Engineering
Company may grant specific usage
rights under license, and / or may
transfer copyright ownership /
assignment in writing. Reproduction,
re-use or re-distribution of Instruments
of Service is prohibited.
NORTH ACCESS
ROAD REPAIRS
TAGDATE
HUNTINGTON
CONVENTION
CENTER OF
CLEVELAND
1141 WEST 3RD
CLEVELAND, OHIO
(216)-443-7007
ISSUED
A
1
CLIENT PROJ. NO.
J20180882.100
P:\C
leveland C
onvention C
enter\J20180882.100 N
orth B
ridge R
epairs\D
raw
ings\S
truct\J20180882.100-S
-01.dw
g
12/16/2019 4:23 P
M H
etm
an, C
harles
B
C
D
E
F
2 3 4 5 6 7
1100 Superior Avenue - Suite 300 | Cleveland, OH 44114www.osborn-eng.com(216) 861-2020
OSBORN
ENGINEERING
TM
ISSUED FOR BIDS12/16/19
S-01
GENERAL NOTES
&
CONCRETE
REPAIR
CDH
JPK
0
SLAB,
SIDEWALKS, & DECK
TYP.
SEE
ABOVE
FOR
CONTINUATION
PARAPET WALL
PARAPET WALL
GARAGE WALL
(DO NOT DISTURB)
GARAGE WALL
(DO NOT DISTURB)
ABUTMENT WALL
(BELOW)
CONCRETE FRAME
MEMBER (BELOW) TYP.
CONCRETE BEAM
(BELOW) TYP.
HUNTINGTON
PARKING
GARAGE
CONCRETE
SLAB ON
GRADE
PATCH AREA ON NORTH
FACE OF WALL
EX CONSTRUCTION JOINT (TYP)
PEDESTRIAN
RAMP TO
STADIUM
SLAB,
SIDEWALKS, & DECK
TYP.
PARAPET WALL
(DO NOT DISTURB)
SIDEWALK
GARAGE WALL
(DO NOT DISTURB)
HUNTINGTON
PARKING
GARAGE
ABUTMENT WALL
(BELOW)
CONCRETE
SLAB ON
GRADE
(SEE NOTE)
FENCE ATOP PARAPET WALL
REMOVE/REPLACE FENCE FABRIC TO ACCESS REPAIR AREA
REMOVE & REPLACE EXP. JOINT
REMOVE AND REPLACE EXP. JOINT
STAIRS
LOADING DOCK DOOR
NOTE:
FULL DEPTH PAVEMENT REPLACEMENT (REPAIR TYPE G) IS INTENDED SOLELY FOR
SLAB ON GRADE AREA SHOWN ON PLAN ABOVE.
SEE
BELOW
FOR
CONTINUATION
DRAWN BY
CHECKED BY
DRAWING NO.
OSBORN PROJ. NO.
Unless otherwise stated in Contract,
The Osborn Engineering Company
retains copyright ownership.
Instruments of Service may only be
used for the purpose described in the
Contract. The Osborn Engineering
Company may grant specific usage
rights under license, and / or may
transfer copyright ownership /
assignment in writing. Reproduction,
re-use or re-distribution of Instruments
of Service is prohibited.
NORTH ACCESS
ROAD REPAIRS
TAGDATE
HUNTINGTON
CONVENTION
CENTER OF
CLEVELAND
1141 WEST 3RD
CLEVELAND, OHIO
(216)-443-7007
ISSUED
A
1
CLIENT PROJ. NO.
J20180882.100
P:\C
leveland C
onvention C
enter\J20180882.100 N
orth B
ridge R
epairs\D
raw
ings\S
truct\J20180882.100-S
-02.dw
g
12/16/2019 4:23 P
M H
etm
an, C
harles
B
C
D
E
F
2 3 4 5 6 7
1100 Superior Avenue - Suite 300 | Cleveland, OH 44114www.osborn-eng.com(216) 861-2020
OSBORN
ENGINEERING
TM
ISSUED FOR BIDS12/16/19
S-02
SLAB PLAN
CDH
JPK
0
SCALE: 3/32" = 1'-0"
20'10'0 5'
PLAN
NORTH
NORTH ACCESS ROAD PLAN
1
EX CONSTRUCTION
JOINT TYP (EXCEPT AS NOTED)
ABUTMENT
WALL
REPLACE EXPANSION JOINT
STA. 4+40TOP OF EX PARAPET WALL, TYP
TOP OF SIDEWALK, TYP
TOP OF PAVEMENT, TYP
TOP OF GRADE
EX MAN DOOR TO
LOWEST LEVEL OF
GARAGE
EX CONSTRUCTION
JOINT TYP (EXCEPT
AS NOTED)
EX CONSTRUCTION
JOINT
ABUTMENT
WALL
DOG-LEG
TURN
REPLACE EXPANSION JOINT
STA. 4+67
TOP OF EX PARAPET WALL, TYP
TOP OF SIDEWALK, TYP
TOP OF PAVEMENT, TYP
TOP OF GRADE
SEE
BELOW
FOR
CONTINUATION
ASDASD
NOTE:
THIS SHEET IS PROVIDED PRIMARILY FOR REFERENCE PURPOSES
TO SHOW THE VOID SPACE BELOW THE BRIDGE SLAB
SLAB ON GRADE
PAVEMENT
WE
ST
E
ND
OF
B
RID
GE
EA
ST
E
ND
OF
B
RID
GE
SEE
ABOVE
FOR
CONTINUATION
DRAWN BY
CHECKED BY
DRAWING NO.
OSBORN PROJ. NO.
Unless otherwise stated in Contract,
The Osborn Engineering Company
retains copyright ownership.
Instruments of Service may only be
used for the purpose described in the
Contract. The Osborn Engineering
Company may grant specific usage
rights under license, and / or may
transfer copyright ownership /
assignment in writing. Reproduction,
re-use or re-distribution of Instruments
of Service is prohibited.
NORTH ACCESS
ROAD REPAIRS
TAGDATE
HUNTINGTON
CONVENTION
CENTER OF
CLEVELAND
1141 WEST 3RD
CLEVELAND, OHIO
(216)-443-7007
ISSUED
A
1
CLIENT PROJ. NO.
J20180882.100
P:\C
leveland C
onvention C
enter\J20180882.100 N
orth B
ridge R
epairs\D
raw
ings\S
truct\J20180882.100-S
-03.dw
g
12/16/2019 4:23 P
M H
etm
an, C
harles
B
C
D
E
F
2 3 4 5 6 7
1100 Superior Avenue - Suite 300 | Cleveland, OH 44114www.osborn-eng.com(216) 861-2020
OSBORN
ENGINEERING
TM
ISSUED FOR BIDS12/16/19
S-03
SLAB
SECTIONS
CDH
JPK
0
SCALE: 3/32" = 1'-0"
20'10'0 5'
NORTH ACCESS ROAD SECTIONS
A
SLAB/BEAM CONNECTIONS TO COLUMNS.
PROVIDE SHORING OF MEMBER AS NECESSARY. PARTICULAR CARE SHALL BE EXERCISED AT
CAUTION! BEFORE STARTING REMOVALS, REVIEW EFFECT OF REMOVALS ON STRUCTURAL INTEGRITY.
TO SPALL CONCRETE
EXCERCISE CARE NOT
FULL DEPTH SLAB OR WALL
SLAB OR WALL
SECTION A-A
BEAM/RIB
A A
SECTION B-B
BEAM/RIB
B
B
9
0
°
4.)
3.)
PREPARED SURFACES BEFORE SLURRY HARDENS.
IF HYDRODEMOLITION IS USED, CEMENT AND PARTICULATE SLURRY MUST BE REMOVED FROM THE
DELAMINATIONS ARE NOT PRESENT.
TO INSURE THAT SURFACE IS FREE FROM ADDITIONAL LOOSE AGGREGATE, OR THAT ADDITIONAL
PRESSURE WATERBLASTING WITH OR WITHOUT ABRASIVE. CHECK THE SURFACES AFTER CLEANING
(DIRT, CONCRETE SLURRY, LOOSELY BONDED AGGREGATES) BY ABRASIVE BLASTING OR HIGH
AFTER REMOVALS AND EDGE CONDITIONING ARE COMPLETE, REMOVE BOND INHIBITING MATERIALS
PREFERREDPREFERRED
AT EDGE LOCATIONS PROVIDE EITHER METHOD A OR METHOD B RIGHT ANGLE CUTS. AVOID
FEATHER EDGES. FOR SHOTCRETE REPAIRS REFER TO ACI 506 EDGE PREPARATION GUIDELINES.
PATCH CONFIGURATIONS SHOULD BE KEPT AS SIMPLE AS POSSIBLE. FOR EXAMPLE:
2.)
1.)
PROVIDE MINIMUM REQUIRED THICKNESS OF REPAIR MATERIAL.
STEEL UNDERCUTTING GUIDELINE), REMOVAL ADDITIONAL CONCRETE AS REQUIRED TO
REMOVE DELAMINATED CONCRETE, UNDERCUT REINFORCING STEEL (REFER TO REINFORCING
METHOD B
OR OTHER EQUIP.
BREAKERS, HYDRO DEMO
SURFACE WITH POWER
CUT AT RIGHT ANGLE TO
METHOD A
CUTTING REINFORCING STEEL
AS NECESSARY TO AVOID
1/2" SAWCUT MAX. OR LESS
RECEIVE REPAIR MATERIAL
PREPARED SURFACE TO
SECTION THROUGH CONCRETE MEMBER
APPLICABLE TO HYDRODEMOLITION, HYDROMILLING, AND PNEUMATIC, HYDRAULIC, AND ELECTRIC BREAKERS
CAUTION! BEFORE STARTING REMOVALS, REVIEW EFFECT OF REMOVALS ON STRUCTURAL INTEGRITY.
PROVIDE SHORING OF MEMBER AS NECESSARY. PARTICULAR CARE SHALL BE EXERCISED AT
SLAB/BEAM CONNECTIONS TO COLUMNS.
CLEANING UNDERSIDE OF BAR
CONCRETE
ABRASIVES
PATH OF
PREPARATION SHOULD BE FOLLOWED.
THE COATING MANUFACTURER'S RECOMMENDATIONS FOR SURFACE
COATING IS BEING APPLIED TO THE BAR SURFACE, IN WHICH CASE
THIS IS USUALLY NOT DETRIMENTAL TO BOND, UNLESS A PROTECTIVE
HIGH-PRESSURE WATERBLASTING, WITH OR WITHOUT ABRASIVE.
BONDED LIGHT OXIDE BUILD-UP ON THE SURFACE MAY RESULT FROM
OIL FREE ABRASIVE BLAST IS THE PREFERRED METHOD. A TIGHTLY
NECESSARY TO PROMOTE MAXIMUM BOND OF REPLACEMENT MATERIAL.
ALL HEAVY OXIDES AND SCALE SHOULD BE REMOVED FROM THE BAR AS
RECOMMENDED CLEARANCE
BAR
NEW LAP
BAR
OLD
2.)
1.)
LAP LENGTH SHALL BE DETERMINED IN ACCORDANCE WITH ACI 318, ALSO REFER TO CRSI AND AASHTO MANUAL.
SPLICED TO OLD BAR OR PLACED PARALLEL TO AND APPROXIMATELY 3/4" FROM EXISTING BAR.
ADDITION OF SUPPLEMENTAL BAR OVER AFFECTED SECTION. NEW BAR MAY BE MECHANICALLY
COMPLETE BAR REPLACEMENT
ONE OF THE FOLLOWING REPAIR METHODS SHOULD BE USED:
IF REPAIRS ARE REQUIRED TO THE REINFORCING STEEL
PARALLEL BARS ARE EFFECTED) CONSULT THE ENGINEER.
IF REBAR HAS LOST MORE THAN 25% OF ITS CROSS SECTION (20% IF 2 OR MORE CONSECUTIVE
REFER TO NOTE #4
BARS
TIGHTLY BONDED
UNOXIDIZED AND
REFER TO NOTE #2
3/4" MIN. CLEARANCE
OXIDIZED (CORRODED) BARS
PATCH
SURFACES TO RECEIVE
PREPARED CONCRETE
5.)
4.)
3.)
2.)
1.)
SECURED BARS OR BY OTHER APPROVED METHODS.
ANY REINFORCEMENT WHICH IS LOOSE SHALL BE SECURED IN PLACE BY TYING TO OTHER
BE REQUIRED.
IF BOND BETWEEN BAR AND CONCRETE IS BROKEN, UNDERCUTTING OF THE BAR WILL
CARE SHALL BE TAKEN NOT TO DAMAGE THE BAR'S BOND TO SURROUNDING CONCRETE.
IF UNOXIDIZED REINFORCING STEEL IS EXPOSED DURING THE UNDERCUTTING PROCESS,
SURROUNDING CONCRETE.
FREE OF BOND INHIBITING CORROSION, AND WHERE THE BAR IS WELL BONDED TO
CONCRETE REMOVALS SHALL EXTEND ALONG THE BARS TO LOCATIONS ALONG THE BAR
WHICH EVER IS GREATER.
CONCRETE OR 1/4" LARGER THAN THE LARGEST AGGREGATE IN REPAIR MORTAR,
PROVIDE MINIMUM 3/4" CLEARANCE BETWEEN EXPOSED REBARS AND SURROUNDING
CONCRETE, AND WILL SECURE THE PATCH STRUCTURALLY.
FOR UNDER BAR CLEANING, FULL BAR CIRCUMFERENCE BONDING TO SURROUNDING
EXPOSED OXIDIZED (CORRODED) BARS. UNDERCUTTING WILL PROVIDE CLEARANCE
ONCE INITIAL REMOVALS ARE MADE, PROCEED WITH THE UNDERCUTTING OF ALL
REMOVE LOOSE OR DELAMINATED CONCRETE ABOVE OXIDIZED REINFORCING STEEL.
SLAB/BEAM CONNECTIONS TO COLUMNS.
PROVIDE SHORING OF MEMBER AS NECESSARY. PARTICULAR CARE SHALL BE EXERCISED AT
CAUTION! BEFORE STARTING REMOVALS, REVIEW EFFECT OF REMOVALS ON STRUCTURAL INTEGRITY.
APPLICABLE TO HYDRODEMOLITION, HYDROMILLING, AND PNEUMATIC, HYDRAULIC, AND ELECTRIC BREAKERS
SECTION THROUGH CONCRETE MEMBER
ACI REQUIRED LAP
AFFECTED AREA
LOSS OF SECTION ACI REQUIRED LAP
ORIGINAL MILL SCALE
UNOXIDIZED LIGHT/MEDIUM
OXIDIZED SECTION
HEAVILY
OXIDIZED SECTION
CLEANING REQUIRED
NOT TO SCALE
TYPICAL EXPOSING &
UNDERCUTTING REINFORCING STEEL DETAIL
1
NOT TO SCALE
EDGE AND SURFACE PREPARATION
2
NOT TO SCALE
REPAIR OF REINFORCING
STEEL DUE TO LOSS OF SECTION
3
NOT TO SCALE
CLEANING OF REINFORCING STEEL
4
NOT TO SCALE
REMOVAL GEOMETRY
5
NOT TO SCALE
REMOVAL GEOMETRY
6
NOT TO SCALE
REMOVAL GEOMETRY
7
DRAWN BY
CHECKED BY
DRAWING NO.
OSBORN PROJ. NO.
Unless otherwise stated in Contract,
The Osborn Engineering Company
retains copyright ownership.
Instruments of Service may only be
used for the purpose described in the
Contract. The Osborn Engineering
Company may grant specific usage
rights under license, and / or may
transfer copyright ownership /
assignment in writing. Reproduction,
re-use or re-distribution of Instruments
of Service is prohibited.
NORTH ACCESS
ROAD REPAIRS
TAGDATE
HUNTINGTON
CONVENTION
CENTER OF
CLEVELAND
1141 WEST 3RD
CLEVELAND, OHIO
(216)-443-7007
ISSUED
A
1
CLIENT PROJ. NO.
J20180882.100
P:\C
leveland C
onvention C
enter\J20180882.100 N
orth B
ridge R
epairs\D
raw
ings\S
truct\J20180882.100-S
-04.dw
g
12/16/2019 4:23 P
M H
etm
an, C
harles
B
C
D
E
F
2 3 4 5 6 7
1100 Superior Avenue - Suite 300 | Cleveland, OH 44114www.osborn-eng.com(216) 861-2020
OSBORN
ENGINEERING
TM
ISSUED FOR BIDS12/16/19
S-04
CONCRETE
REPAIR
DETAILS
CDH
JPK
0